Loading...
HomeMy WebLinkAboutLR Hubbard Construction Co; 1995-09-22; 3348P * Recording requested by: ) OFFICIkl RECORE)$ CITY OF CARLSBAD 1 ) When recorded mail to: ) ) City Clerk ) City of Carlsbad 1 1200 Carlsbad Village Dr. ) ffjbl DIEGO COUHTY RELDRQER' :3 GRE~QP~ SIITH 9 CCl3i-TY RECD' FEES: ) 161 Carlsbad, CA 92008 Space above this line for Recorder's NOTICE OF COMPLETION YI -- -I- .----- Notice is hereby given that: 1. The undersigned is swr,lne: sf the interest ST est& stated below i:: the proper+ j described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbac 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed or 30, 1996. 6. The name of the contractor, if any, for such work of improvement is L. f Construction Co., Inc. 7. The property on which said work of improvement was completed is in the City c County of San Diego, State of California, and is described as Poinsettia Comr Phase I and Hidden Valley Road, Project No. 3348. 8. The address of said property is within the limits of the City of Carlsbad. VERlFlGATllON OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Driv , 1997, F above described work as completed and ordered that a Notice of Completion be file California, 92008; the City Council of said City on March 4 I declare under penalty of perjury that the foregoing is true and correct. Executed on March 5 ?----, 199J. at Carlsbad, California. CITY OF CARLSBAD KLETHA h L. RAuTEgs R. City Clerk CITY OF CARLSBAD PROJECT: #3348 POINSETTIA PARK PHASE 1-A CONTRACT CHANGE ORDER NO. 14 CONTRACT NO. 3348 P.O. NO. P105598 ACCOUNT NO. 3207000-9060-33481-900 CONTRACTOR: R.E. SMITH ENGINEERING AND CONSTRUCTION, INC. 25801 OBRERO ROAD #11 ADDRESS: MISSION VIEJO, CA 92691 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. · Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC 1997 and the Special Provisions perform the following: Item 1: Paint the floor in the new Restroom Building with Devoe "Bar-Rust" No. 235 (2 part epoxy paint) to match the existing restroom building floor for the lump sum price of$ 558.64. Increase to contract cost ................................................. $ 558.64 TOT AL INCREASE TO CONTRACT COST .......................... $ 558.64 #3348 POINSETTIA PARK PHASE 1-A Change Order No. 14 Page 2 TIME FOR COMPLETON OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY TWO WORKING DAYS BY THIS CHANGE ORDER. RECOMMENDED BY: C /I. ,-~ ~ f .&!L PU8LICWRKS MANAGER , ll,_;1 I 'f1 (DATE) PUBLIC WORKS DIR/CITY ENG. (DATE) FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR APPROVED BY: CONTRACTOR (DATE) CITY MANAGER/MAYOR (DATE) CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 11 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTRUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2.2.2, Stipulated Unit Prices, SSPWC, 1994 Edition and Addendum Number 2, page 6 of Contract No. 3348, pay the following: Item 1 : $1,000.00 per calendar day for bonus of landscaping of the fill slope on westerly side of park with permanent landscape prior to January 1, 1996. (December 8th thru 31st = 24 days). $1,000.00 per day @ 24 =-$24,000.00 TOTAL INCREASE TO CONTRACT COST ..................... $24,000.00 Poinsettia Community Park and Hidden Valley Road Change Order No. 11 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: ~ <-<ll~~'---I-?u-c, Co FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) FINANCE CONTRACTOR CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 10 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTRUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC, 1994 Edition, perform the following: Item 1 : Install additional irrigation for the lanscaping of the Leffel Wall per drawings, page 2, 3, 4, & 5, dated December 13, 1995, from D.D. Pagand, Inc. for a lump sum of $5,809.00. 1 @ lump sum of $5,809.00 TOTAL INCREASE TO CONTRACT COST ..................... $5,809.00 Poinsettia Community Park and Hidden Valley Road Change Order No. 1 O TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWO (2) WORKING DAYS. RECOMMENDED BY: (DATE) t-'"jo-c," (DATE) ~. ;1-~'.~;Z~ / /ao I 1 '-~ (DATE) DISTAi BUTION: INSPECTION FILE (ORIGINAL) FINANCE CONTRACTOR APPROVED BY: CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 9 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTRUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC, 1994 Edition, perform the following: Item 1 : Construct and install the additional underground conduit system per SDG&E requirements from the transformer on the southerly property line on Hidden Valley Road to the new transformer on the park site for a lump sum cost of $4,179.68 1 @ lump sum cost of $4,179.68 TOTAL INCREASE TO CONTRACT COST ..................... $4,179.68 Poinsettia Community Park and Hidden Valley Road Change Order No. 9 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ONE (1) WORKING DAY. RECOMMENDED BY: /--~t/-, (, (DATE) (DATE) /U~+~r~ COM~. DEV.~ (DATE) );{) . , i I ~;;;_/,_ ·--1..---t,'-L~ 1/2/1(.,,, FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) FINANCE CONTRACTOR APPROVED BY: CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 8 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTRUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Change Initiated by the Agency, SSPWC, 1994 Edition, perform the following: Item 1 : Apply per manufacturer recommendation and requirements Vancil Guard and Vancil Top Coating, classified as a Sacrificial Graffiti Coating at $1.79 per square foot as directed by the engineer. Approximately 2500 sq. ft. @ $1.79 = $4,475.00 TOTAL ESTIMATED TO CONTRACT COST .................... $4,475.00 Poinsettia Community Park and Hidden Valley Road Change Order No. 8 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: ~I-JO-'tC. CO ~ (DATE) ~ .~ <l-~2---1 lj(j / '1 kco FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) FINANCE CONTRACTOR CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 7 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2.2.3, Agreed Prices, SSPWC, 1994, perform the following: Item 1 : Install approximately 200 L. F. of 8" PVC sewer pipe with 8" plug to the easterly toe of Hidden Valley Road perattached detail from C. M. W. D., dated December 11, 1995; 200/L. F. @ $43.25/L. F. = $8,650.00 TOTAL INCREASE TO CONTRACT COST ..................... $8,650.00 Poinsettia Community Park and Hidden Valley Road Change Order No. 6 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: L~.ii { tk PRINCIP L INSPECTOR 12--21-c,s~ (DATE) ~J¢1£7 f!rl(~ 9~~~~~~~~ ($J~ ./4/~&~1-2-96 C.M.W.D. GEIJeflAL MANA13~ (DATE) DISTR t CT OJ &-l t-,.1 €€/2... Q_~ CITY ENGINE 1(DATE) FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) FINANCE CONTRACTOR CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 6 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated By the Agency, SSPWC, 1994, perform the following: Item 1 : Delete bid item 1.6, Storm Drain System (includes energy dissipater), at Station 88+25 on Hidden Valley Road@ a lump sum value =($13,770.00) Decrease to Contract Cost ............................ ($13,770.00) TOTAL DECREASE TO CONTRACT COST .................... ($13,770.00) Poinsettia Community Park and Hidden Valley Road Change Order No. 6 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: L;,,,.f. ¾ /J,-L PRINCIPAUNSPECTOR l/30-f,1 (DATE) ~J(-75 (DATE) ~~ COMM.DEV.DIREdl:bR (DATE) ;,j,,, · 1.J-\ (' C, C--/ _-.., ( ~ 1 /r1 ,;-. ,· ·._.. vt ,_ '\.., · _ --· ·--· , , f FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING tyv/P. 0. CHANGE ORDER) FINANCE CONTRACTOR APPROVED BY: CITY OF CARLSBAD PROJECT NO. 3348 & CMWD NO. 94-403, POINSETTIA COMMUNITY PARK AND HIDDEN VALLEY ROAD CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. Hubbard Construction Company, Inc. ADDRESS: 7485 Ronson Road San Diego, CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive G. M. and or the President. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC, 1994, perform the following: Item 1: Item 2: Delete 1, 180 L. F. of 811 PVC CL 150 reclaimed water pipe, bid item 2.2, between Sta. 99+80 and 88+00 in Hidden Valley Road; 1,180 L.F. @ $14.88/L.F.= <$17,558.40> Decrease to Contract Cost ................ <$17,558.40> Pay for materials cost of 1,180 L.F. of 811 PVC CL 150 reclaimed water pipe; 1,180 L.F. @ $5.34 L.F. = $6,301.20 Increase to Contract Cost . . . . . . . . . . . . . . . . . . . $6,301.20 TOTAL DECREASE TO CONTRACT COST ............. <$11,257.20> Poinsettia Community Park And Hidden Valley Road Contract Change Order No. 5 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER.. RECOMMENDED BY: L· .. i. t fJ6rf:L PRINCIP L INSPECTOR ~~-r;~ /-2-96 C.M.W.D. DISTRICT ENGINEER {DATE) FINANCE DIRECTOR {DATE) DISTRIBUTION: INSPECTION FILE {ORIGINAL) FINANCE CONTRACTOR CITY OF CARLSBAD PROJECT NO. 3348 & CMWD NO. 94-403, POINSETTIA COMMUNITY PARK AND HIDDEN VALLEY ROAD CONTRACT CHANGE ORDER NO. 4 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. Hubbard Construction Company, Inc. ADDRESS: 7485 Ronson Road San Diego, CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive G. M. and or the President. Pursuant to Subsection 3-2.2.3, Agreed Prices, SSPWC, 1994, perform the following: Item 1: Lower the invert elevation of Manhole No. 6, sewer line "A", sheet C5.1, from elevation 166.5 to 163.5 and install additional manhole shaft; provide and install an 8" diameter by 3 foot long PVC stub and plug on easterly side of manhole No. 6 for future use; Perform additional excavation and backfill to accomplish manhole No. 6 lowering and to lay pipe on a straight grade (1.48%) between manholes No. 5 and No. 6; Work to be performed for the lump sum of $2,250.00. Increase to Contract Cost ....................... $2,250.00 TOTAL INCREASE TO CONTRACT COST ..................... $2,250.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY SEVEN (7) CALENDAR DAYS. RECOMMENDED BY: ~t f:k_ PIINCIPALINSPECTOR DISTRIBUTION: 11-zg-9r (DATE) INSPECTION FILE (ORIGINAL) PURCHASING (Y'J/P.O. CHANGE ORDER) FINANCE CONTRACTOR CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Community Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3348 P.O. NO. 20477 ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTUCTION CO., INC. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2, Changes Initiated by the Agency, 1994 perform the following: Item 1: Item 2: For Sambi increase bid Item No. 1.4, Removal and Recompaction by approximately 6,500 cy of dirt as directed by the Engineer; 6,500 cy @ $1.08/cy = $7,020.00. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . $7,020.00 For Greystone increase bid Item No. 1.4, Removal and Recompaction by approximately 9,000 cy of dirt as directed by the Engineer; 9,000 cy @ $1.08/cy = $9,720.00 Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . $9,720.00 Tota I Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . $16,740.00 Poinsettia Community Park and Hidden Valley Road Change Order No. 3 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY TWO (2) CALENDAR DAYS. RECOMMENDED BY: ~z~ PRINCIPALINSPECTOR 11~zs,rr (DATE) 1-6-9~ (DATE) ,,, _ ~7 ;~ ~-"-I/!;)-/?/ /c, FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P. 0. CHANGE ORDER) FINANCE CONTRACTOR APPROVED BY: CITY OF CARLSBAD PROJECT NO. 3348 & CMWD NO. 94-403, POINSETTIA COMMUNITY PARK AND HIDDEN VALLEY ROAD CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. 3348 P.O. NO. ___ ACCOUNT NO. 320-820-1823-3348 CONTRACTOR:_=L.'---'--"R'-. "-'H=u=b=b=ar'""'d'-C-=-=-o'--'-ns=t"""'ru"""c"""ti=o~n_C"-0"-'m..:.....C.pa=n"""y ..... ,--"I'--'-nc=.'--------------ADDRESS: _____ 7_48~5-R ___ o~n~s~o-n_R~o~a-d ___________________ _ San Diego, CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the Executive G. M. and or the President. Pursuant to Section 3-2, Changes Initiated by the Agency, SSPWC, 1994, perform the following: Item 1. Bid Item 3.8 Delete 2,076 L.F. of PVC (SDR-35) 8" Sewerfrom ± sta. 20+06.88to_±sta. 31 +07 shown on sheet C5.1, from± sta. 10+00 to+ sta. 19+ 13 including 43 L.F. stub out at + sta. 15+64 shown on sheet C5.2, and ± sta. 6+68 to +sta. 6+89 shown on sheet C5.3; 2,076 L.F. @ $25.36 per L.F. = ($52,647.36). Decrease to Contract Cost ................. ($52,647.36) 3.9 Delete 63 L.F. of Sewer Encasement Per SDRSD S-11 from sewer at ± sta. 10+60 to sta. 11 +10 and the last 13 L.F. of sewer stub out at± sta. 15+64 as shown on sheet C5.2; 63 L F.@ $16.91/L.F.= ($1,065.33) Decrease to Contract Cost . . . . . . . . . . . . . . . . . ($1,065.33) Poinsettia Community Park And Hidden Valley Road Contract Change Order No. 2 Item 2. 3.10 Delete 693 L.F. of PVC (CL 150) Force Main (4") from± sta. 1+00to sta. 7+83 as shown on sheet C5.4; 693 L.F. @ $23.01/L.F. = ($15,945.93). Decrease to Contract Cost ................. ($15,945.93) 3.11 Delete Connect 4" Force Main To Existing Sewer Manhole at sta. 1 +00 as shown on sheet C5.4; 1 ea @ $726.00/ea = ($726.00). Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . ($726.00) 3.12 Delete Sewer Access Holes one through 9, lines A and B, shown on sheets C5.1 and C5.2; 9 ea @ $2, 187.00/ea = ($19,683.00) Decrease to Contract Cost ................. ($19,683.00) 3.13 Delete 263 L.F. Sewer Lateral (4") Per CMWD (SD S-7) from sta. 19+12.75 to restroom/snack bar as shown on sheet C4.4; 263 L.F. @$10.67 per L.F. = ($2,806.21). Decrease to Contract Cost . . . . . . . . . . . . . . . . . ($2,806.21) 3.15 Delete Sewer Pump Station Per Plans and Specifications at ± sta. 7 +83 as shown on sheet C6.1; One @ $15,844.00 = ($15,844.00). Decrease to Contract Cost ................. ($15,844.00) 3.24 Delete approximately 565 L.F. of Water Service 1" from Sewer Lift Station sta. to restrooms shown on sheet C5.1; 565 L.F. @ $4.45/L.F. = ($2,514.25). Decrease to Contract Cost . . . . . . . . . . . . . . . . . ($2,514.25) 3.52 Delete 119 L.F. Trench Resurfacing for 4" Sewer Force Main in Paseo Del Norte and Camino Estrada, ± sta. 1 +00 to sta. 2+ 19 as shown on sheet C5.4; 119 L.F. @$18.28 per L.F. = ($2,175.32). Decrease to Contract Cost . . . . . . . . . . . . . . . . . ($2, 175.32) Provide and install 40 L.F. of 8" PVC C-900 Sewer from± sta. 9+62 to 10+02; 40 L.F. @ $107.70/L.F. = $4,308.00. Increase to Contract Cost ................... $4,308.00 TOTAL DECREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . ($109,099.40) TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY ONE (1) CALENDAR DAY. RECOMMENDED BY: PRINCIPAL INSPECTOR C.M.W.D. DISTRICT ENGINEER (DATE) (ti a. iMl, i ~ 11--~-i;~ C.M.W.D. GENERA[ MAGER (DATE) ¼"'-4LOv-- FINANCE DIRECTOR DISTRIBUTION: /7/6)7 -;- (DATE) INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR CITY OF CARLSBAD PROJECT: # 3348 -Poinsettia Comminity Park and Hidden Valley Road CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3348 P.O. NO. ___ ACCOUNT NO. 320-820-1823-3348 CONTRACTOR: L. R. HUBBARD CONSTUCTION CO. ADDRESS: 7485 Ronson Road San Diego CA 92111 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-S.2.3, Agreed Prices, SSPWC, 1994 perform the following: Item 1 : Delete 56 L. F. of 18", RCP, Wall C, bid item 3-34, fromStorm Drain Line "D";56 L.F. @ $39.63 L. F ............................. $2,219.28 Decrease to Contract Cost ................. <$2,219.28> Item 2: Provide 56 L. F. Water Proof Joint Pipe RCP at location in item 1; 56 L. F. @ 53.38/L. F. . . . . . . . . . . . . . . . . . . . . . . . . . . $2,989.28 Increase to Contract Cost .................. $2,989.28 TOTAL INCREASE TO CONTRACT COST .................................. $770.00 Poinsettia Community Park and Hidden Valley Road Change Order No. 1 Page: 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: LkJ tu PRINCIPAL INSPECTOR /C> -17-<c.r- (DATE) APPROVED BY: ~~~~~~~~~~~~/~6~-2,b-~~ (DATE) /CJ-17-9( (DATE) ~1 DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P. 0. CHANGE ORDER) FINANCE CONTRACTOR POINSETTIA COMMUNITY PARK AND HIDDEN VALLEY ROAD PROJECT NO. 3348 (OR1 G I NAL) i * July 19, 1995 ADDENDUM NO. 1 BlD/PROJECT NO. 3348- POINSETTIA COMMUNITY PARK AND HID1 VALLEY ROAD PROJECT Please include the attached addendum in the Notice to Bidder/Request for Bids you I for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Forn when your bid is submitted. --/ e;, fi/+ iALl’l/ 0. c,-b J- -@ RUTH FLETCHER Purchasing Officer RF:jk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 .. 1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 - (61 9) 434-2803 FAX (61 9) 43 1 t. t e NOTICE TO BIDDERS July 17, 1995 The City of Carlsbad has issued "Addendum No. 1" to the Contract Documents and SF Provisions for the Poinsettia Community Park and Hidden Valley Road Project, Cor No. 3z13. addendum: 1. The provisions contained in the addendum are made part of the project as though origi bound with them. As of this date, this addendum contains all changes to the originally i! specifications. The &d6@ndiir, con$c:s cf cc2 (1) page, LIS ECtiCt, Lx? ?, cc-:er sheet. Schedules a Pre Bid Meeting. 0 LLOYD B. HUBBS City Engineer LBH:SS:mbh 0 2075 Las Palmas Dr. Carlsbad, CA 92009-1 576 (61 9) 438-11 61 FAX (61 9) 438. 6 ADDENDUMNO. 1 TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR POINSETTIA COMMUNITY PARK AND HIDDEN VALLEY ROAD CONTRACT NO. 3348 Page 1 of 1 e A Pre Bid Meeting will be held on Thursday, July 27, 1995 from 1O:OO a.m. to 12:OO p.m. E City Of Carlsbad Community Development Building, 2075 Las Palmas Drive, Carlsbad. 0 0 1 I ?--A 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT beforeme, /dyh@a @ /%/?, P”T&? / DATE NAME TITLE OF OFFICER E G , ‘JANE DOE, NOTARY PUBLIC’ personally appeared F;SO/ZG/C_ 4 fiYfldA d3 &personally known to me - OR - 0 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i subscribed to the within instrument an knowledged to me that he/she/they exe the same in his/her/their autho capacity(ies), and that by hidher, signature(s) on the instrument the pers or the entity upon behalf of whict person(s) acted, executed the instrui NAME(S) OF SIGNER(S) Though the data below IS not required by law, it may prove valuable to persons relying on the document and coul~ fraudulent reattachment of this form. CAPACITY CLAl M E D BY SIGNER DESCRIPTION OF ATTACHED DOCU c] CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE@) NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB1 01 993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 71 84 Canoga Pa ADDENDUM NO. 2 BID/PROJECT N0.3348- POINSElTIA COMMUNITY PARK PHASE I AND HID VALLEY ROAD Please include the attached addendum in the Notice to Bidder/Request for Bids you for the above project. This addendum--receipt acknowledged-must be attached to your Proposal Forn when your bid is submitted. q2&% /54LL RUTH FLETCHER 0 Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 I) 1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 (61 9) 434-2803 FAX (61 9) 43 . NOTICE TO BIDDERS August 4,1995 The City of Carlsbad has issued "Addendum No. 2" to the Conpact Documents and Sp Provisions for the Poinsettia Community Park and Hidden Valley Road Project, Con No. 3348. The addendum consists of twenty-four (24) pages, this notice, and a cover sheet. addendum: 1. 2. 3. Revises the Engineer's Estimate for Hidden Valley Road. Tells the Contractor where to obtain a soils report. Replaces the Guide for CompletinP the Desiaation of Subcontractor and Amou Subcontractor's Bid and Desimation of Owner ODerators and Amount of 0 ODerator Work Forms. 4. Replaces the Desigraati n of wn r t r Amount of wn r 0 erator W 5. Makes numerous revisions to the special provisions. 6. Makes numerous revisions to the plans. 7. Replaces Bid Schedules 1, 2, & 3. The provisions contained in the addendum are made part of the project as though orig bound with them. As of this date, this addendum contains all changes to the originally i specifications. 0 LBH:SS:j b 0 2075 Las Palmas Dr. - Carlsbad, CA 92009-1 576 - (61 9) 438-11 61 - FAX (61 9) 43E ADDENDUM NO. 2 L. TO CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR POINSElTIA COMMUNITY PARK AND HIDDEN VALLEY ROAD CONTRACT NO. 3348 Page 1 of 24 e IN THE NOTICE INVITING BIDS, MAKE THE FOLLOWING MODIFICATIONS: 1. Page 2, first paragraph, delete the third sentence and replace with the following: "The Engineers Estimate is $2,500,000 for Poinsettia Community Park Phase I $209,000 for Hidden Valley Road grading, reclaimed water line, storm drain and erc control work" Page 2, fourth paragraph, add the following: "A copy of the soils report may be obtained from the Engineering Department, 207f Palmas Drive, Carlsbad' 2. e e . 'POINSETTIA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 .* Page 2 of 24 GUIDE FOR COMPLETING THE 'DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID" AND 'DESIGNATION OF OWNER OPERATORS 81 AMOUNT OF OWNER OPERATOR WORK FORMS * REFERENCES Prior to preparation of the following Subcontractor and Owner Oper disclosure forms Bidders are urged to review the definitions in Sectior SSPWC especially, 'Bid', 'Biddef, 'Contract', 'Contractor", 'Contract Pr "Contract Unit Price', 'Engineer", 'Subcontractor' and WOW and definitions in Section 1-2 of the Special Provisions especially '4 Organization' and 'Owner Operator/Lessor". Bidders are further urge review the following sections of the Special Provisions 2-3.1 'General, 2 'Subcontractor Items of Work", 2-3.4 'Owner Operators" and 2 "Penalties and Remedies'. Bidders are cautioned that failure to provide complete and COI information may result in rejection of the bid as non-responsive. Bids propose performance of more than 50 percent of the work by other the Contractor's own organization will be rejected as non-responsivc Bidders shall use separate disclosure forms for each Subcontract( Owner Operator/Lessor (O+O) of manpower and equipment th4 proposed to be used to complete the Work. All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontract Owner Operator/Lessor the percentage of the bid item installed b Subcontractor or Owner Operator/Lessor being listed in the line of ths must be entered under the column 'O/O of Item by Sub' or 'O/O of Ite O+o' as applicable. If a Subcontractor or Owner Operator/Lessor in or constructs any portion of a bid item the entire amount of the Coi Unit Price shall be multiplied by the Quantity of the bid item the Subcontractor or Owner Operator/Lessee installed. Suppliers of materials from sources outside the limits of work ari subcontractors. The value of materials and transport for materials sources outside the limits of work, as shown on the plans, sh( assigned to the Contractor or to the Subcontractor, as the case rn installing them. The item number from the 'CONTRACTOR'S PROPOSAL' (Bid SI shall be entered in the 'Bid Item No.' column. When a Subcontractor has a Carisbad business license the numbei be entered on the form. If the Subcontractor does not have a business license enter 'NONE' in the appropriate space. Bidders shall make any additional copies of the disclosure forms a be necessary to provide the required information. The numl additional form pages shall be entered on the first form page of eac CAUTIONS INSTRUCTIONS 0 0 so duplicated. -. . POINSETIA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD Page 3 of 24 PROJECT NO. 3348 - ADDENDUM NO. 2 Bidder may, at its option, combine bid items on a single row in the c on the disclosure forms. If using this option the Bidder must indicate bid item numbers that the information in the row pertains. This option - not be used where the subcontractor or owner operator/lessor constructing or installing less than 100 percent of a bid item. percentages and dollar amounts may be the sums of the bid items li in that row. When the Bidder proposes using a subcontractor or owner operator/le to construct or install less than 100 percent of a bid item the Bidder I attach an explanation sheet to the designation of subcontractc designation of owner operator/lessor forms as applicable. The explan sheet must clearly apprise the Agency of the specific tasks, matc and/or equipment that are proposed to be so supplied. 0 0 e J POlNSFTTlA COMMUNlN PARK PHASE I AND HIDDEN VALLEY ROAD Page 5 of 24 TO THE SPECIAL PROVISIONS, MAKE THE FOLLOWING MODIFICATIONS: 1. PROJECT NO. 3348 - ADDENDUM NO. 2 * Page 49, subsection 1-2, add the following: Where the term architect, landscape architect, owner, owner's representative, Cit~ words of a similar import are used it shall be understood to mean, the Engineer" Page 50, first paragraph, delete last sentence and replace with the following: 'Equipment that is owner operated, or leased with an operator provided, is not part o Contractor's Own Organization and will not be included for the purpose of complir with section 2-3.1 of these contract documents' Page 50, second paragraph, replace with the following: 'OWNER OPEMTOFULESSOR - Any person who provides equipment or tools wit operator used in completing the work who is employed by neither the Contractor r subcontractor and is neither an agent nor employee of the Agency or a public utilil Page 50, 2-3.3 Subcontractor Items of Work, delete the first sentence and replace the following: "here a bid item or any portion of a bid item of the work is subcontracted, the am of the subcontract shall include all labor, materials, equipment, prime contractor profii overhead required to complete the subcontracted bid item or portion of the designated.' Page 50, 2-3.4 Owner Ooerators, first and second sentence after owner operated, 'or leased' Page 51, 2-35 Penatties and Remedies, delete paragraph and replace with the follow 'Should the Contractor fail to adhere to the provisions of subsections 2-3.1 , 2-3.3, 3.4, the City may at its sole option elect to cancel the contract or to deduct an am equal to 20% of the value of the work performed in contravention of said sections payments that would otherwise be due to the Contractor. Determination of a violati these provisions shall be made solely by the awarding authority. In any proceec under this section, the prime contractor shall be entiitled to a public hearing and shc notified ten (10) days in advance of the time and location of said hearing.' Page 53, delete the following: "To subsection 2-1 0, add the following: Before the first progress payment, the Contractor shall submit to the Engineer a schc of values for various portions of the park improvement work. The schedule shall I the park construction into logical sub units with corresponding costs and the sum t sub unit costs shall equal the lump sum price bid for the park improvements in Ite of Schedule 3. This schedule, unless objected to by the Engineer, shall be used basis for reviewing the Contractor's applications for Payment.' 2. 3. 4. 0 5. 6. 7. e 3 ~OINSEITIA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 6 of 24 8. 4 Page 57, 6-7.1 General, delete the last sentence and add the following: "The fill slope on the westerly side of the project from the northern park boundary tc southern park boundary, and the fill slope on the westerly side of the soccer field be permanently landscaped by January 1, 1996. All walls, storm drain work, permanent irrigation systems shall be completed and/or installed in said slopes bt beginning planting or landscaping. The Contractor shall be responsible for securi source of water to irrigate these slopes until the permanent irrigation systei operational. The City will pay the water cost for this temporary irrigation system. CIN WILL PAY THE CONTRACTOR A BONUS OF $1,000 PER CALENDAR DAY EVERY DAY ME LANDSCAPING IN THESE SLOPES IS COMPLETED BEF JANUARY 1, 1996. All remaining work, except landscape maintenance, shs completed within 130 working days from the day construction begins. Page 58, To subsection 6-8, add the following: The Notice of Completion will not be filed until final punch list items are completec Page 58, 6-9 Liquidated Damaaes, add the following; 'The project shall not be considered complete until all final punch list item completed'. 'If the Contractor fails to install the required erosion control measures on the spe westerly fill slopes by January 1, 1996, the Contractor shall be assessed $1 $0' working day until said erosion control measures are installed'. To subsection 92, add the following: 'The Contractor shall submit the schedule required by this subsection' Page 93, 3.01A, add the following: 'No planting or landscaping shall commence until finish grade is accepted b Engineer'. Page 102,l .WF, delete '180' and replace with '120 calendar". Page 102, 7.05A, delete 'due to faub materials or workmanship' and replace with % reason'. Page 105, 3.04F, delete '150 and 180' Page 107, subsection 300-7.1, second paragraph, second sentence, delete "r required to' Page 107, add the following: 'To subsection 300-2.2.2, delete the second sentence' 9. 10. e 11. 12. 13. 14. 15. 16. 17. 0 ' POINSElTlA COMMUNIN PARK PHASE I AND HIDDEN VALLEY ROAD Page 7 of 24 18. PROJECT NO. 3348 - ADDENDUM NO. 2 Page 108, subsection 300-2.6, delete the second and third sentence and replace with following: "Said surplus material shall be spread uniformly over the stockpile area with sla graded to maximum 3 horizontal to 1 vertical. The cost of stockpiling excess mat( shall be included in the lump sum price bid for unclassified excavation" Page 108, subsection 300-2.6, delete the second, third, and fourth sentences and rep with the following: "Before grading the soccer field to finish elevations, the Contractor shall ensure thr other areas of the park site and Hidden Valley Road have sufficient material to make grades as shown on the plans. Any cost involved in excavating material from the so field and regrading the soccer field to design grades shall be the responsibility 0' Contractor. Page 108, subsection 300-2.9, replace 'bid for grading' with 'in the bid proposal' Page 109, subsection 300-4.2, delete the last sentence. Page 109, 300-4.9 Measurement and Pavment, replace 'grading' with 'unclass excavation' Page 109, 300-9.2.2 Measures Reauired, delete the third, fourth, and fiih sentence "On Hidden Valley Road no hydroseeding of slopes will be required. The Contractor install a straw bale dike at the toe of all cut and fill slopes as detailed on the erc control detail plans. For the park site, the Contractor shall install a straw bale dike silt fence at: 1) the toe of the westerfy fill slope from the northern boundary to soul boundary; and 2) the toe of the westerly fill slope of the soccer field. The Contractor also matt both slopes using the material and method specified below. The required ! bale dike, silt fence, and matting shall be waived if the Contractor completer permanent landscaping on said slopes as outlined in subsection 6-7.1.' 'Prior to the installation of the park site storm drain system, the Contractor shall con: graded swales as necessary to divert surface run-off to the basin south of the soccer The Contractor shall install a temporary riser pipe and aggregate per Carlsbad Dra DS-3 on the inlet side of the 18-inch R.C.P. that drains the basin. The Contractor be required to clean the basin as necessary. The Contractor shall not be requirc hydroseed any areas of the park site'. 0 19. 20. 21. 22. 23. e replace with the following: 0 * POlNSFTTlA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD Page 8 of 24 PROJECT NO. 3348 - ADDENDUM NO. 2 "Erosion Control Matting' 'Erosion control matting shall be made of 100% biodegradable wheat straw of thickr and density yielding 0.5 Ib./sq. yd. with a photodegradable polypropylene netting w density of 1.64 Ib./l000 sq. ft. having an approximate mesh interval of 1/2' x l/2' on E face of the straw mat. The straw mat shall be sewn together with cotton thread. erosion control matting shall be secured to the underlaying soil by 1' x 6' U-shap gauge mild steep staples. Staples shall be driven to their full length and shalt be spc on an alternating 3-foot grid such that 1.5 staples per square yard are installed. Ere control matting shall be 'North American Green, S150', or approved equal' Page 11 0,300-9.2.3 Pavment, delete the entire paragraph and replace with the follov 'Full compensation for performing erosion control as shown on the plans and spec herein shall be included in a lump sum price paid for erosion control and no addit compensation will be allowed therefore' Page 1 10, 300-1 1.1 General, delete the first and second sentence and replace wit1 following: 'Removal and recompaction shall consist of excavating and recompacting all1 colluvial, and loose soils. Soils shall be removed as directed by the Engineer until E unyielding surface is exposed or to a depth determined by the Engineer" Page 110, 300-1 1.1 General, third sentence, delete "4%' Page 1 10,300-1 1.2 Measurement, delete the first sentence and replace with the follo 'The Engineer will measure the removal volume and calculate the cubic yardage ' paid under the Removal and Recompaction bid item' Page 11 1, 300-1 1.3 Pavment, add the following to the first paragraph: 'Payment shall be based upon measurements and calculations made by the Eng and shall be final' Page 1 1 1, 300.1 1.3, Pavment, second paragraph, delete 'in a cut area' and replacc 'of any material paid for under the lump sum price for unclassified excavation' Page 1 1 1,300-1 2 Unsuitable Material, delete 'Unsuitable' and replace with 'Unaccepi Page 111, 300.12.1 General, first sentence, delete 'unsuitable' and replace 'unacceptable' Page 11 1, subsection 30-1.3, delete '30-1.3' and replace with '301-1.3' 0 24. 25. 0 26. 27. 28. 29. 30. 31. 32. e - POlNSElTlA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 9 of 24 33. e Page 11 5, 304-3.5.1 Temporaw Construction Fence, delete the second sentence replace with the following: "On the westerly side of the park, the fence shall be installed in the same location m deed restriction fence. Page 11 5, 304-3.5.1 Temporaw Construction Fence, third sentence, delete 'City' replace with "Engineer' Page 1 15,304-3.5.1 TemDorarv Construction Fence, delete the fifth sentence and rep with the following: 'The fence shall be six (6) feet high with a minimum of two (2) openings-one ope shall be a double swing gate 20-feet wide and the other a single swing gate +feet v 34. 35. e e ' POINSETTIA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 10 of 24 TO THE PROJECT PLANS MAKE THE FOLLOWING MODIFICATIONS: 1. 2. 3. 4. 0 Sheet 21, Materials list, Items 4 and 5, delete '(to be provided by the City of Carlsl Sheet 22, delete wording in box titled Special Notes. Sheet 31, Item 31, under construction legend delete 'by others'. Sheet 37, Color and Finish Schedule, Item 6C, add the following: "Brick dust/infield mix shall be A-1 RED INFIELD SOIL as supplied by A-1 Soils Com! Phone (61 9) 281 -1 91 4, Fax (61 9) 536-2301 Product analysis: Screen size 1 /8' Sand Equivalent 1525 TextureClay 10-1 5% Silt 8-1 5% Sand 6575% Sieve analysis: No. 4 100% min./l00% max. No. 8 90% min./l00% max. No. 16 85% min./95% max. No. 30 65% min./85% max. No. 50 35% min./55% max. No. 100 20% min./35% mex. No. 200 10% min./25% max. 0 Weight per cubic foot (loose) 70 lbs. Weight per cubic yard (approximate) 1,900 Ibs.' e * POINSETRA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 11 of 24 5. 0 Sheet 39, detail E, revise legend as follows: 1. 5. C-V aluminum baluster rail, anodized available through Craneveyor Corp., ! Monte, CA Phone (818) 442-1524 (2) 1/2' Dia. Stainless stl. Post anchor with neoprene gasket per post per ha manufacturer's recommendations. Refer to detail below: 6. 2xlOx3/16 galvanized steel stringer 7. 4xlOx3/8 galvanized steel beam 8. 5x4x3/8 galvanized steel post Sheet 47, detail A, add to note 5 '22 gam Sheet 69, add the following: 0 6. 7. 0 I- L ' POlNSETTlA COMMUNIM PARK PHASE I AND HIDDEN VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 12 of 24 0 0 8. Sheet 70, add the following note: 1. If Additive Afternate #1 is not accepted panelboards 'PC' and 'LC" alons Lighting Control Cabinet 'LC2' and transformer "TC" shall be installed in e standing weatherproof enclosure with hinged lockable doors mounted 01 raised concrete pad which extends 3' to the rear and both sides and extenc to the front of the weatherproof enclosure. If Additive Alternate #1 is not accepted the telephone backboard shi mounted in a weatherproof enclosure which shall be 48"H x 24W x 16'D w height plywood backboard on interior back wall and hinged lockable door to match panelboard enclosure noted in item #1 above. Enclosures st Pacific Utilitv Products #USPI-U-1624 or approved equal. 2. e ,- E - POINSETllA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD Page 13 of 24 Replace Bid Schedule 1 with pages 14 & 15 Replace Bid Schedule 2 with page 16 Replace Bid Schedule 3 with pages 17-24 PROJECT NO. 3348 - ADDENDUM NO. 2 0 e 0 bv- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared GE~~~GE- H PYdZ!! m NAME(S) OF SIGNER(S) Kpersonally known to me - OR - 0 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i subscribed to the within instrument an knowledged to me that he/she/they exel the same in his/her/their autho capacity(ies), and that by hidher/ signature(s) on the instrument the pers or the entity upon behalf of whicl person(s) acted, executed the instrui Though the data below IS not required by law, it may prove valuable to persons relying on the document and coulc fraudulent reattachment of this form. CAPACITY CLAl ME D BY Si G N ER DESCRIPTION OF ATTACHED DOCUI 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 ATTORNEY-IN-FACT NUMBER OF PAGES GUARDIAN/CONSERVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON@) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( 01 993 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 7184 Canoga Pa TABLE OF CONENTS m NOTICE INVITING BIDS I 0 I ............................................... CONTWCTOR’S PROPOSAL ........................................... BIDDER’S BOND TO ACCOMPANY’ PROPOSAL E. .............................. E DESIGNATION OF SUBCONTRACTORS ................................... BIDDER’S STATEMENT OF FINANCIAL RESPONSIBIUTY ....................... BIDDER’S STATEMENT OF TECHNICAL ABIUN AND EXPERIENCE 8 1 I 1 1 No f I 1 8 8 8 ............... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID CONTRACT - PUBLIC WORKS .......................................... LABOR AND MATERIALS BOND PERFORMANCE BOND REPRESENTATION AND CERTIFICATION .................................. ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ....................................... RELEASEFORM ................................... ......................................... ................................................ ..................................................... I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ..................................... II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS ................. WORKS CONSTRUCTION FOR CONSTRUCTION METHODS Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC ................. IV. BUILDING TECHNICAL SPECIFICATIONS. ............................... f i f 8. a9 Kq CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS S 1 I) E I s I 1 SE i 6 1 i31 1 8 Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carl: Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 10th di Auqust ,19&, at which time they will be opened and read, for performing the 1 as follows: 1. POlNSETnA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD CONTRACT NO. 3348 The work shall be performed in strict conformity with the specifications as approved by the Council of the City of Carlsbad on file with the Engineering Department. The specificatior the work include the Standard Specifications of Public Works Construction, (SSPWC), Edition, and the latest supplement, hereinafter designated 'SSPWC", as issued by the Soul California Chapter of the American Public Works Association and as amended by the SF provisions sections of this contract. Reference is hereby made to the specifications fa particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesq The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators contractors to utilize recycled and recyclable materials when available and where appropr No bid will be received unless it is made on a proposal form furnished by the Purchi Department. Each bid must be accompanied by security in a form and amount required b) The bidder's security of the second and third next lowest responsive bidders may be wit1 until the Contract has been fully executed. The security submitted by all other unsucce bidders shall be returned to them, or deemed wid, within ten (10) days after the Contrz awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appro[ securities may be substituted for any obligation required by this notice or for any monies wit1 by the City to ensure performance under this Contract. Section 22300 of the Public Cor Code requires monies or securities to be deposited with the City or a state or federally char bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: '0 1 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit Experience 4. Contract 5. Designation of Subcontractors Certification 6. Amount of Subcontractors' Bid 7. Bidder's Statement of Financial Responsibility 8. Bidder's Statement of Technical Ability and 9. Purchasing Department Representation and 10. Escrow Agreement for Security Deposits (optioi 5 T. @ All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities approximate and serve solely as a basis for the comparison of bids. The Engineer's Estin is $2,500,000 for Poinsettia Community Park Phase I and $889,000 for Hidden Valley RI water, sewer, and surface improvements. No bid shall be accepted from a contractor who is not licensed in accordance with provisions of California state law. The contractor shall state their license number, expiration c and classification in the proposal, under penalty of perjury. The following classifications acceptable for this contract: Class "A" in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documeni lieu of the usual 10% retention from each payment, these documents must be completed submitted with the signed contract. The escrow agreement may not be substituted at a I date. Sets of plans, special provisions, and Contract documents may be obtained at the Purcha: Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, Califoi for a non-refundable fee of $75.00 per set. If plans and specifications are to be mailed, the ( for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any r~ irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the L; Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. Contractor to whom the Contract is awarded shall not pay less than the said specified preva rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Sec 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Suble and Subcontracting Fair Practices Act.' The City Engineer is the City's 'duly authorized off for the purposes of Section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indic in this proposal, times the unit price as submitted by the bidder. In case of a discrep between words and figures, the words shall prevail. In case of an error in the extension of i price, the corrected extension shall be calculated and the bids will be computed as indic above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and t or written in with ink and must be initialed in ink by a person authorized to sign fo Contractor. E 1 6 I I I I I 8 1 t 1 2 I 8 I t g* C io @ Bidders are advised to veri the issuance of all addenda and receipt thereof one day pric bidding. Submission of bids without acknowledgment of addenda may be cause of rejec Bonds to secure faithful performance and warranty of the work and payment of laborers materials suppliers, in an amount equal to one hundred percent (1 00%) and fifty percent (3 respectively, of the Contract price will be required for work on this project. These bonds : be kept in full force and effect during the course of this project, and shall extend in full force effect and be retained by the City until they are released as stated in the Special Provis section of this contract. AI1 bonds are to be placed with a surety insurance carrier admitted authorized to transact the business of insurance in California and whose assets exceed < liabilities in an amount equal to or in excess of the amount of the bond. The bonds ar 8 II of bid. t I I II t I 1 0 contain the following documents: 1) An original, or a certified copy , of the unrevoked appointment, power of attorney laws, or other instrument entitling or authorizing the person who executed the bon do so. 2) A certified copy of the certificate of authority of the insurer issued by the insun I commissioner. If the bid is accepted, the City may require copies of the insurer’s most recent annual stater ‘-and quarterly statement filed with the Department of Insurance pursuant to Article (commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Cl within 10 calendar days of the insurer’s receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best’s Rating Guide of at least A-:VI and (2) are admitted and authorized to transact the businea insurance in the State of California by the Insurance Commissioner. Auto policies offere meet the specification of this contract must: (1) meet the conditions stated above fc insurance companies and (2) cover anv vehicle used in the performance of the contract, I onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-schedi The auto insurance certificate must state the coverage is for ‘any auto’ and cannot be lin in any manner. Workers’ compensation insurance required under this contract must be offered by a coml meeting the above standards with the exception that the Best’s rating condition is waived. City does accept policies issued by the State Compensation Fund meeting the requiremer The Contractor shall be required to maintain insurance as specified in the Contract. additional cost of said insurance shall be included in the bid price. The prime contractor and all subcontractors are required to have and maintain a valid C Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resoll No. - , adopted on the 20TH day of JUNE , 192 Date/ A&??%at.dikm-J 1. f workers’ compensation insurance. 1 1 I T 1 2r /9’f3- 5 P a9 1 i g \Yz,pc; iPL>L CITY OF CARLSBAD POlNSElTlA COMMUNITY PARK PHASE E AND HIDDEN VALLEY ROAD CONTRACT NO. 3348 CONTRACTOR'S PROPOSAL I &/I?f 17 i. Crty Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned deciares he/she has carefully examined the location of the work, reac Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnh labor, materials, equipment, transportation, and services required to do all the work to corn1 Contract No. 3348 in accordance with the Plans and Specifications of the City of Carisbad, the Special Provisions and that he/she will take in full payment therefor the following unit p for each item complete, to wit: I E 1 I 1 II II, 1 s1 0 T I I Item Total Amount Total Am No. DescriDtion Base Bid in Words in Numbc 1. Hidden Valley Road Grading & 2. Hidden Valley Road Reclaimed $ 37 3. Poinsettia Community Park L 22- 3A. Poinsettia Community Park & (Schedule 1) 0 (Schedule 2) Water Improvements Phase 1 (Schedule 3) Phase I Sewer Atternate (Schedule 3A) BASE BID TOTAL 4- 3 5, f a@@ sr (SCHEDULES 1,2,3, AND 3A) 5 ME CONTRACTOR MUST PROVIDE PRICES FOR THE ADDITIVE ALTERNATIVES LIST BELOW. THE ENGINEER MAY INCLUDE ONE OR MORE ADDITIVE ALTERNATIVES Wl THE BASE BID. IF ITEMS ARE ADDED, IT WILL BE IN THE ORDER THEY ARE LIST BELOW. THE LOW BIDDER WILL BE DETERMINED BY THE TOTAL OF THE BASE E AND ADDITIVE ALTERNATIVES, IF ANY. FAILURE TO PROVIDE PRICES FOR T ADDITWE ALTERNATIVES SHALL BE CAUSE FOR DISQUALIFICATION OF THE BID. 1 1 I 0 item Total Amount Total Amount No. DescriDtion in Words in Numbers 1. Additive Alternative 3 I I I I 1 t 1. 6* f ! I 2 I I I I - $ /3u;6d $ Y7F3b $ !?8J $ o-?~J-~ !$ a/oGL $277 t $ /63/L A Q/- &,A@-/ Aod(/ f//@/% Tennis Complex LS Basketball Court LS 2. Additive Alternative 5 3. Additive Alternative 2 Walkway to Paseo Del Norte LS 4. Additive Alternative 4 Central Passive Area LS 5. Additive Alternative 7 Baseball Field No. 2 LS Additive Alternative 6 Baseball Field No. 3 LS 7. Additive Alternative 1 Restroom LS The lump sum bid price shall include ail improvements within the additive alternate area shown on the plans. 5 I. a9 - POlNSETnA COMMUNITY PARK PHASE I AND HPDBER VALB,W ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 14 of 24 e CONTRACTOR'S PROPOSAL SCHEDULE 1: HIDDEN VALLEY ROAD GRADING & DRAINAGE Approximate item Quantity Unit - No. Description and Unit - Price - Total 1-1 Mobilization and preparatory LS Lumpsum 59000 03 work for Schedule 1, 2, & 3 (not-to-exceed $5O,OOO) at I;/cn - 7/hu5& D Dollars (Lump Sum) (not to exceed $10, 4c y jyvJ Dollars (Lump Sum) 1-2 Clearing and grubbing LS Lump Sum 53ar e 4,000 CY / Dl C/YZO / E /'6-,f7 1-3 Unci ssified Excavation at LS Lump Sum c/ !D Yo ?caonv ob/: nf? ffw FnAq Dollars (Lump Sum) 0 0 Dollars per Cubic Yard 7KJ TdOYS&P 0,o 1-5 Erosion control at LS Lumpsum /? 600 ,&&/d.. /hm'DB&Q Dollars (Lump Sum) Station 88+25 (includes energy dissipator) at Dollars (Lump Sum) Type B at Dollars per Linear Foot -5 1-6 Storm drain system at LS Lump Sum /3, 7-70 //he D T/Zfd 7-2kJW4wD sE/gd //bidDE&Q 5- ku/!a%/? g.q-7 z/ s5w I 1-7 Brow ditch per SDRSD D-75 2,550 LF &/&/4T n darn5 P.oRT5f sm&d CE'rvi.j 0 F -. * .. * POlNSRTlA COMMUNITY PARK PHASE B AND MIDDEW WAW RQAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 15 of 24 0 Approximate Item Quantity Unit - No. DescriDtion and Unit - Price - Total 1-8 Energy dissipator per SDRSD 1EA 497- 00 997. OD D-40 1 ton rip-rap (Type 2) (T = 4.3’) at ,Vid2? /f-t.ldDk%D Fbn7-Y .sH&v Dollars Each Install 6‘ temporary water line includes fittings connections, gate valves and air release valves (estimated 9 months use) at 7)742&G /4tzd1C)/2~~ adz Dollars (Lump Sum) meter and connect to existing water service s Sta. 79+38 at 0” Lumpsum Z/ 3@ LS + 1-9 7mwI-9 046 fl&u4MD a? 1-1 0 Relocate existing water LS Lumpsum /, 7z/ fld.45 I/& Lt 5mD 4fid 6d /h I1/Dh?/S+P yWG&ff -lc Dollars (Lump Sum) system. Salvage items as noted on plans. Contractor to dispose of pipe at Dollars (Lump Sum) SCHEDULE 1 TOTAL Enter this amount on Page 4 3’ e 4’/c( G 1-1 1 Remove existing water line LS Lump Sum fi/&/9f/5&55 77 D #dK & d*m&%$nZAd $ /8$ ” 0 J4 - ? POlNSETTlA COMMUNITY PARK PHASE I AN0 HhD0E.M WAL,LW ROAD Page 16 of 24 PROJECT NO. 3348 - ADDENDUM NO. 2 CONTRACTOR'S PROPOSAL SCHEDULE 2: RECLAIMED WATER IMPROVEMENTS FOR HIDDEN VALLEY ROAD 0 Approximate Item Quantity Unit No. DescriDtion and Unit - Price Total z: - 2-1 6' CL 150 polyvinyl chloride 24 LF 7g.zz /r& 77- (PVC) pipe Sta. 81 +29 at Dollars per Lineal Foot PVC) pipe Sta. 81 +29.00 to ta. 99+80.54 at / TZ5 J.ed3-Y &/&/ff- DOU@S WWf'7' pJ0 CfidT5 2-2 8" Ct 150 polyvinyl chloride 1 852 LF e / /%dB$ 27/57 Y fC3aPrKd5- po LL/&2-4 s &CL?9+ &c-/+7- LkZdF5 02 "", Dollars per Lineal Foot box assembly complete and in place at Dollars Each box assembly complete and in place at 2-3 6" gate valve including valve 1EA 6/F 6 14 s/sL /+.trPR- F-oue TId5&Jv, L'fi- 338Fd2 7 24 8" gate valve including valve 4EA 8 5% 0 k/k/47- 4.7% n/D&kD Ffi/zfl 5/# Dollars Each u,o c-!," 2-5 Install 1' manual air release 3EA 993 q 779 assembly complete and in place at /v/d/L /An/@dD A%N&fi r m4E. Dollars Each 00 2-6 Install 1' air vacuum valve 1EA //z,y 2? /.z+- assembly complete and in place at Dollars Each SCHEDULE 2 TOTAL Enter this amount on Page 4 ad6 ;r/4ous oh/& jyi4&2y$#l/H&dH flh& $ 37CS-j 0 P -, w” POlNSElTM COMMUNITY PARK PHASE 1 AND k8DDER !!&LEY ROAD Page 17 of 24 PROJECT NO. 3348 - ADDENDUM NQ- 2 CONTRACTOR’S PROPOSAL SCHEDULE 3: POlNSElTlA COMMUNITY PARK PHASE I e Approximate Item Quantity Unit No. DescriDtion and Unit - Price Total - 3-1 Field office at 6 Months sy6 .e? ?J-74 e Fit.E ~/VP~&J Dollars (Per Month) Schedules 1, 2 3 at Dollars (Lu’mp Sum) R/I-”bf?;, S,‘K 4 TH(ff 7;d kr%-M- % 3-2 Construction staking for LS Lump Sum 382?& QW ,fibfl’ Cr’GfK /fu~b&J fr‘C@Y mu /7d 2)d 3-3 Clearing and rubbing LS Lump Sum vw (not to exc eel $35 OOO) at J~vfi&du +fi Er‘GbT / .furlWw ?%Y k&q Dollars (Lu’mp Sum) LS Lump Sum ,FRd.-8 ] ‘’ 63&3!G 0 3-5 Removal and 63,800 CY recompaction at Dollars per Cubic Yard (extra work per Section c 3-6 Unacceptable material removal N/A N/A $5o,OOo c 3-3 of the 4 SPWC at - LS Lump Sum 77?ci - 3-7 Erosion control at k//pE 7/%5~W-&L JZ’Of/J - .@ J/??d\f,Ef! 5 WED7-Y TbFbih7 I=/.WL JdLbM 4m 7- fffh2-4 Jt-x, cfir7-J Dollars (Lump Sum) 36 < 3-8 PVC (SDR - 35) sewer 8’ at 2,655 LF a- - 67ao Dollars per Lineal Foot a .. % " POINSElllA COMMUNIN PARK PHASE I AND HIDDEH VBbbEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 18 of 24 Item Quantity Unit No. DescriDtion and Unit Approximate 0 Price Total 22 - 3-9 Sewer encasement per 63LF /G fd 7063- 3-10 PVC CL 150 force main (4" at 693 LF 23 /J-?YJ-- SDRSD S-11 at SiKT6W J%wf Aw A// *&my tl&/"- CCPV Dollars per Lineal Foot a - 4 7w (5&7'4 Tz%zE& BDMf ' #w ppl'- Gpcx/,?--- 4% 3-1 1 Connect 4' force main to Dollars per Lineal Foot existing sewer manhole at Llh s;x UPUW Dollars Each c SD S-1 at 1EA 72-/ Q52 7-2 4 S6t.EbW /JDp/.m TLd k&PY eL 3-12 Sewer access hole per CMWD 12 EA 2/67 o?L12// 3-13 Sewer lateral (4") per CMWD 1,410 LF // - /J2W T&,o 7&Of&b d/g- /+H&rn Dollars Each B7 ' /%Tm J /5H f4J SD s-7 at Dollars per Lineal Foot CMWD SD S-7 at Dollars Each and specifications at 76P &I bLW rn e J'irm -f&f-~ CE&FJ 3-14 Sewer lateral cleanout per 8EA 237 @ //Yd 27 /2- /d$/ /qE Gj.77 syjo5u 76. /fbbd&J TA iZB 3-15 Sewer pump station per plans LS Lump Sum /-ST c/ y f+ 7 fffl T/lw-5&0 l-?GT 1 3-1 6 PV>CL 150 water lines (8") at 62 LF /iiIl4ki..'/ S%kw 1/3U&W?nJ &P TidCLVFI CCPU Dollars per Lineal Foot 3-17 PVC CL 150 water line (69 at 368 LF JEo5PTEk& DObM &A TlffjLW m db r,fflP Dollars per tineal Foot 0 .. *b t- % POlNSElllA COMMUNITY PARK PHASE I AND HIDbETcC VALLEY ROAD PROJECT NO. 3348 -ADDENDUM NO. 9 Page 19 of 24 Approximate m Item Quantity Unit - No. Description and Unit - Price Total (2 Dollars Each fly 4s- 33-y LdT/)F ual air release at 1EA ss'/ - P2Y 3-20 8' x 6" reduce at 1EA 2 7 7 277 3-21 8" x 8' x 6' tee CL 150 PVC at 1EA 38z JPz /;ab& cr>TJ rbL7- ,~L/p./2m wm -Que i%L+u/w L&rn Dollars Each & *A % &y?& . Pt% -DUA Dollars Each 04% c T/F //OPd/w /V/kF& * 4 Dollars Each 3-22 Fire hydrant and accessories at 2 EA jc"7 22 ac7/ 3-24 Water sew 1,015 LF c/ I - $w6 3-25 Reclaimed water meter LS Lump Sum //s7'/ O/UE ?j OJWb E;G#frY hw c Dollars .Each . $766 0 J- s/ 3-23 Water servic 1,591 LF v RNL eF&m .... Dollars per Lineal Foot a/ _I-- - 004 FL?m ,Ff-uls tf-&P- Dollars per Lineal Foot vault and equipment as shown and listed on sheet 21 complete in place at Dollars Each fZ&C&Jt% F(,ifp uSMQ /f(gfl /4UIVhW sl5sygr4-y p-uvA. 3-26 Reclaimed water service fee at 2EA $900 $1.m hip6 hlW&,dMd Dollars Each e -" * i - POINSETllA COMMUNITY PARK PHASE I MI3 HbDDER VALW ROAD Page 20 of 24 PROJECT NO. 3348 - ADDENDUM NO. 2 Approximate e Item Quantity Unit No. Description and Unn Price Q? Total e - 3-27 Reclaimed backflow preventer 1EA Yfl? $44 77 (6") at ,ip@ y@d -rm+ Dollars Each of 0, 3-28 Storm drain (4" PVC (SDR-35) at 220 LF 7/ /KV J6Pfid daL-LN &m FiW C~HJ Dollars per tineal Foot 3-29 Storm drain ( 9 .!7 ,77p' YU _rJ/Tj/L/ lL/ e /r$uz7 lp "L-2 9/33 .- PVC (SDR-35) at 435 LF 4 ./itP/D /I~Vnfl& C6PK.f 4 Dollars per'tineal Foot 3-30 Storm drain (89 PVC (SDR-35) at 600 LF A/;LJ.f, dOL&&S /q@J/j h;pE@d CEk-TJ Dollars per tineal Foot 3-31 Stormgrain (1 0") PVC (SDR-35) at 1,070 LF t-8uPL7l&e bn L&Wq LJ ~~~~ &A r*m f Dollars per tineal Foot (SDR-35) at 6/ ,+Pa F~M-~ r 6.40 CE&Ef Dollars per tineal Foot / 0 3-32 Storm drain (12") PVC 46oLF h/PLPJ& btC@ 3-33 Storm drain (18") RCP 1,650 LF 32 .s38dd 3-34 Storm drain (189 RCP, Wall C at 183 LF 37 -p-J? (1350-0) at TrYifi7-Y 7- bu B~LLMJ fibn 63 s;xw b &I4 c&LJ Dollars per tineal Foot -.-- -;rhc//r,PY /bfi"l'Y aLjLG@ mfi J?>Ff Trn lf cf%@ Od 3-35 Flared end section for 4EA 3/77 -/ J-Fd Dollars per tineal Foot 18' CMP per detail sheet C1.2 at hi06 ;/3o~t~ Dollars Each ?/4@&/ #uflm b /$bV 0 L )e r POlNSETTlA COMMUNITY PARK PHASE I AND H!B)DIEN VALLEY ROAD Page 21 of 24 Item Quantity Unit PROJECT NO. 3348 - ADDENDUM NO. a! Approximate 0 - No. Description and Unrt - Price /- @' Total 6: 3-36 Storm drain (24") RCP 920 W Ll J "//'/a 7 JOMJ Wb' T&@& fx <e@ L Dollars per Gneal Foot 3-37 Flared end section for 24' 2EA L/ 7J a? 97J t jl/lYFV u,rC/%f TWO of294 Tu0 Dollars Each 02 3-38 Type "B" inlet per SDRSD D-2 at 2 EA 22r'/ L/JZzjP 3-39 Type "El' Inlet per SDRSD 3EA 32-w p7zD /yppf);lntil, TPM*&w4 ftm f@a Uollars Each 49 D-2 at (? -7-HMd m Sfwfl /b 0 ,fuvn&xA fofi? I Q? /J'f%K 3-41 Type 'F" catch basin per 1EA /?88 1778 3-42 Catch basin (Brooks 1212 9EA La7 - daw Dollars Each 0 3-40 Type "A4 cleanout per SDRSD 6 EA 263 e6 1 SDRSD D-7 at Dollars Each or equal) at Dollars Each or equal) at Dollars Each DN/: i??hosm. /o ($6 06 plfYrJaa8 h, .pkm 6r'CW-- J-;* HUPd/&A -Ti&/&,* J- 0-2 fw&/ 3-43 Catch basin (Brooks 2424 13 EA /06,7 /228; Dbls Tl4 USWO 4- i x 79 /r/ iFF* 0 c v 9 POlNSETnA COMMUNITY PARK PHA§E I AND HIDDEN VALLEY ROAD Page 22 of 24 Item No. Description and Unit Price g Total PROJECT NO. 3348 - ADDENDUM KO. 2, Approximate Quantity Unit Q 0 - 3-44 Catch basin (Brooks 3636 2EA 2Z/d 92932- or equal) with gra el filter at Tk!D TH? iUJ4b s ;xTf%%J Dollars Each e 42 1EA a%?7 2727 3-45 'U" type headwall per SDRSD D-34 at Dollars Each' 3-46 Ener y dissipator per bo oJh& ,&A &Jf?& T$LA--Y -i /"&fk 04 ( 1EA d-J/ J /2/ SDR 8 D D-40 (Type 2) 1 ton ripmp (T=3.4' at /- iVL APBMd Dollars Each SDR& D-N vype 2) 2 ton ,AVfbT@O /if! OPY8M @ L Yi6NW' D 06 3-47 Ener dissipator per 1EA /Y2/ /YZ/ /3/ J7-9 * rip ap (T=5.4') at -(x qLQ$tw ly 2>/u/rc 0 Dollars Each sheet C1.2 at Dollars per Lineal Foot 3-48 Filter trench per detail on 115 LF 7/%ifl7f& b dWwJ P9 J! lZ/'PFf %o &/@ 3-49 Loffel retaining wall at 4,500 SF lYY dycfZo/ 27 CY 225V8Y Y? 7l :i/ Dollars per Square Foot 3-50 Asphatt concreteyvhg at 3,202 TON T&/k.&rr s4.w IgDLWd z %P Fc'Fw Pw CFZ Dollars per Ton 3-51 Class 2 aggregate base at 6,138 TON I2 k/E'LUE 8DCd M r, fa F"4 e Dollars per'Ton 0 w 4 .. \ POINSETI'IA COMMUNITY PARK PHASE D AND HlDDE&% VALLEY ROAD PROJECT NO. 3348 - ADDENDUM NO. 2 Page 23 of 24 Item Approximate Quantrty Unit 3 e No. Description and Unit - Price 2a Total c - 3-52 Trench resurfacing for 4" sewer 119 LF !Bd 2l7-1' 3-53 Curb and gutter per SDRSD G-2 3,527 LF 2 - 2JJYZ force main in Paseo Del Norte and Caminito Estrada at Doll2 pe2kZ :oat Of Type,G at Dolla&' per tineal Foot jEi'CmiFd ,!) OLLL&?J P &d/w- c,6,P- /: {'GfK ~OLLM~ /&&$ Fill6 C&PV 3,795 LF 7' 3y,42K8" d YJJY 34 3-55 Cross utter er SDRSD G-12 836 SF &LMf &$ i;xPY bt hl5 GEPU 7-1/2' h t ic, a p? Dollars per Square Foot fw 0 3-56 Pedestrian ramp per SDRSD 6EA J-yD 32%4 zzz&& /?LL+'m 62 oars ac 3-57 Barrier-free access ram s at 2EA 7J7 /s/z o,o JXFt?, 3-58 Temporary deed restriction 1,896 LF 3 3-59 PCC pads for trash 750 SF c7 - 2y30 . ---/:o/w /+f5 Wd9 ,L'fTf 1. /k Dollars tach fencing at Dollars per Lineal Foot enclosures t OLLN a OfNlr &I3 CttufiPPY fi Dollars per Square i-oot 27 L -m'zii5w B 0 3 c F - i ’ POINSETTIA COMMUNITY PARK PHASE I APlD MIDDEN VALLEY ROAD PROJECT NO, 3348 - ADDENDUM NO. 2 Page 24 of 24 Approximate 0 Item Quantity Unit - No. DescritAion and Unrt - Price - Total 3-60 Restroom/Snackbar, Field No. 1 LS Lump Sum /; ~iG,/4q and all other park improvements outside additive alternative areas. Refer to plans for items and quantities (an work shown no bid item shall be included in this item) S Dollars (Lump Sum) $4,OOo Per Month *S: Speciatty Item Enter this amount on Page 4 on the plans for w h ich there is 3-61 Landscape maintenance S 4 Months $4,OOo $1 6,000 SCHEDULE 3 TOTAL $283 L 0 e r CONTRACTOR'S PROPOSAL 8 SCHEDULE 3A: POINSElTA COMMUNBW BARK PHASE I 8 SEWER ALTERNATE Approximate Item Quantity Unit - No. DescriDtion and Unit Price 3y Total 3A-1 8" PVC C-900 sewer at 1,884 LF y/ - p67zy I' FiFrY O~QE DOW Y /&!A r/f iflo 6 u.4 CEPFf Dollars per Linear Foot CMWD SD S-1 at 1 1 8 I I 1 I 1 8 1 8 8 I 3A-2 Sewer access hole per 5EA 3dY7/d //23-/ inr-y-ch- fiYSP# buy JZfG potc&Lr~ J;=*%d Cl5@ Dollars Each L7 3A-3 4" PVC sewer lateral per 1,379 LF 13 IJ2y) SCHEDULE 3A TOTAL $ /J37?( CMWD SD S-7 at /3ro Dollars per Linear Foot ' T#?&fl& ,DQLqW -7- b&ry 7[W c. f&d Enter this amount on Page 4 Price@) given above are firm for 90 days after date of bid opening. 1. Addendum(a) No@). / 4 z hadhave been received and is/are included in proposal. The Undersigned has checked carefully all of the above figures and understands that the will not be responsible for any error or omission on the part of the Undersigned in preparing bid. The Undersigned agrees that in case of defautt in executing the required Contract necessary bonds and insurance policies within twenty (20) days from the date of awar Contract by the City Council of the City of Carlsbad, the proceeds of the check or t accompanying this bid shall become the property of the Crty of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensc do business or act in the capacity of a contractor within the State of California, validly lice1 under license number , classification A B.C, c-p, c -1 zwhich ex1 on 7/a//Sf , and that this statement is true and corie'ct'and'has the legal e 40 767 54- 1 of an affi'davit. E i; 1. a9 A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to Business and Professions Code shall be considered nonresponsive and shall be rejected by City. Q 7028.15(e). In all contracts where federal funds are involved, no bid submitted shal invalidated by lthe failure of the bidder to be licensed in accordance with California la However, at the time the contract is awarded, the contractor shall be properly licensed. Pu Contract Code 5 20104. The Undersigned bidder hereby represents as follows: I I 8 I 8 8 I I 1. .... 8 I .... 1 1 I I 1 1 1. 1. That no Council member, officer agent, or employee of the City of Carlsbad is persor interested, directly or indirectly, in this Contract, or the compensation to be I hereunder; that no representation, oral or in writing, of the City Council, its offic agents, or employees has inducted hidher to enter into this Contract, excepting t those contained in this form of Contract and the papers made a part hereof by its tei and 2. That this; bid is made without connection with any person, firm, or corporation mal a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is @/ /7 BodP (Cash, Certified Check, 6 or Cashier’s Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which reqi every employer to be insured against liability for workers’ compensation or to undertake insurance in accordance with the provisions of that code, and agrees to comply with s provisions before commencing the performance of the work of this Contract and continu comply until the contract is complete. .... .... .... .... .... .... .I.. .... .... 5 I. a9 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Articl relative to the general prevailing rate of wages for each craft or type of worker neede execute the Contract and agrees to comply with its provisions. I I IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place 01 Business I. I 1 (Street and Number) City and State (4) Zip Codle Telephone No. I 1 I I 1. I 1 I 1 I 1 1 IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be n by a general partner) (3) Place af Business I (Street and Number) City and State (4) Zip Code Telephone No. L 8 I. @ L CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Countyof &?-- di~6d 2- [dl- '?J- beforeme, /?flyAfiW 6 p Y//* k03F9dy 1 On NAME, TITLE OF OFFICER E G 'JANE DOE NOTARY PUBLIC' NAME(S) OF SIGNER(S) Kpersonally kriown to me - OR - 0 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i subscribed to the within instrument an knowledged to me that he/she/they exec the same in his/her/their authol biy mrnn EX~S .:AK ZE,?W capacity(ies), and that by his/her/ @=?p3yf~:+- signature(s) on the instrument the pers or the entity upon behalf of whicl person(s) acted, executed the instrui COMM ?#953889 Though the data below IS not required by law, it may prove valuable to persons relying on the document and couk fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUl 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( 01993 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 7184 Canoga Pa I r IF A CORPORATION. SIGN HERE: I 8 D II I 1 Clty and State SM P l HA c-A-. I I I GEO Q.6-6 B7KoM g;4. %E5 1 D/,=nl7-- 1 I I I 1 I (1) Name under which business is conducted 1.8. / A;3@&D fG/r/*j % Do (2) I Impress Corporate Seal t (3) Incorporated under the laws of the State of LA,L/ FQKM//? (4) Place of Business &$S XOd5Orj Eo 4-$7> (5) Zip Code qz 111 Telephone No. fG/9\) 237- 430 (Street and Number) NOTARIAL ACKNOWLEDGEMENT OF WECUTlON BY ALL SIGNATORIES MUST 1. AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporal if a partnership, list names of all general partners, and managing partners: L! kbJ /41&32rnP /z SFcel5p45i 'I E Y I. @ B BID SECURITY FORM (Check to Accompany Bid) I I I I I I I I I. I I I I I 1 I I (NOTE: The following form shall be used if check accompanies bid.) I' Accompanying this proposal is a *Certified *Cashiers check payable to the order of C OF CARLSBAD, in the sum of dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this ct shall become the property of the City provided this proposal shall be accepted by the through action of its legally constituted contracting authoriiies and the undersigned shall fc execute a contract and furnish the required Performance, Warranty and Payment Bonds proof of insurance coverage within the stipulated time; otherwise, the check shall be retui to the undersigned. The proceeds of this check shall also become the property of the City i undersigned shall withdraw his bid within the period of fifteen (15) days after the date set fo opening thereof, unless otherwise required by law, and notwithstanding the award of contract to another bidder. BIDDER - *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following j shall be executed-the sum of this bond shall be not less than ten percent (10%) of the total am0 the bid.) L I. @ 1 DULYIJ NU. 4u-UlLU-!9>-3U *, L BlbOER'8 WHID TO AC&"V' BRQPOIAL KNOW AU PEIRSON8 BY THESE PRESENTS: L.R. HUBBARD UNITED STATES FIDELITY That we, CONSTRUCTION COMPANY, INC. ,9Up PdmiW WId AND GUARANTY COMPANY 0 \ LI8 sum bN held fallows: (must be d for whlch gaycmsaM# admfnistmtssrs, su THE CCiNDiTeQN OF WE F bunden Pdw!pd foc in the Crty of Gmfisbad, Fas and €ix9c&e Ei ce fOXfi the &&43 d notinad of tsdnld tatmaln In full fa axm.A9, tmd if ttw Prlwtpd awl duty Br&l awdl am- pdkko WAhisa kOr@rrty (20) 4 cewmli of tb ctty ot caslueact, baing nut! and usid: otkrwb, t swi b brerln jitaed! ba ferl&d da the & 41.. .... @ .... .*.. t1.L -..a ...* e,.. .... .... ,... .... ,... 5/1 e In the event Prtil?cclpal lbmcutd thb bnd a8 an 1&hr@uaal, kieb that tb d&h of Prh erhcrll not wmm!da th 8urstgr fmm k# obilgahnae under thk Execu4& by PRINCIPAL thla 27TH day &W%!bd by StfRm thfS 27TH PRINCIPAL: PpzE:s I r:> Gd 7- VMe wid Qrgd;mtfsn uf RICHARD B. FAIRCHILD @m m sf AltomlayJrrFat) {Akh CQ~CXXI~~ mwlutlcLn skwlng eu (print nm@ hare) (tlffta urd wgranlraaplcm of dgR9my) pow@? Of &Ot?Wy.) 0 sgigE~~1LY (Props notartat acknowkdgts d tixecutlbn by PRlNClPAL and SURm must b &?acM (PresMent or \Slcebgm&dmt and amcmtmy or amkWit wicretauy must sign kt wxpxatbra only one officer signa, this sr;irpo~$tkm wat erttach 8 msolutbn cofiM by tb twwetar assistaM tklacmtary untjw wrgornte md Cempowerfng W other to bind th wrporatlsn.] APPROVED AS TO FQRM: RORIAU R. BALL City Attom~y By: s/ 0 i CALIFORNIA ALLPURPOSE BCKNOWLEDGME~T. State of CALI-FORNIA On JULY 2,7, 1995 before me, JUDITH S. KING personally appeared RICHARD B. FAIRCHILD DATE NAME TITLE OF OFFICER - E G ‘JANE DO$ NOTARY PUBLI NAMEIS) OF SIGNERtS) personally known to me - OR - 0 proved to me on the basis of satisfactory ev to be the personts) whose namets) subscribed to the within instrument a knowledged to me that he/she/they ex the same in his/her/their auth capacity(ies), and that by hidhe stgnature(s) on the instrument the per or the entity upon behalf of whic person(s) acted, executed the instri WITNESS my hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and COL fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCl BOND TITLE OR TYPE OF DOCUMENT I1TLEIS) c] GENERAL 4 ATORN EY - I N -FACT 0 GUARDIAN/CONSERVATOR NUMBER OF PAGES JULY 27, 1995 DATE OF DOCUMENT SIGNER IS REPRESENTING: UAME OF PERSON(S) OR ENTIN(IES1 SIGNER(S) OTHER THAN NAMED AE UNITED STATES FIDELITY AND GUARANTY COMPANY ICW GP 416 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of Cd C tfi?miV personally appeared GEOHG Bpersonally known to me - OR - 0 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i subscribed to the within instrument an knowledged to me that he/she/they exe the same in his/her/their autho Kotary Ptlkilc Cahh-da capacity(ies), and that by hidher, signature(s) on the instrument the pers or the entity upon behalf of whicl person(s) acted, executed the instrui COMM %5mB SAN D!EW COLI.RzT\( I Though the data below IS not required by law, it may prove valuable to persons relying on the document and couk fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUI TITLE OR TYPE OF DOCUMENT TITLE(S) 0 GENERAL ATTORNEY-IN-FACT NUMBER OF PAGES 0 GUARDIAN/CONSERVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( 01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 71 84 Canoga Pal 1. __ .- ______ - _-~~ -I_ __ _-_--- .--_- *. / 113' 11 1 * t )I 'I Unified States Fidellity and Guaranty Company +lJ s Power of Attorney ''0 No. 109423 Know all men by these presents: That United States Fidelii and Guaranty Company, a corporation organized and existing under the laws of Maryland and havlng its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint William J . Gordon and Richard B. Fairchild 11 l ofthecityof Sari Diego i li , State of California its true and lawful Attorneytstin-Fan each in their separate capacity one is named above, to sign it. name as surety to, and to execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instru nature thereof on behalf of the Company in its business of quaranteeing the fidelity of persons; guaranteeing tke performance of contracts: and executing or I bonds and undertaking required or permitted in any actions or proceedings allowed by law. In Witness Whereof. the said United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, dul) I' 11 I t the signatures of its Vi President and Assistant Secretary, this 14th day of July ,AD.19 95 I g7lz-< .................... 0 I @ %Qali.@ I State of Maryland I I I ss: 'I 'I Baltimore Cii ) I I On this 14th day of Guaranty Company, and Thomas said, that they, the said Gary A. Wil Guaranty Company, the corporatio to said Power of Attorney was such ': like order as Vice President and As My Commission expires !I /I This Power of Attorney is granted under and Guaranty Company on September 24,7992: Resolved, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instrument said business may be signed, executed. and acknowledged by persons or entities appointed as Attornedskin-Fact pursuant m a Power of Attorney issued in acw these resolutions. Said Powerlsl of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company. either by thi or the President or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President jointly with the Secretary or a Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing offic seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of I and attesting bonds and undertakings and other writings obligatory in the nature thereof, and, unless subsequently rewked and subject to any limitations set fc any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so e. certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undemking to which it is validly 2 Resolved, That Attorneyktin-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limiti Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertaking. writings obligamly in the nature thereof, and any such instrument executed by such Attorney(skin Fact shall be as binding upon the Company as if signed by ai Officer and sealed arid attested to by the Secretary of the Company. I, Thomas J. FiDgerald. an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are tri from the Resolutions of the said Company as adopted by its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect force and effect and has not been revoked. onthis 27tbayof JULY ,IS 95 mi ~ 'I I i' I 11 I I, the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorn InTestimony Whereof, I have hereunto set my hand an p/z St$ an7 Company, , aF*$ .............................................................. I i --------- ____ ___---- ----_==---=--7=------- -=- 1. 11 @ / Asslantsecretary '\ FS 31595) \* ___ __ ___ ---- - - _.___ - - - -~ - -. _- __ GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR - OPERATORS & AMOUNT OF OWNER OPERATOR WORK" FORMS & AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER E I 1 3 I li E t 1. I 1 E I s1 T 8 1 Prior to preparation of the following Subcontractor and Owner Operi disclosure forms Bidders are urged to review the definitions in Section SSPWC especially, "Bid", "Bidder", "Contract", 'Contractor", "Cont Price", "Contract Unit Price", "Engineer", 'Subcontractor' and "Work" t the definitions in Section 1-2 of the Special Provisions especially 'C Organization" and "Owner Operator/Lessee". Bidders are further urge review the following sections of the Special Provisions 2-3.1 'Gena 2-3.3 "Subcontractor Items of Work", 2-3.4 "Owner Operators" and 2 0 REFERENCES I "Penalties and Remedies". CAUTIONS Bidders are cautioned that failure to provide complete and cor information may result in rejection of the bid as non-responsive. Bids propose performance of more than 50 percent of the work by other t the Contractor's own organization will be rejected as non-responsivc Bidders shall use separate disclosure forms for each Subcontractc Owner Operator (O+O)/Lease of manpower and equipment the proposed to be used to complete the Work. All items of information must be completely filled out. where the bid item will be installed by more than one Subcontractc Owner Operator/Lessee the percentage of the bid item installed by Subcontractor or Owner Operator/Lessee being listed in the line oi form must be entered under the column "O/O of Item by Sub" or "01 Item by O+O" as applicable. If a Subcontractor or 01 Operator/Lessee installs or constructs any portion of a bid item the e amount of the Contract Unit Price shall be multiplied by the Quanti the bid item that the Subcontractor or Owner Operator/Lessee insta Suppliers of materials from sources outside the limits of work are subcontractors. The value of materials and transport for materials ' sources outside the limits of work, as shown on the plans, shal assigned to the Contractor or to the Subcontractor, as the case ma] installing them. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sh shall be entered in the "Bid Item No.' column. When a Subcontractor has a Carlsbad business license the number be entered on the form. If the Subcontractor does not have a business license enter "NONE" in the appropriate space. INSTRUCTION$$ L @* @ Bidders shall make any additional copies of the disclosure forms as n be necessary to provide the required information. The number additional form pages shall be entered on the first form page of each Q so duplicated. Bidder may, at its option, combine bid items on a single row in the cl on the disclosure forms. If using this option the Bidder must indicate bid item numbers that the information in the row pertains. This opi may @ be used where the subcontractor or owner operatoi constructing or installing less than 100 percent of a bid item. ' percentages and dollar amounts may be the sums of the bid items li5 in that row. When the Bidder proposes using a subcontractor or ON operator/lessee to construct or install less than 100 percent of a bid i the Bidder must attach an explanation sheet to the designatior subcontractor or designation of owner operator/lessee forms applicable. The explanation sheet must clearly apprise the Agency of specific tasks, materials and/or equipment that are proposed to bf supplied. 1 t 1 1 2 I I 1 I. I f I I 1 8 I 1 f 5 P @ DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor thi proposes to use. Additional copies of this form may be attached if required. This form m be submitted as a part of the Bidder's sealed bid. Failure to provide complete and con information may resutt in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting I Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontrac will be allowed to perform any portion of the Work and that no changes in the subcontrad listed work will be made except upon the prior approval of the Agency. a 3 J 3 I J a J a J J 1 1 J J a 1 Full Company Name /i7, jt.=& -5 l2 r lJ !2 4 i % b n Complete Address: & ~G2&4<cA.L. JJC Street r -&A!,) ./>&&& [ .LJ city \ State Zip 1 ?"a I' - [870 i /A TelephoneNumber: [ California State Contractors License No. & Classification: Carlsbad Business License No.: €lo i Page I of pages of this form 51 J 0- bB, SW fl v DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor th proposes to use. Additional copies of this form may be attached if required. This form tl be submitted as a part of the Bidder's sealed bid. Failure to provide complete and cor information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractor! preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontra will be allowed to perform any portion of the Work and that no changes in the subcontrac listed work will be made except upon the prior approval of the Agency. I I J 3 3 a d J II d J J d 3 J 0 1 Full Company Name ~ ish s r D&";L(( d I Complete Address: k .-..P$+,+ Street k"" city \$ State Zip E\ -4?@y Telephone Number: f 1 California State Contractors License No. & Classification: A 4 i id a- Carisbad Business License No.: 3qoa a7 P Page 5 of pages of this form 51 Je @ fiP&J DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID The Bidder MUST complete each information field on this form for each subcontractor ths proposes to use. Additional copies of this form may be attached if required. This form m be submitted as a part of the Bidder‘s sealed bid. Failure to provide complete and con information may resutt in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - ‘Subletting E Subcontracting Fair Practices Act’. The Bidder further certifies that no additional subcontrac will be allowed to perform any portion of the Work and that no changes in the subcontract listed work will be made except upon the prior approval of the Agency. Full Company Nap 1 I 1 J I J J J 1 1 B 1 1 J I e t+ i ii ~~~~~~,~~~~ ei d(\q,l d( 14 &f$/\$ Complete Address: ? G 3 99% b’?v 8 69 Street city State Zip 4.jk-J an !@go I ()j\- q$i//q 1 , Telephone Number: dJi 7) /flfp<&y California State Contractors License NO. & Classification: Carlsbad Business License No.: qqTGa A J* j Page 9 of pages of this form 51 1. @ AC PRV d Bid % of % of Bid % of % of Item Bid Price Item by Total Item Bid Price Item by Total No. of Item Sub Contract No. of Item Sub Contraci 2-32 d&e> 7.5 8 ol 3 -39 7&Ca -72 /BL DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID - The Bidder MUST complete each information field on this form for each subcontractor the proposes to use. Additional copies of this form may be attached if required. This form m be submitted as a part of the Bidder's sealed bid. Failure to provide complete and con information may resutt in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractors preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting E Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontrac will be allowed to perform any portion of the Work and that no changes in the subcontract listed work will be made except upon the prior approval of the Agency. Full Company Name I d 2 0 3 1 1 1 3 i fib fLfi/d IiIhiH @j\j jy Complete Address: wok ii%/J bfk%d 06 Street, titi ' State Zip #&,d $);&lo 6 t/4* ?z,irS a! 104 %~QLB \P 1 Telephone Number: lb!?) <vY r? / California State Contractors License NO. & Classification: Carisbad Business License No.: j 2. J i J J J a I Page 6 of pages of this form 51 Jo @ /J@-- 1 4 1 P Bid % of % of Item Bid Price Item by Total No. of Item Sub Contract 3-CO 22.4"DC I -7 d Bid % of % of Item Bid Price Item by Total No. of Item Sub Contract d B - I Bid % of % of Bid % of % of Item Bid Price Item by Total Item Bid Price Item by Total No. of Item Sub Contract No. of Item Sub Contrac 3-40 P/ZSC; I AM &3 @/+L &/ca& DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor th proposes to use. Additional copies of this form may be attached if required. This form n be submitted as a part of the Bidder's sealed bid. Failure to provide complete and cor information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractor! preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontra will be allowed to perform any portion of the Work and that no changes in the subcontrac listed work will be made except upon the prior approval of the Agency. a IJ a I a a 1 ZI J J 1 J 0 a Full Company Name Complete Address: \ 21 [ 5- %zFsTmT Street city State Zip 5&d?tW CL ?-a13 1 Telephone Number: fbs) 232-893 California State Contractors License NO. & Classification: uL+TI Carlsbad Business License No.: J. d Page 9 of pages of this form 51 1. @ %- ce d DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor th4 proposes to use. Additional copies of this form may be attached if required. This form n be submitted as a part of the Bidder's sealed bid. Failure to provide complete and con information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractor! preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontm will be allowed to perform any portion of the Work and that no changes in the subcontrac listed work will be made except upon the prior approval of the Agency. Full Company Name 1 3 a a 1 3 d J d J J d J J e 1 p\ &T&qhJijg& 1 1.2c:yzjf3 ~~~~~~~ Complete Address: crty State Zip 7 Telephone Number: Qf% qq /-am California State Contractors License NO. & Classification: 47~% b Carisbad Business License No.: J. a Page 10 of pages of this form 51 1. a9 &+Le aL/ . DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor th proposes to use. Additional copies of this form may be attached if required. This form n be submitted as a part of the Bidder's sealed bid. Failure to provide complete and cor information may resutt in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractol? preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting Subcontracting Fair Practices Act'. The Bidder further certifies that no additional subcontra will be allowed to perform any portion of the Work and that no changes in the subcontrac listed work will be made except upon the prior approval of the Agency. Full Company Name I 3 a a I a a 3 * 4 k&.+&)& s. 9g9df.J -f?\$fif@\dU kg. Complete Address: ZL97 "2. ".S'k&z?cT Telephone Number: fbt% 7Z-q -4 4 California State Contractors License NO. & Classification: Carlsbad Business License No.: 24 BZTD 1 ?? 23 nn j -I. i j 'a @ d J a i J Page I!, of pages of this form 5/1 3 $;;& si t' DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID The Bidder MUST complete each information field on this form for each subcontractor thc proposes to use. Additional copies of this form may be attached if required. This form rr be submitted as a part of the Bidder's sealed bid. Failure to provide complete and con information may result in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractor! preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - 'Subletting I Subcontracting Fair Practices A&. The Bidder further certifies that no additional sub contra^ will be allowed to perform any portion of the Work and that no changes in the subcontrad listed work will be made except upon the prior approval of the Agency. 1 I J 1 J d J J J d j J Full Company Name I\ pp.2 Sd 1% *o>& i-5 p\f&4q$?i?b%7 d 4 qG %@#d \4/APJ I Complete Address: ?D *%d %sb Street OQ&MG/ tA . 72.bI.G~ State Zip 9 city &J Telephone Number: Ibfh %yo c '?h* California State Contractors License No. & Classification: Carlsbad Business License No.: P i Je @ d Page 1% of pages of this form 511 ,n Pi&+ gc;p"."*c:, J DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR’S BID The Bidder MUST complete each information field on this form for each subcontractor tht proposes to use. Additional copies of this form may be attached if required. This form r be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and con information rnay resutt in rejection of the bid as non-responsive. The Bidder certifies that it has used the sub-bid of the following listed subcontractoR preparing this bid for the Work and that the listed subcontractors will be used to perform portions of the Work as designated in the list in accordance with applicable provisions of specifications and Section 4100 et seg. of the Public Contracts Code - ‘Subletting E Subcontracting Fair Practices Act’. The Bidder further certifies that no additional subcontrac will be allowed to perform any portion of the Work and that no changes in the subcontract listed work will be made except upon the prior approval of the Agency. Full Company Name II 3 1 J 3 I d J 1 4 _J 1 J 0 8’ /Y/q-/L) ;u@ ,qc7-)<i(,\se & p & Complete Address: PE&/547- @Wf u- 9 Street city State Zip J TelephoneNumber: 1 1 California State Contractors License No. & Classification: Carlsbad Business License No.: 1. - - J Page 13 of pages of this form 5/1 I 1. 49 LA &L ape I J Bid % of % of Bid % of %of Item Bid Price Item by Total Item Bid Price Item by Total No. of Item Sub Contract No. of Item Sub Contract 3-60 a80d I d7 .. 4 Bid % of % of Bid % of %of Item Bid Price Item by Total Item Bid Price Item by Total No. of Item Sub Contract No. of Item Sub Contract -J 3-/ kf5 y / 1//3w 4D>/ ,T/O/// & //;/ nk2 &#++ (73 A/ f dr;t L?/uJz/T LZ55 <4&l/ /g ,2 ,/ 2J.V , - ,,=w7- <7 * L-@/3LQM/r/4 L z%z+ 0 431 45 ’- c .& /7&29 is# D&Sd#?/J-704/ /-7 BROd L?/zzcA/ - - j.0 / 2 d sbdvOdr&Ar/FD Mc)u/\/T - /7 722 p/P /l”K& 707’AL - Zf 30/ @S &j TPE AENA/~AW~ /72 G7/6 7)#& 12/04 /s /7H 4,45flD/UJpt., OH 5/33/& fPdn7 &+kw D’4A‘ .’+/> r/&; #.&ke,B ’ r/+% /f7d c 7 a - ,- 3 -323 77725 23 /44L4?7 SMd3 a?MflP L ,562 Mfl‘&4r- /,7@0//& 02 B//> /.T.G/2,*/ rn72lL - z / Z59/H/ 8 2 = 725‘ d 7L*E /T,G,,,V!, rJ/n//; 25% OF I#E Lc/o1Q. 75z -. - /5 7i’&d .A d .- ‘ L P/&Y,{Qn/ /BAL k S/LL -D /Y;IARKd- KO/-.-. Yp:*s / -Fg+7 ~ e --- - -,- - - -. __ - ’7GQ7QTV - ~ LE: :c: CG r ’7: .Cy-’F’F-#-’ .\ I .- , c, t * Zf7I.G op- c , c- z A+ D ,gZlK t k)TLJh/ /a?-- 3-3q .-. 7.7 ?z =--) 4 , jP/L .r,-s s y.l3(odT/rL/CzLrnR, Mm-+M-: i? 5331232 e 3 ," z ,7i /3/c, /.7%/-37 ;rco%.%L - 3,2+0/EA (2 3 - / - 782 - ._ - G) 7/36 ,A ?-/P2A, /V/P/& zz2 dfl 7HK wf ,/5 mk5- Sfl4.d f f!/fl%>N /p/44.&/rr/e '*/ f3 /r7/rtrL,kC-+P sv c yN/s /T&rn. 3 - 40 . .. 7Y/9k4- A -4 G4EMO M /- a - - __ 5 t.t S(Wmd-4 FYZ BUMdr: 5360/fl& @d =- 4 - 2- /5- _. ,&D /F& fi7Ad - 565/'B4 e t5 = / &> 7hL- fiEz?A&d22 372 OF 7&E LC/D4!?A #S 7%!&- eyfC#549A/ /&&.j+Lc, 52775- 992 - - -- *DL R"+/F/-&,- A?/- &D &&.x&,- /*: -__ /777-4,.5 /GG.h, - - -- /' L -.. 0 'aW88flH '&I -1 WOdA P6808fP 01 8f:ST S66 PT. Ei'd 8f8-1. P DP.&# /77/0// e 4 3 -4/ 7y75 r &Z,d M/d 5 &coflg&rfi> ~rnwdr - / / eo/fi~ e / /3LD ,J--4z/;.;/ p-AL ” 4 Y98/$/ @ / = /, 70 2 - a> 7H~5 $-=ly;~/ci/d,.!.!?.& 302 OF 7!%& Lz/ /s %??!E &,XLA// ?-&4 /a& &/csLs.L A /?7”&wf4 T coa zw.5 /res% 3 -45 v\. SCTPZ? /+FA3 0 sYL3cwv-?223 &wUic/l”- +?47/dA @? / z ~ i- \3,3 / #-%..7 mf7+ - 22, 927’e~ @ / by 2‘. / €332 - - d) 7H!= PG,YM,&P)G 172 os n+g lu’b /s m?g EkC~~~d/~~~~~C &wD /%fQ-&hP A43 7215 /?Zd, e V0.d 8Z8-1 ‘CRdW88nH ‘tl ‘1 WOW P6888fP 01 8z:sT G66 PT. Bid %ofltem %of Total ltem Bidpriceof byO+O Contract No. Item Bid % of ltem % of To1 Item Bidpriceof ltem byO+O Contra No. c- , CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NAME(S) OF SIGNER(S) personally appeared @personally known to me - OR - [7 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i: subscribed to the within instrument an1 knowledged to me that he/she/they exec the same in his/her/their authoi capacity(ies), and that by hidher/ signature(s) on the instrument the persc or the entity upon behalf of whict- person(s) acted, executed the instrur Though the data below is not required by law, it may prove valuable to persons relying on the document and could fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUlVi 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) [7 Al7ORN EY -I N-FACT 0 GUARDIANICONSERVATOR NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER@) OTHER THAN NAMED ABOV 01 993 NATIONAL NOTARY ASSOCIATION 8236 Remrnet Ave , P 0 Box 7184 Canoga Park, .I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) I I 1 1 E I I I 1. 1 I f 1 I 1 1 a Bidder submits herewith a statement of financial responsibilrty. 1. 51' f@ I 1 I B m I. s 8 i I I r Date Name and Phone Amoun Completed of the Employer to Contract work Contrac Contract Name and Address No. of Person Type of of \\ /I T4I96-E S& L M,w4,6 Q ~ ~ ~ ~ -~~ LL2 z g & 0 z u Li z "- 0 zz Oc-1 05 Ub i=g 2E 88 nE-( g3 t-( %4 ub Elz *g 28 g* d J 8." 88 b 5 E 0 I ~~~cucucu-oo~www~~~InIn~~cum~o -InInInwoo www aabboo otmob zoc ~~bwwwm~~~,,,~?~~~InInInInb~mw(Nu acnaamao~~~m*moo Ind-CDN Nd &&&&W&& -----co.&(Nwwhhd&& &Add mmmmmmm5icnaommo cummwwmmm5iawm~ (\1cucucucucucucu(Nwcucu~*cuIn(NcuInIn~cucu(NwIn~~ cc W Z W AI- - 2 E II PE w=% = oecc~z~~~sanan~z$oo %wwrHz oo~(Icccco~cLTc~~o~~~~~~~ ~~~~W~77IOOO~ ~~~(~ccccca(~~YyYmz~~~~~zx~~ ETO ~~wwwa>-~wOOOo~~_-~--~-ao~>-~a~~ Saa~r~mT~ncccc~mo~>>smo~a~ccoa~ OOOOOOOOO~~~~~ oooooooooowoo g E - m10mz 10 LE W WW 2E zzzz b2 000 WWIWWW aa~o~m~-,~ww I-ou =(I(IJJJ~zztrIIo~2==cccoocczcc10cc~ WWW~~~~OOWI-I-I--~~ZWWWW~~WO~>-W~ 5885555~5~~~~~~~55555~8~~~~~ ,oo,,,,80~'z"~Jz,,,,~,o--~o- *G 3g GTsGTsggk CzCEkz: " E ,ooZjzjTso gggzzzg $0 cck 0 E no-$ 0 ZZZZZZJ ccao azczzzzzz zz ~v)10101010~ wgm1010mv)m 10100 10 000000L 0~~000000 8bC 8 Z aaaaaax aaaaaa aak a LLLLLLLLLLLO L+ LLLLLLLLLU *. 10 g& kt0 00 00 0 0000000000000000000000000000 0000000000000000000000000000 oooooooooooooooooooooooowbbd co 0 0 - w- b 0- 0- 0- 0- 0000000000000000000000000~~~ 0~0~0~0~0 0-0 0 0 0 0-0 00 0-0 0 0 0-0 0 00-0 b.co-W-In- d W-69d 696969 cnbbw~cuwcooa~co*b*co-awa~~oInba~~ 0- m- 0- d 0- a- a- w cu- 0- b- m 0- 7 (\1 m cu 69696969696969-(N69696969~696969~~~~6969(\1 d In b w In d In a- co- -t In a d d In - (N 6969 69 69 I- ZI- t-w wz W > 5% W zw z yI-2 =,o 3 45 g55 awwzmg% LT g 0;2 W o'~o+~o a EEL > t5 I z-=> zoo+TLTwv)c nI->-3,wz, Kccv)~wccaa (1zwa~23~ v, # ;ppp cca(IccYo--w~lO~ataoodms~~~Y ~~~cc>uI-IaYwwJw > m~taaaaZ~wncc~~-ya~JI-~r-u~ nam~x~a~~x~~~;%ma~~+~K arnI-9%J2 E &naa~a~, zOnaaaz+O z~~~~+w~a~w~~~~~~~~~Jw~ooxo >>-~JI-- EV)WQZ~~+ zoo> v) Y Z zn gyyI=z+pcu awmwwy act5ia+mz oWW~Z~O~ a $E2 ~-crcca >~>-uuun~ccz -owm +ccaa+ ~I-~O~OJ~~O UJqmyi-10 a+a~JJaJmojKccwQaao3~aoyo- wcc010mmowLTn0~g~~0oz~>-~~a(1m~~(1 o~ccaaazxa~~ I--Jz~~~~o~~oSQZ~ 01maoawmr1-1-o510ya~ammo~~o~mo~ 0 oODcuoocuoabmmo-$~~~owd-wooboowNocu 000 00mm~0d-m-OcuOD cud-moocuoood-0o0$cucuo cu~mcud-mb~wwcumd-bw~wcucubcucu(ucucu(ucumbmbcumcu "d-~~o~~~~~~a~~~on~~h~~~~~~~~~~~~~~ 3* ~mmmwmmm0mmmwd-00mmmbm0mmm~mmd-md-mNm W~W~'j-dddWWW~~W~WWW~OD-WW'j- cb'j-&d--&&Li, - i- Y I- fc 0 30 a: -J W a: zaO$ozz z na: WI- 2<z m~~~~~~~~~~#~Es~s wizfYzs I-$OYO 250 0 ao3m WQW 0 :6+Pt-gp, ~wm- zc7~~~o~mIla:a:y~~~~~~~mz~~~zrouow~~~ qZ-~<>aonzs~p~wIt-~z --zfcza:=o~ a:oy1Q >wOoaZow l~~~~~~p~a~,awa>~aa>a~w~~owJ ~""~rny~y~~~~B~~~B~m&mm ma:H ss2s~~~~~~~~~~s~sss~~s~s~~s~~~B~s~ 00~00 LLLLmuu 0 E oooo~~owooo~~oooa LLUULL Owuyu~uo u~~ua:au o 8 Loo ULL 1 , t-twt> p >>>>kOtn,, kct-bo>t-wk,gE t-ot;; oUwa:nw mmIzPa:~azz~a-m-a~fc,oa~~0~~~~~c7mw OK z mzI ~c7a:~s~~mna:~~u~nc7n~n1-~~mna~3~c7~~m>a ""n""$oz----rn"$"""~zwwwo "~O$OW"O mmQmm mmmmUmmimmmLLOmmmEom ongoo zz zz ,= a zzzz~~zazzz~~zzzI-~z nnnn zoonnngaonnr&n i zoo0 ozz aawaa z aaaa Oa aaaw~aaao~a 2 ~mm 0aa EI-0kk 0 o>> ( g z Ebb 0 8 GO0 ! cg= 0000 SGfcO00 go0 I 0 goo00 (0 w 0000000000000000000000000000000000( 0000000000000000000000000000000000~ 05d~b+00000b~bc@j~00b 6CIjd+dddc0dddd0( mcuODLooooooom0md-mooOD~m omocubaooomoo~ zi a-v-- m ~~o9oom~b~~~-~b~mqo~-~o~d-~~b~~o~w~cu~b~~m~o~a~~o~~ *- m b cu- y- 0 0 b (u w d- 0 OD m - co b cu Lo d- 0 w m 0 * OD 0 w b 0 0 0 * ( cuoom oowow0d-~mcubommomNmODmd-a-w-ocu~cu - m Lo m 6 0 cu - 0-$:"l-g 0-d- b m m m 0-b m 7- 0) e3 0) b w-m-qm w (D 2 e3 69 e3 69 e3 cu- t9 e3 - (ue3t9e3e3t9-e3t9e3e9 %*e3m **e3*t e3 t9 e3 t9 *;;;e3 I- w Z W t- tL c7 z W a 0 y 2-2 g; m a: 0-w IlJI gP y > -0 > -2 Lj ;f ZEZ UJ: d r ; ya I-- >I $5 y fc ~5 a = y 3a: <n% 5": a >OX> ai -E w 0 p E50 oc gga: zaa +6 awb B Lr(oa:g a-aQyt-u@Zyy$ r 0- a: w U a oJygg h; "Wwgmm: a om auwmnaZEm a a:J ~9~myuaIc>oI-rwa-J>aw @ ~o,~rra:,1~ra>m~rao~zozO~3a:00fc,m~~a~ ~zywo00200a~c7m~mfczw~OamuaGfcaw0ma a:n awI-UuOm$nfc3 wKO-t-w3a+at-32,0 co20fcyfco3zw mcroo2g~<w fczm~03v, aga--r>z a-~~~~aa:oaaoQ~a~~~P~~~a:xwa~~on~ac mIa2iz ma:nZ-JIufcOsE~c7mOaunwzwizua~nu -2 0 a 20 2 ~~~~~~~~~~,y~cao,~~~y~ I-fcam "kn'-~~gfcgz mzaZcIm-,, ps ZL [Io guZ-Jm~+ z$?~wya~~~~n ~O~<CJ~+~W~~<-O~ ma~mwaw a: ~w~0n~m~~g~'1-~~m>3maozy~~ <ifi0ijj0'Z~nz~0w~0~ a Lo wm owooooocnwooocnwwaoalowmd-md-oobo ooomoooowo~ocu~wcucumm(DmLoocuo --3;m&bm cuwcubwwcuwcuwLo~LomLomcucuwcuwmcu~cumd-Locuwww~w Ncucnocucucucuwcu c?c?Cyc?~o"cualmomLoLocu- cucu bcuLow-wcu~d-y)G y c?T)$@?c?.rLl?qxy "0 mcucnd-cucumcumcu~mcummcummmmcummb~LobLocucucu~ODcu Cy~c?~bbLob-~~~~~~~~~~~~~OD~ mcu- WbWcuLb mb z z 2 0 K w B 2 P zw w 2wg $ I- WZU> znoo w> a moaa waW oas E wza: =w i3 zKn oe ,annwaK ,wwo~~~~~a~~~~~=~~~~~~ -I =CaOz w QqrXoi wow ~~~Oaa-I~~ao-Ia~olo~aaI-o-~> w oaaxaI- aUInnoaaUIcnaan,Z~nIocnI-m~I Y nnncn-m oaocnoooom~~ooooooommo~oa~-~~ Looz,o 2 oon>zn u-ZZ532 Zz280 8 0aa3wa w U 0 a aUaJnU-2m 5 ! 6acnw eapaaK~a yc %Z~~-I~~~O ee~'~~eUI-"e~e5~wYF-J~Z-~~~ n I- a$$ Z~KYZZZ~YZO~I-I-~ ~z~E~z~~K z ~)>zaz~ -Iw> o>EU--(J-ZE+--- o-~.~ow~~o~t-w n,taOaana9a~naa~a~anna~aZ~~~~~aa o~ww~"~I-I-wowy~~~~a"~2>w wa op>> !=I- g g >>x> kkkkEk >- co-za ::Eo 2 gEsIogg 0 ZOsIoG 0 0 ooooGo oEoQ g $"GCWO nnonooI~E~o 0% a00 n ljz2zz z zm zzzzzz xa aa a aZ aaaaaa Icn$cncn 0 cnY cncncncncncn cnOcn,& n(r)V)II--cr) OU,LLU. LLLLLLLLLLU $+aB 5 -Ju-u-o$U- lL0,OO 6 83 000000 l ~OOUcnO - n (0 ois a a 0-75 Z Z 0 cn 0 0000000000000000000000000000000000 0000000000000000000000000000000000 0000000~00~00~0dddd~~~d0~~~~~~~~~~ ooooooo-oowooaoalooocucna~ooo~oooobob 0- 0-0-0 0 0 0 - 0 0 m 0 0 a 0 Lo (D 0 0 w w m c3 0 0 0 OJ 0 0 0 OD 0 0- b- cu o - o- o- d-- o- b- Lo- OD- m- o- o- w- o- o- *- cu- o- m- b- o- b- o- o- b- -- m- o- a- -- -- cu (\1 oomoocucuODLowocuod- cuwood-0 oocv~~od-NmwN ocolnm- (D - (v 0- c7 w (D - cu Lo d- m "_ In z z Lo (D - d- b m 6 0- b- -~tem-tfftete--~--te-te--~tetete-cu--~te~~te~te~ e3 -69 te -69 tAe3 tff I- - E? m I-+ I- UI 0 I-w I- cn> W I- m U n g $5 6I- z zgl 23 LJJ mal w0zI-Qza Fa 5amz EWE >zz g$ OZOL' w $2 0 Scn 6 != EO $6 w&z--m d$ w UJ >w =30>+ E Zo'D I?Z I- a ZZ-~IOOt-O w-I- wu 5 ~~3~~oz~$a E y &k6 UZ& wou- z r aoI-3a2~2q $8: Y cct;~?kmg $ FEs3z$Gzs cn3r :_Izolr>zg aU CK~F~' ~y~~m~YwJ~a~ aoct-daww &?I ~0r~1-a cnsgorrowo nI-o ~UCJ w~~ncn~i~-I~-za &gam yawQQm~--i F~~~~~~wYuE~~II>u-I~ axEgP,t: u,oOZ ~~a~~~~~~~~~-~asL~a~~*nal-acncnt-w-~ I-w ckccKww~%~t-+ ~-aa$ii&kn%~,-k>~ a: KOI-IZWQIZ~~, ~~~~~>C-IXI-~WJ~OU~KI--J~~~~Z~ ~~~-~J~>s~mx~nocnU-a~~,t~a>,oao, cng3yak~: awr2~zao~oaUowwaI)~-Ia:I)a~aa=aI-waaKa: . 3~w~-10r~~~zcnannao1-~01-~~n~-~mwalcn1-nm1-~: rl) ZEozga >>amma t-~~~~~~m>o~~&xI-~Emg-o, zw=- cncn,Ua=i~;g! b 0 a"8NObOSbaamNddm omm mooobbaommooN ad-d-a*Nb(u Inmad- mN~bNNmNmmaau3Nmmm mmmbmamammdaammma ~~~~0"mmN~oNaozz~ mwm-&A&A44&&&&&&& Z I 0 w Irx Z WZ >> _IZ,OO$$ W 2 ~OI-TT~$~,~~O znm~I-t-a: a:amm5 35% =>s$$a53pqIamm, ~l?,moc,,~oo $o~~o~~~zH~~SO~~S Wa:ooa Y~wz-~t-a>~~aon~a:~ra: ~~~xonwzz~l?~~>>J LZAt-aAza:aooa:wzAaaa ~mmnmamn~~uu~muu~ ommomooonaummm00m ~zznz~~~mmznzznnn ~aa,a~W~oo~~-aao~~- -Ea: a:----I>3 olrrr00x nt-t-zt-nnn $ a a0 azzz a: aa LL LlJ LLLLLL 0 LL 000 0 kkk 2Zr;L moomo$$$ 5 00 ; >>> (7 5 000 J-10-I 0 8 a: W I 06 00000000000000000 00000000000000000 Ob00 0~0000000600 obooGoNoooooooooo oaoomoaoooooooooo 0- b- 0- 0- 05- 0- d-- 0- 0- 0- 0- 0- 0- 0- 0- a- a- w~~Naomomooomoomo m d a d--m C9-d d (\I b-0J-W LD_N---O- * 7- d--- m ff) Y ff) e3 ff) - We3 e3 W e3W -Wff)tf) N a 7 - 7 e3 I- LL Y a: - P Z EB I- ugw W Qk$ 0 I-k 0 ZLLt- (7t-ck iip 2oii 0 LL moo 5 FztY a:~o ZF2 aWg EWw=W<HggE (.%EW >T3W n pu>a:000zWI-Y0fI Coo z2 $j %g1-3>t-ma,nma:m2 4~ w nzOx~~WS~Zz~t-sy~~ (7 oc G m<awI-wA rzk?2t-? =a:WILj~a>-m a mc: wa:>-P~Gs$g> z r~t-1-3rma ~-m~-Ooaa: oc-nmmaa:og== m0aum~ $ >now$ arm>z + -I* + + * c 2 ELL mawmreg(7ygr0 2 ~'~Z~a:mua:ma~ awn Wszz d) 000>~mon~xP5~=,moO ZZ3<U I-mz-IEs;$E5zz$p5f3y Y wl~a na~OO~* a* c * * c m s CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT before me, /8'?%40,M /f Rv/zukr bd,T&y DATE NAME, TITLE OF OFFICER E GI 'JANE DOE, NOTARY PUBLIC personally appeared G%CE / PY%h 74 NAME@) OF SIGNER(S) B personally known to me - OR - 0 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i subscribed to the within instrument an knowledged to me that he/she/they exe the same in his/her/their autho capacity(ies), and that by hidher, signature(s) on the instrument the pers or the entity upon behalf of whict person(s) acted, executed the instrui COMU r;953%9 Though the data below is not required by law, it may prove valuable to persons relying on the document and coulc fraudulent reattachment of this form. CAPACITY C LA1 M ED BY SIGN E R DESCRIPTION OF ATTACHED DOCUF TITLE OR TYPE OF DOCUMENT TITLE(S) 0 GENERAL ~ 0 ATTORNEY-IN-FACT NUMBER OF PAGES GUARD I AN/CONSE RVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABC 01 993 NATIONAL NOTARY ASSOCIATION 8236 Rernmet Ave , P 0 Box 7184 Canoga Pare 1 * NON-COLLUSION AFFIDAVIT TO BE EXECUTED I State of California 1 8 8 I I 1 8 I 8 BY BIDDER AND SUBMITIED WITH BID PUBLIC CONTRACT CODE SECTION 7106 ) ss. 3 /“c. 5s being first duly sworn, deposes and says that he or she is ?R&L 1 i> Gd 7- of ~~~~~ CQ., tNC (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behal any undisclosed person, partnership, company, association, organization, or corporation; the bid is genuine and not collusive or sham; that the bidder has not directly or indirc induced or solicited any other bidder to put in a false or sham bid, and has not direct1 indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put sham bid, or that anyone shall refrain from bidding; that the bidder has not in any man directly or indirectly, sought by agreement, communication, or conference with anyone to fi> bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element oi bid price, or of that of any other bidder, or to secure any advantage against the public t awarding the contract of anyone interested in the proposed contract; that all statern contained in the bid are true; and, further, that the bidder has not, directly or indire submitted his or her bid price or any breakdown thereof, or the contents thereof, or divu information or data relative thereto, or paid, and will not pay, any fee to any corporai partnership, company association, organization, bid depository, or to any member or ai thereof to effectuate a collusive or sham bid. 10 executed on the day of /’cp.tG.ctS 1- 119- k!of..yy PW’IC Cat iOfn 3 .*2.-- 4 a=pq~-gz u fk CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT On &' f /G l Ps' before me, /HY&6?P@ & /&&@7 , kdr& NAME TITLE OF OFFICER - E G 'JANE DO~NOTARY PUBLIC DATE NAME(S) OF SIGNER(S) personally appeared ppersonally known to me - OR - 0 proved to me on the basis of satisfactory evi to be the person(s) whose name(s) subscribed to the within instrument ar knowledged to me that he/she/they ex€ the same in his/her/their authc capacity(ies), and that by hidher signature(s) on the instrument the pers or the entity upon behalf of whicl person(s) acted, executed the instru Though the data below is not required by law, it may prove valuable to persons relying on the document and couli fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUI I? CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 AlTORN EY -I N-FACT 17 GUARD I ANKONSE RVATOR NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( 01 993 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 71 84 Canoga Pal CONTRACT- PUBLIC WORKS 1 8 1 I 1 1 R I I I I I I II 1 8 This agreement is made this a' day of between the City of Carlsbad, California, a munici business is 7485 RONSON ROAD SAN DIEGO CA 92111 (hereinafter called 'Contractor".) City and Contractor agree as follows: 1. , 19Lcby called 'City"), L.R. HUBBARD CONST. CO.,INC. whose principal plac Description of Work. Contractor shall perform all work specified in the Contract docur for: POlNSEmA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD I CONTRACT NO. 3348 (hereinafter called 'project") Provisions of Labor and Materials. Contractor shall provide all labor, materials, tc equipment, and personnel to perform the work specified by the Contract Documents Contract Documents. The Contract Documents consist of this Contract, Notice In\ Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidc Statements of Financial Responsibility and Technical Ability, Noncollusion Affidavit, Esi Agreement, Release Form, the Plans and Specifications, the Special Provisions, an proper amendments and changes made thereto in accordance with this Contract o Plans and Specifications, and all bonds for the project; all of which are incorporated hc Contractor, her/his subcontractors, and materials suppliers shall provide and install the 1 as indicated, specified, and implied by the Contract Documents. Any items of worl indicated or specified, but which are essential to the completion of the work, sha provided at the Contractor's expense to fulfill the intent of said documents. In all insta through the life of the Contract, the City will be the interpreter of the intent of the Con Documents, and the City's decision relative to said intent will be final and binding. FE of the Contractor to apprise subcontractors and materials suppliers of this condition c Contract will not relieve responsibility of compliance. Pavment. For all compensation for Contractor's performance of work under this Con1 City shall make payment to the Contractor per Section 9-3 of the Standard Specifica for Public Works Construction (SSPWC) 1994 Edition, and the latest supplement, hereir designated "SSPWC", as issued by the Southern California Chapter of the American P Works Association, and as amended by the Special Provisions section of this conti The closure date for each monthly invoice will be the 30th of each month. Invoices the Contractor shall be submitted according to the required City format to the ( assigned project manager no later than the 5th day of each month. Payments w delayed if invoices are received after the 5th of each month. The final retention am shall not be released until the expiration of thirty-five (35) days following the recordii the Notice of Completion pursuant to California Civil Code Section 3184. 2. 3. I. by this reference. 4. 5 I. @ Public Contract Code section 20104.50 requires a summary of its contents to be set in the terms of the contract. Below is such a summary. However, contractor should to Public Contract Code section 20104.50 for a complete statement of the law. The city shall make progress payments within 30 days after receipt of an undisputed properly submitted payment request from a contractor on a construction contrac payment is not made within 30 days after receipt of an undisputed and properly subrr payment request, then the city shall pay interest to the contractor equivalent to the rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable after rec determine whether the payment request is a proper payment request. If the city detern that the payment request is not proper, then the request shall be returned to the contri as soon as practicable but not later than seven (7) days after receipt. The returned rec shall be accompanied by a document setting forth in writing the reasons why the pay1 request was not proper. If the city fails to return the denied request within the seven (7) day time limit, the1 number of days available to the clty to make payment without incurring interest she reduced by the number of days by which the city exceeds the seven (7) day r( requirement. "Progress payment' includes all payments due contractors except that portion of the payment designated by the contract as 'retention earnings'. A completed and executed release form in the form described in this contract (hereir 'Release Form') shall be submitted prior to approval of each progress payment. contractor shall list all disputed claims or potentially disputed claims which arise durin pay period. The purpose of the Release Form is to bring timely attention to areas of di3 or potential dispute between the contractor and the City for the pay period. Failure c contractor to submit a completed and executed Release Form shall constitutc contractor's acknowledgement that no disputes of any type have arisen that pay peric remain from previous pay periods and the contractor waives all future rights in mi claims for disputes arising in those pay periods. All previous and new disputed clair potentially disputed claims shall be listed on the Release Form until such time a: disputed claims are resolved. The contractor shall not modify the Releabe Form in any 5. Independent Investiaation. Contractor has made an independent investigation o jobsite, the soil conditions at the jobsite, and all other conditions that might affec progress of the work, and is aware of those conditions. The Contract price incl payment for all work that may be done by Contractor, whether anticipated or not, in ( to overcome underground conditions. Any information that may have been furnish( Contractor by City about underground conditions or other job conditions is for Contra( convenience only, and City does not warrant that the conditions are as thus indic Contractor is satisfied with all job conditions, including underground conditions and ha relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible 1 loss or damage arising out of the nature of the work or from the action of the elemer from any unforeseen difficulties which may arise or be encountered in the prosecuti the work until its acceptance by the City. Contractor shall also be responsible for expd incurred in the suspension or discontinuance of the work. However, Contractor sha be responsible for reasonable delays in the completion of the work caused by acts of 1 I I I E I I I. 8 I I I I 8 1[ I f I 6. I I* @ stormy weather, extra work, or matters which the specifications expressly stipulate w borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves digging tren or other excavations that extend deeper than four feet below the surface Contractor promptly, and before the following conditions are disturbed, notify City, in writing, of A. Material that Contractor believes may be material that is hazardous waste, as del in Section 251 17 of the Health and Safety Code, that is required to be removed Class I, Class II, or Class Ill disposal site in accordance with provisions of existing 8. Subsurface or latent physical conditions at the site differing from those indicated C. Unknown physical conditions at the site of any unusual nature, different materially those ordinarily encountered and generally recognized as inherent in work o character provided for in the contract. Crty shall promptly investigate the conditions, and if it finds that the conditions do mate so differ, or do involve hazardous waste, and cause a decrease or increase in contrac costs of, or the time required for, performance of any part of the work shall issue a chi order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the condi materially differ, or involve hazardous waste, or cause a decrease or increase ir contractor’s cost of, or time required for, performance of any part of the work, contri shall not be excused from any scheduled completion date provided for by the contrad shall proceed with all work to be performed under the contract. Contractor shall retair and all rights provided either by contract or by law which pertain to the resolutic disputes and protests between the contracting parties. Chanae Orders. City may, without affecting the validity of the Contract, order char modifications and extra work by issuance of wriien change orders. Contractor shall r no change in the work without the issuance of a wriien change order, and Contractor not be entitled to compensation for any extra work performed unless the City has is a wriien change order designating in advance the amount of additional compensatic be paid for the work. If a change order deletes any work, the Contract price she reduced by a fair and reasonable amount. If the parties are unable to agree on the am of reduction, the work shall nevertheless proceed and the amount shall be determine litigation. The only person authorized to order changes or extra work is the Pr Manager. The wriien change order must be executed by the City Manager or the Council pursuant to Carlsbad Municipal Code Section 3.28.172. lmmiaration Reform and Control Act. Contractor certifies he is aware of the requiren of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) anc complied and will comply with these requirements, including, but not limited to, veri the eligibility for employment of all agents, employees, subcontractors, and consuttant: are included in this Contract. I 8 7. f I 1 I 8 I I to I I I I I I I I 8. 9. C i. a9 10. Prevailing Wane. Pursuant to the California Labor Code, the director of the Departme Industrial Relations has determined the general prevailing rate of per diem wage accordance with California Labor Code, Section 1773 and a copy of a schedule of general prevailing wage rates is on file in the office of the City Engineer, and is incorpor by reference herein. Pursuant to California Labor Code, Section 1775, Contractor shal prevailing wages. Contractor shall post copies of all applicable prevailing wages on thc site. 1 1. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, indemnify and hold harmless the City, and its officers and employees, from all claims, damage, injury and liability of every kind, nature and description, directly or indir arising from or in connection with the performance of the Contractor or work; or from failure or alleged failure of Contractor to comply with any applicable law, rule regulations including those relating to safety and health; except for loss or damage H was caused solely by the active negligence of the City; and from any and all claims, damages, injury and liabilrty, howsoever the same may be caused, resulting direct indirectly from the nature of the work covered by the Contract, unless the loss or dan was caused solely by the active negligence of the City. The expenses of defense inc all costs and expenses including attorneys fees for litigation, arbitration, or other dis Contractor shall also defend and indemnify the City against any challenges to the a' of the contract to Contractor, and Contractor will pay all costs, including defense cod the City. Defense costs include the cost of separate counsel for City, if City reqi separate counsel. 12. Insurance. Contractor shall procure and maintain for the duration of the contract insuri against claims for injuries to persons or damage to property which may arise from connection with the performance of the work hereunder by the Contractor, his agl representatives, employees or subcontractors. Said insurance shall meet the City's p for insurance as stated in Resolution No. 91-403. (A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: I 8 1 t I I I I. I 8 I I 1 1 E t I resolution method. $1,000,000 combined single limit per occurrence for bodily injury and pro1 damage. If the policy has an aggregate limit, a separate aggregate in the am specified shall be established for the risks for which the City or its agents, off or employees are additional insured. $1,000,000 combined single limit per accident for bodily injury and pro1 damage. In addition, the auto policy must cover anv vehicle used in performance of the contract, used onsite or offsite, whether owned, non-ownt hired, and whether scheduled or non-scheduled. The auto insurance certif must state the coverage is for 'any auto' and cannot be limited in any mann 3. Workers' Comwnsation and Emplovers' Liabilitv Insurance: Workers' compensation limits as required by the Labor Code of the Sta California and Employers' Liability limits of $1,OOO,OOO per incident. Wor compensation offered by the State Compensation Insurance Fund is acceptat the City. I 2. Automobile Liabilitv Insurance: E b I. @ (9) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurr required under this agreement contain, or are endorsed to contain, the folio! provisions. General Liabilrty and Automobile Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additi insured as respects: liability arising out of activities performed by or on behr the Contractor; products and completed operations of the contractor; prerr owned, leased, hired or borrowed by the contractor. The coverage shall COI no special limitations on the scope of protection afforded to the City, its offic 2. The Contractor's insurance coverage shall be primary insurance as respect: City, its officials, employees and volunteers. Any insurance or setf-insuri maintained by the City, its officials, employees or volunteers shall be in exce! the contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting provisions of the policies shall not E coverage provided to the City, its officials, employees or volunteers. 4. Coverage shall state that the contractor's insurance shall apply separately to ( insured against whom claim is made or suit is brought, except with respect tc limits of the insurer's liabilrty. (C) "CCLAIMS MADE" POLICIES - If the insurance is provided on a "claims made" b coverage shall be maintained for a period of three years following the dal completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by this agreement be endorsed to state that coverage shall not be nonrenewed, suspended, voi canceled, or reduced in coverage or limits except after thirty (30) days' prior WI notice has been given to the City by certified mail, return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS -Any deduct or setf-insured retention levels must be declared to and approved by the City. A option of the City, either: the insurer shall reduce or eliminate such deductibles or insured retention levels as respects the City, its officials and employees; 01 contractor shall procure a bond guaranteeing payment of losses and re investigation, claim administration and defense expenses. (F) WAIVER OF SUBROGATION -All policies of insurance required under this agree1 shall contain a waiver of all rights of subrogation the insurer may have or may acc against the City or any of its officials or employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured u its policies or shall furnish separate certificates and endorsements for subcontractor. Coverages for subcontractors shall be subject to all of the requiren stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that hc rating in Best's Key Rating Guide of at least A-:V, and are authorized to transac business of insurance by the Insurance Commissioner under the standards spa in by the City Council in Resolution No. 91-403. I I. I I I 8 1 I. I 1 1 I I I I I 1 . I employees or volunteers. E I. @ (I) VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificat insurance and original endorsements affecting coverage required by this clause. certificates and endorsements for each insurance policy are to be signed by a pc authorized by that insurer to bind coverage on its behatf. The certificates endorsements are to be in forms approved by the City and are to be received approved by the City before work commences. (J) COST OF INSURANCE -The Cost of all insurance required under this agreement be included in the Contractor's bid. 13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolvc accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapi Article 1.5 (commencing with section 201 04) which are incorporated by reference. A of Article 1.5 is included in the Special Provisions I section. The contractor shall in submit all claims over $375,000 to the City using the informal dispute resolution pra described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstandin! provisions of this section of the contract, all claims shall comply with the Governmenl Claim Act (section 900 et seq., of the California Government Code) for any claim or c of action for money or damages prior to filing any lawsuit for breach of this agreem (A) Contractor hereby agrees that any contract claim submitted to the City mus asserted as part of the contract process as set forth in this agreement and nl anticipation of litigation or in conjunction with litigation. (9) Contractor acknowledges that if a false claim is submitted to the City, it ma considered fraud and the Contractor may be subject to criminal prosecution. (C) Contractor acknowledges that California Government Code sections 12650 et seq False Claims Act, provides for civil penalties where a person knowlingly submits a claim to a public entity. These provisions include false claims made with delik ignorance of the false information or in reckless disregard of the truth or false o information. (D) If the City of Carlsbad seeks to recover penalties pursuant to the False Claims P is entitled to recover its litigation costs, including attorney's fees. (E) Contractor hereby acknowledges that the filing of a false claim may subjeci Contractor to an administrative debarment proceeding wherein the Contractor m~ prevented from further bidding on public contracts for a period of up to five yea (F) The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 3.32.028 pertaining to false claims are incorporated herein by reference. 8 1 8. 1 II I 1 1 I I. I 1 I I I 1 I I A I HAVE READ AND UNDERSTAND ALL PROVISIONS OF SECTION 13 ABOVE. INI' 5 I. e9 14. Maintenance of Records. Contractor shall maintain and make available at no cost tc City, upon request, records in accordance with Sections 1776 and 181 2 of Part 7, Cha 1, Article 2, of the Labor Code. If the Contractor does not maintain the record Contractor's principal place of business as specified above, Contractor shall so inforn City by certified letter accompanying the return of this Contract. Contractor shall notifi Crty by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Set 1720 of the Labor Code are incorporated herein by reference. 16. Security. Securities in the form of cash, cashier's check, or certified check ma! substituted for any monies withheld by the City to secure performance of this contrac any obligation established by this contract. Any other securii that is mutually agree by the Contractor and the City may be substituted for monies withheld to en performance under this Contract. 17. Provisions Rewired bv Law Deemed Inserted. Each and every provision of law and Cli required by law to be inserted in this Contract shall be deemed to be inserted herein included herein, and if, through mistake or otherwise, any such provision is not inse or is not correctly inserted, then upon application of either party, the Contract shall fortt be physically amended to make such insertion or correction. 1 I 1 1 I I 8 I ... I. 8 li ... 1 I I ... I I I I. ... ... ... ... ... ... ... ... ... ... ... ... 5 I. blb CALIFORNIA ALL-PURPOSE ACKNOWLEDG~EN~ NAME(S) OF SIGNER(S) personally known to me - OR - proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i subscribed to the within instrument an knowledged to me that he/she/they exe the same in his/her/their autho capacity(ies), and that by hidher, signature(s) on the instrument the pers or the entity upon behalf of whicl person(s) acted, executed the instrui Though the data below is not required by law, it may prove valuable to persons relying on the document and couk fraudulent reattachment of this form. CAPACITY CLAl M ED BY SI G N ER DESCRIPTION OF ATTACHED DOCUI TITLE OR TYPE OF DOCUMENT TITLE@) GENERAL [7 ATTORNEY-IN-FACT NUMBER OF PAGES 0 GUARDIAN/CONSERVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABC 01 993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 71 84 Canoga Par c *- 18. Additional Provisions. Any additional provisions of this agreement are set forth in "General Provisions" or "Special Provisions" attached hereto and made a part hereof. 1 RONALD R. BALL City Attorney By: 5&A&7222? Y 1 1 1 I I 1 I C Io a3 PREMIUM: INCLUDED IN PERFORMANCE B( 5 It R 1 i IC I I s 1 1 I I 1 .( LABOR AND MATERIALS BOND WHEREAS, the Crty Council of the City of Carlsbad, State of California, by Resol NO. 95-269 , adopted SEPTEMBER 19, 1995 , has awarde (hereir designated as the "Principal"), a Contract for: L.R. HUBBARD COhSTWCTION COMPAhY, INC. P POINSElTlA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD CONTRACT NO. 3348 in the City of Carlsbad, in strict conformity with the drawings and specifications, and ( Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms th require the furnishing of a bond, providing that if Principal or any of their subcontractors fail to pay for any materials, provisions, provender or other supplies or teams used in, upc about the performance of the work agreed to be done, or for any work or labor done the of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. Principal, (hereinafterdesignated asthe "Contractor"), and UNITED STATES FIDELITY A~VD GUARAN' as Surety, are held firmly bound unto the Crty of Carlsbad in the sum of ONE MILLION FIVE HUI NIKETY SIX THOUSAND FOUR HUNDRED TWELVE AND 01/100 D ($ 1,596,412.01 , said sum being fifty percent (50%) of the estimated amount pa! by the Crty of Carlsbad inder the terms of the Contract, for which payment well and truly made we bind ourselves, our heirs, executors and administrators, successors, or assigns, j( and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher subcontra fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, fc about the performance of the work contracted to be done, or for any other work or labor the of any kind, or for amounts due under the Unemployment Insurance Code with respect to work or labor, or for any amounts required to be deducted, withheld, and paid over t( Employment Development Department from the wages of employees of the contractoi subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with re! to such work and labor that the Surety will pay for the same, not to exceed the sum spe in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expe and fees, including reasonable attorney's fees, to be fixed by the court, as required b provisions of Section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations er to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with SE 3082). NOW, THEREFORE, WE, L. X. HUBBARD COXSTRUCTION COMPANY, IXC. 10 1 I 1 I. dB, 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA On SEPTEMBER 11, 1995 before me, JUDITH S. KING DATE NAME TITLE OF OFFICER - E G -JANE DOE NOTARY PUBL personally appeared RICHARD B. FAIRCHILD NAME(S1 OF SIGNER(S) a personally known to me - OR - 0 proved to me on the basis of satisfactory et to be the person(s) whose name(s) subscribed to the within instrument a knowledged to me that he/she/they ex the same in his/her/their authc capacity(ies), and that by his/he signature(s) on the instrument the per! or the entity upon behalf of whic person(s) acted, executed the instri Though the data below IS not required by law, it may prove valuable to persons relying on the document and coul fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU BOND c? CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 4 @ ATORNEY-IN-FACT NUMBER OF PAGES 0 GUARDIAN/CONSERVATOR SEPTEMBER 11, 1995 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONIS) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( UNITED STATES FIDELITY AND ICW GP 4ib CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT DATE NAME TITLE OF OFFICER E G 'JANE DOE, NOTARY PUBLIC personally appeared &- st. b-mrn; Tk. ~htb k. 4, k&bwa -ar NAME(S) OF SIGNER(S) personally known to me - OR - 0 proved to me on the basis of satisfactory evic to be the person(s) whose name(s) i! subscribed to the within instrument an knowledged to me that he/she/they exe the same in his/her/their autho capacity(ies), and that by hidher, signature(s) on the instrument the persc or the entity upon behalf of whick person(s) acted, executed the instrur WITNESS my hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and couk fraudulent reattachment of this form. CAPACITY CLAl M ED BY SIGNER DESCRIPTION OF ATTACHED DOCUl 0 CORPORATE OFFICER TITLE(S) NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIN(IES) SIGNER(S) OTHER THAN NAMED AB( 01 993 NATIONAL NOTARY ASSOCIATION 8236 Rernmet Ave , P 0 Box 71 84 Canoga Pa R I 8 I I 1 If I 1 I II Surety stipulates and agrees that no change, extension of time, aeration or addition to terms of the Contract, or to the work to be performed thereunder or the specificat accompanying the same shall affect its obligations on this bond, and it does hereby waive nc of any change, extension of time, alterations or addition to the terms of the contract or tc work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contre shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this IITH Executed by SURETY this IITH 1 a day of SEPTEMBER , 19L. of SEPTENBER ,19; 1 CONTRACTOR: SURFIY: RICHARD B. FAIRCHILD (printed name of Attorney-in-Fact) (attach corporate resolution showing cu power of attorney) (print name here) (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attacl (President or vice-president and secretary or assistant secretary must sign for corporatior only one officer signs, the corporation must attach a resolution certified by the secreta assistant secretary under corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney 1. i 5Eux-FAeY i By: I *%a>" ty r @ I C' _____ .___ - __ ~~ /' 113 if I , \ United Power of States Attorney Fidelity and Guaranty Company fh s No, 109423 Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws of Maryland and havlng its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint William J . Gordor and Richard B. Fairchild ofthecityof San Diego its true and lawful Attorneylskin-Fact each in their separate capacity one is named above, to sign its name as surety to. and to ewecute. seal and acknowledge any and all bonds, undertakings, contlacts and other written instru nature thereof on behalf of the Company in its business of quaranteeing the fidelity of persons; guaranteeing the performance of connacts; and executing or ( bonds and undertaking required or permitted in any actions or proceedings allowed by law. In Wimess Whereof, the said United States Fidelii and Guaranty Company, has caused this instrument to be sealed with its corporate seal, dult the signatures of its Vie President and Assistant Secretary, this 14th day of 11 , State of California I July ,AD. 19 95 ___-.._.___..._.._._.. ~ II state of Maryland ) 11 I ss: BaltimoreCii ) Guaranty Company, and Thomas J like order as Vice President and Assi I This Power of Attorney is granted under and Guaranty Company on September 24,1992: Resolved, that in connection with the fidelity and surety insurance business of the Cmpany, all bands, undertakings, contracts and other instrumenu said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(skin-fict pursuant to a Power of Attorney issued in ami these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the or the Resident or an Executive Vice President or a Senior Vice President or a vice President or an Assistant Vice President jointly with the Secretary or a Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing offic seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomeylst-in-Fact for purposes only of 6 and attesting bonds and undertakings and other writings Obligatory in the nature thereof, and, unless subsequently revoked and subject to any limitations set fa any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so e, Resolved. That Attorney(s)-in-Fact shall have the power and authority, unless subsequently revoked arid, in any case, subject to the terms and limita Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertaking: writings obligatory in the nature thereof, and any such instrument executed by such Attorney(skin Fact shall be as binding upon the Company as if signed by a Officer and sealed and attested to by the Secretary of the Company. 1, Thomas J. htzgerald, an Assistam Secretary of the United States fidelity and Guaranty Company, do hereby certify that the foregoing are VI from the Resolutions of the said Company as adopted by its Board of Directors on September 24,1992 and that these Resolutions are in full force and effect force and effect and has not been revoked. I ~ 1 I I cemfied by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly a 11 I 1, the undersigned Assstant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorn1 I! onthis llTH In Testimony dayof Whereof, SEPTEMBER I have hereunto ,19 95 set my hand an p/f-)tited SUw Company, '/ // @/ Assistant Secretary I/ ..._ ----_..--..--...-... ... .__ __ ___..._..___.._.______._____._ kd8 __ - _. ~~ - ._ - * ?ENILK: $20,564.00 I* 1 I 1 II f I I 1 FAITHFUL PERFORMANCE/WARRANlY BOND I) WHEREAS, the City Council of the City of Carlsbad, State of California, by ResolL NO. 95-269 , adopted SEPTEMBER 19, 1995 , has awardec L.R. HUBBARD CONSTRUCTION COMPANY, INC. , (hereini designated as the "Principal"), a Contract for: POlNSElllA COMMUNITY PARK PHASE I AND HIDDEN VALLEY ROAD CONTRACT NO. 3348 in the City of Carlsbad, in strict conformity with the contract, the drawings and specificati and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsl all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thc require the furnishing of a bond for the faithful performance and warranty of said Contrac NOW, THEREFORE,WE, L.R. HUBBARD CONSTRUCTION COMFANY, INC. , asPrinc (hereinafterdesignatedasthe'Contractor"),and UNITED STATES FIDELITY AKD GUARANTY COHPANY , as Surety, are held and firmly bound unto the City of Carls in the sum of THREE MILLION ONE HUNDRED NINETY TWO THOUSAXD EIGHT HUNDRED TC;EX\'TY FOUR 61 021 Dc ($ 3,192,824.02 ), said sum being equal to one hundred percent (100%) of the estim amount of the Contract, to be paid to City or its certain attorney, its successors and assigns which payment, well and truly to be made, we bind ourselves, our heirs, executors administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, heirs, executors, administrators, successors or assigns, shall in all things stand to and abidc and well and truly keep and perform the covenants, conditions, and agreements in the Con and any alteration thereof made as therein provided on their part, to be kept and perform6 the time and in the manner therein specified, and in all respects according to their true it and meaning, and shall indemnQ and save harmless the City of Carlsbad, its offic employees and agents, as therein stipulated, then this obligation shall become null and 1 otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified ther there shall be included costs and reasonable expenses and fees, including reasonable attorr fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition tc terms of the Contract, or to the work to be performed thereunder or the specified accompanying the same shall affect its obligations on this bond, and it does hereby waive ni of any change, extension of time, alterations or addition to the terms of the contra& or tc work or to the specifications. I. a 1 8 R I I 8 il c u P bzb ’ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA SEPTEMBER 11, 1995 before me, JUDITH S. KING DATE NAME TITLE OF OFFICER . E G -JANE DOE NOTARY PUBLI personally appeared RICHARD B. FAIRCHILD NAME(S) OF SIGNER(S1 personaily known to me - OR - 0 proved to me on the basis of satisfactory ev to be the person(s) whose name(s) subscribed to the within instrument a knowledged to me that he/she/they ex the same in his/her/their authc capacity(ies), and that by his/he signature(s) on the instrument the per: or the entity upon behalf of whic person(s) acted, executed the instru WITNESS my hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and coul fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCU BOND TITLE OR TYPE OF DOCUMENT TITLE( S) 4 NUMBER OF PAGES SEPTEMBER 11, 1995 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED AB( ICW GI’ 416 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Countyof Sa- O*~P>Q On 7/13 /SF- before me, SwSqq fl- LkSS ; "dOfAby ?&k" DATE NAME, TITLE OF OFFICER - E G "JANE DOE, NOTARY PUBLIC personally appeared G. ki. %pm : 32. A@& t*R, H&*&?zZr NAME(S) OF SIGNER@) )?$ personally known to me - OR - 0 proved to me on the basis of satisfactory evid to be the person(s) whose name(s) i: subscribed to the within instrument an( knowledged to me that he/she/they exec the same in his/her/their author capacity(ies), and that by his/her/ signature(s) on the instrument the persc or the entity upon behalf of whicl- person(s) acted, executed the instrur Though the data below IS not required by law, it may prove valuable to persons relying on the document and could fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUll Cp33dd Bd Vbb? 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) 0 ATTORN EY-I N-FACT GUARDIAN/CONSERVATOR NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABC 01 993 NATIONAL NOTARY ASSOCIATION 8236 Rernmet Ave , P 0 Box 71 84 Canoga Par I\ * R I B I 1 It I I In the event that Contractor is an individual, it is agreed that the death of any such ContE shall not exonerate the Surety from its obligations under this bond. !Executed by CONTRACTOR this UTH CONTRACTOR: SURETY: Executed by SURETY this I~TH e day of SEPTEMBER ,1995. of SEPTEXBER ,192 ST NUTC1'00D AVENUE RICHAPJ 3. FAIXCHILD (printed name of Attorney-in-Fact) (Attach corporate resolution showing CUI power of attorney.) (print name here) (Tile and Organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attact (President or vice-president and secretary or assistant secretary must sign for corporation only one officer signs, the corporation must attach a resolution certified by the secreta1 assistant secretary under corporate seal empowering that officer to bind the corporation.] APPROVED AS TO FORM: RONALD R. BALL Ciy Attorney By: b 5EdA2rAaf" 1 1 1 II I I II I jbsktad City Attorney 9"Vy 5 I. dB, - ~-~ ~~- - (- 113 :i/ ‘I I Unified States Fidelity and Guaranty Company fh s Power of Attorney @ No. 109423 I I I 1 Know all men by these presents: That United States Fidelity and Guaranty Company, a corporation organized and existing under the laws o Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint William J . Gordo~ and Richard B. Fairchild ofthecityof San Diego its true and lawful Attorney(s)-in-Fact, each in their separate capacio one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instn nature thereof on behalf of L!e Company in its business of quaranteeing the fidelity of persons; guaranteeing the performance of contracts: and executing or bonds and undertaking required or permitted in any actions or proceedings allowed by law. In Witness Whereof. the said United States Fidelity and Guaranty Company, has caused this instrument to be sealed with its corporate seal, dul the signatures of its Vi President and Assistant Secretary, this 14th day of , State of California July ,All19 95 @ .____.._.___........ %n A*& State of Maryland ) 11 Baltimore City ) ss: I On this 14th day of Guaranty Company, and Thomas said, that they, the said Gary A. WiI Guaranty Company, the corporatio to said Power of Attorney was suc like order as Vice President and Assi My Commission expires 0 @ This Power of Attorney is granted under and Guaranty Company on September 24,1992: Resolved, that in connection with the fidelity and surety insurance business of the Company, all bands, undertakings, contracts and other instrument said business may be signed, executed, and acknowledged by persons or entities appointed as Attorneytskin-Fact pursuant to a Power of Attorney issued in acw these resolutions. Said Poweds) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by th or the President or an Executive Vice President or a Senior Vice President or a Vice President or an Assistant Vice President, jointly with the Secretary or i Secretary, under their respective designations. The signature of such officers maybe engraved, printed or lithographed. The signature of each of the foregoing offii seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(stin-Fact for purposes only of and attesting bonds and undertakings and other writings obligatoiy in the nature thereof, and, unless subsequently rewked and subject to any limitations set fc any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so e certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly i Resolved. That Attorneylskin-Fact shall have the power and authority, unless subsequently revoked and, in any case, subject to the terms and limitr Power of Attorney issued m them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertaking writings obligatory in the nature thereof, and any such instrument executed by such AttorneyIstin Fact shall be as binding upon the Company as if signed by i Officer and sealed and attested to by the Secretary of the Company. I, Thomas J. Fitzgerald. an Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing are ti from the Resolutions of the said Company as adopted by its Board of Directors on September 24,2992 and that these Resolutions are in full force and effect I, the undersigned Assistant Secretary of the United States Fidelity and Guaranty Company, do hereby certify that the foregoing Power of Attorn force and effect and has not been revoked. In Testimony Whereof, I have hereunto set my hand an (4y4yc Sa# and,6uaranty Company, /I ‘I jl /I ~ I1 ‘i , onthis llTH dayof SEPTEMBER ,1995 I ..-_ -.---.--*..-----_..- ... -_- -- __.._._......._.____.~~.~...._ @ / AssistantSecretary %? ,J _---- _.- --- ==~- --- ---- --=-A==_ _iz= d I I s Ci .of Carlsbad Purch sin De rtm. ,nt Representatio Iya an $E? erti ication The following representation and certification are to be completed, signed and returned with proposal. REPRESENTATIONS: Mark all applicable blanks. This I am currently certified by: offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: (Check appropriate Ethnic Ownership Type) Certification #: I@ I CERTIFICATION OF BUSINESS REPRESEN Mark all applicable blanks. Thii offeror repres of this offer that: I I I I I This firm is , is not 2 minority business. , is not \./ This firm is woman-owned business. WOMAN-OWNED BUSINESS: A woman-own a business of which at least 51 percent is ow and operated by a woman or women. Controlle exercising the power to make policy decisions defined as actually involved in the day-to-day I DEFl NITIONS: MINORITY BUSINESS ENTERPRISE: Minority Business- is efined as a business, at least 51 percent of which is owned, I@ perated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group I members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian- Pacific Americans (Le., U.S. Citizens whose origins are from I Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the US. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. I 1 L,i? &l?&z.~ &n/%?- do. /) /rJL. C;Z&JZ-& A. /3%4?0~ < COMPANY NAME NAME 5 I NCE UNITED CORP. AN DIEGO CA 92138 . R. HUBBARD CONSTRUCTION CO. 485 RONSON ROAD AN DIEGO, CA 92111 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS WORKERS COMPENSATION CITY OF CARLSBAD 0 PURCHASING DEPARTMENT LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIi 1200 CARLSBAD VILLAGE DR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPR CARLSBAD CA 92008-1989 POLICY NUMBER 93 CBP 06161305-95 COMMERCIAL GENERAL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL) I ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM 6) 0 This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS 0 (If no entry appears above, information required to complete this endorsement will be shown in the tions as applicable to this endorsement ) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shc Schedule, but only with respect to liability arising out of "your work" for that insured by or for you THE INSURANCE AFFORDED BY THIS ENDORSEMENT IS PRIMARY INSURANCE AND WE WILL N CONTRIBUTION FROM ANY OTHER INSURANCE AVAILABLE TO YOU UNLESS THE OTHER INSUR PROVIDED BY A "CONTRACTOR" OTHER THAN THE NAMED INSURED SHOWN IN THE DECLARAT THE SAME OPERATION AND JOB LOCATION DESIGNATED IN THE SCHEDULE. (b CG 20 10 11 85 Copyright Insurance Services Office lnc 1984 9/12/95 Endorsement effective Named Insured L.R. HUBBARD CONSTRUCTION CO. Countersigned by Coverages Liability Personal Injury Protection (or equivalent no-fault coverage) Comprehensive Collision Specified Causes of Loss. co Limit of Insurance $ 1,000,000 Each " Ac c id e nt " $ ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS L MINUS: $ . 250 For Each Covered "Auto" ACTUAL CASI-?OFLUE OR COST OF REPAIR WHICHEVER IS L MINUS: $ For Each Covered "Auto" ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS L MINUS: $ For Each Covered "Auto" (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement ) A. 1. Any “leased auto” designated or described in the Schedule will be considered a covered “auto” you own and not a covered “auto“ you hire or borrow. For a covered “auto” that is a ”leased auto” WHO IS AN INSURED is changed to include as an “insured” the lessor named in the Schedule. ,. 2. The coverages provided under this endorse- ment apply to any ”leased auto” described jn the Schedule until the expiration date shown in the Schedule, or when the lessor or his or .), E; ADDITIONAL her agent takes possession of the “leased auto”, wh ichever occurs first. 1. We will pay, as interest may appear, you and ’ the lessor named in this endorsement for - “loss” to a ”leased auto”. 2. The insurance covers the interest of the lessor unless the “loss” results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will - obtain his or her rights against any other party. C. CANCELLATION . 1. If we cancel the policy, we will mail notice to the lessor in accordance with the CANCEL- LATION Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor 3. Cancellation ends this agreement. ’I 1 + D. The lessor is not liable for payment Of your pre- miums. As used in this endorsement: “Leased auto” means an ”auto” leased or rented to you, including any substitute, replacement or extra ”auto” needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct prim for the lessor. B. LOSS PAYABLE CLAUSE - - -_ - - -4 :s 3, -- Page 2 of 2 Copyright, Insurance Services Office, Inc., 1993 CA 20 01 ’12 93 I I I I I I I I I I I I I I I I OPTIONAL ESCROW AGREEMENT FOR SECURllY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad wh address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called 'City" whose addl is herein called ncontractof and wt address is herein called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agrw follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, contractor has the option to deposit securities with the Escrow Agent as a substitutc retention earnings required to be withheld by the City pursuant to the Construction Con entered into between the City and Contractor for in the amount of dated (hereinafter referrc as the "Contract"). Alternatively, on written request of the contractor, the Cdy shall n payments of the retention earnings directly to the escrow agent. When the Contrt deposits the securities as a substitute for Contract earnings, the Escrow Agent shall r the City within 10 days of the deposit. The market value of the securities at the time o substitution shall be a least equal to the cash amount then required to be withhel retention under the terms of the contract between the City and Contractor. Securities be held in the name of the , and shall designatc Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which other would be withheld from progress payments pursuant to the Contract provisions, prov that the Escrow Agent holds securities in the form and amount specified above. 3. When the Cdy makes payment of retentions earned directly to the escrow agent, the esc agent shall hold them for the benefit of the contractor until such time as the escrow cre under this contract is terminated. The contractor may direct the investment of the payrr into securities. All terms and conditions of this agreement and the rights responsibilities of the parties shall be equally applicable and binding when the City the escrow agent directly. The contractor shall be responsible for paying all fees for the expenses incurred b Escrow Agent in administering the Escrow Account and all expenses of the C'ity. 1 expenses and payment terms shall be determined by the City, Contractor and Es Agent. 5. The interest earned on the securities or the money market accounts held in escrow ai interest earned on that interest shall be for the sole account of Contractor and shr subject to withdrawal by Contractor at any time and from time to time without notice t I* I. 4. City. L I* @ I I 6. Contractor shall have the right to withdraw all or any part of the principal in the Esc Account only by wriien notice to Escrow Agent accompanied by wriien authorization fi Clty to the Escrow Agent that City consents to the withdrawal of the amount sought tc withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of defautt by Contractor. Upon seven days' wriien notice to the Escrow Agent from the City of default, the Escrow Agent shall immediately convert the securiiies to cash and I distribute the cash as instructed by the City. 8. Upon receipt of wriien notification from the City certifying that the Contract is final complete and that the Contractor has complied with all requirements and procedi applicable to the Contract, the Escrow Agent shall release to Contractor all securiiies interest on deposit less escrow fees and charges of the Escrow Account. The escrow I be closed immediately upon disbursement of all moneys and securities on deposit payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the contra pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Contra shall hold Escrow Agent harmless from Escrow Agent's release, conversion disbursement of the securities and interest as set forth above. I" 1 I I I 1 .... Ie I I .... I I I 1 I I I .... .... .... .... .... .... .... .... .... .... f I@ @ I I 1 I I 1 I. I I I 1 I I I I 10. The names of the persons who are authorized to give written notices or to receive wr notice on behalf of the City and on behalf of Contractor in connection with the foregc and exemplars of their respective signatures are as follows: For City: Title Name Signature Address I" For Contractor: Title I Name Signature Address For Escrow Agent: Title Name I Sig nature Address 5 I. @ I I I I I I I. m I I I I 1 I I At the time the Escrow Account is opened, the City and Contractor shall deliver to the Esci Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers the date first set forth above. I For City: Title Name Signature Address I For Contractor: Title Name Signatu re Address For Escrow Agent: Title I Name Signatu re Address 5 1. @ RELEASE FORM 1 1 I I i I I I 1 I I 1 I 1 1 THIS FORM SHAU BE SUBMllTED PRIOR TO APPROVAL OF MONTHLY PROGRE PAYMENTS. NAME OF CONTRACTOR: PROJECT DESCRl PTI ON: PERIOD WORK PERFORMED: I* RETENTION AMOUNT FOR THIS PERIOD: $ DISPUTED WORWCIAIMS DESCRIPTION OF DISPUTED WORK/CLAIM AMOUNT CLAIMED /OR ESTIMATE) Contractor further expressly waives and releases any claim Contractor may have, of what type or nature, for the period specified which is not shown as disputed work/claim on this fc This release and waiver has been made voluntarily by Contractor without any fraud, dures undue influence by any person or entity. Contractor is referred to paragraph 4 of the PI Works Contract. Contractor acknowledges full cognizance of the California False Claims Act Government C Sections 12650-1 2655 and Carlsbad Municipal Code Section 3.32.025 to 3.32.028 implemer the California False Claims Act and certifies that all claims submitted to the City shall be SUI to the provisions of said codes and regulations. Contractor further certifies, warrants, and represents that all bills for labor, materials, and \ due Subcontractors for the specified period will be paid according to Public Contract C Section 20104.50 and Business and Professions Code Section 7108.5 and that the pa signing below on behalf of Contractor have express authority to execute this release. DATED: ! 0 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, By: Title: I By: Title: f I. @ SPECIAL PROVISIONS I I I I I 1 1 1. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS I. To subsection 1-1, add the following A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar impoi used, it shall be understood that reference is made to the plans accompanying these provisi unless stated otherwise. 9. Directions: Where words "directed," "designated," "selected," or words of similar import are used, it shc understood that the direction, designation or selection of the Engineer is intended, unless si otherwise. The word "required" and words of similar import shall be understood to meal required to properly complete the work as required and as approved by the Crty Engin unless stated otherwise. I C. Equals and Approvals: 10 Where the words "equal," "approved equal," "equivalent," and such words of similar impoi used, it shall be understood such words are followed by the expression "in the opinion c Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptant( words of similar import are used, it shall be understood that the approval, acceptance, or si import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, perform all operations, labor, tools and equipment, and further, including the furnishing installing of materials that are indicated, specified or required to mean that the Contract( her/his expense, shall furnish and install the work, complete in place and ready to use, incli furnishing of necessary labor, materials, tools, equipment, and transportation. To subsection 1-2, make the following modifications: Agency - the City of Carlsbad, California Engineer - the City Engineer for the Ctty of Carlsbad or his approved representative Own Organization -When used in Section 2-3.1 - Employees of the Contractor who are 1 directed, supervised and paid by the Contractor to accomplish the completion of the ! Further, such employees have their employment taxes, State disability insurance payr State and Federal income taxes paid and administered, as applicable, by the Contractor. \ used in Section 2-3.1 - Construction equipment that the Contractor owns or leases and us f I I I I I I c I 1. @ 511 accomplish the work. Equipment that is owner operated is not part of the Contractor‘s Own Organization and will not be included for the purpose of compliance with section 2-3.1 of these contract documents. Owner Operator - Any person who operates equipment or tools used in completing the work who is. employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Supervisory Personnel - Any person within the Contractor’s employ engaged in the work that has duties principally involving the direction, supervision, evaluation and selection of the Contractor’s work force. Supervisory Personnel typically includes superintendents, assistant superintendents and foremen. SECTION 2 - SCOPE AND CONTROL OF THE WORK To subsection 23.1 add the following to the seventh paragraph: Except as specified in this subsection, the Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract price. Within the meaning of this section, Contract work shall include all of the elements used to complete the construction of discrete portions of the work. A discrete portion of the work is a single bid item and all of the costs associated with the labor, equipment and materials used to construct or install the bid item. The individual components of labor, equipment or materials that are used to construct or install a bid item are not severable. For determining the percentage of work performed, the value of a bid item shall be the contract unit price extended by the quantity of units completed. The performance of the actual labor involved in the installation or construction of an item is the principal indicator of what force the work is performed by. As an example, the individual cost of a material cannot be separated from the cost of the labor necessary to construct or install the material when computing the percentage of Contract work performed by the Contractor’s own forces. Add the following subsection: 2-3.3 Subcontractor Items of Work Where a bid item or any portion of a bid item of the work is subcontracted, the amount of the subcontract shall include all labor, materials and equipment required to complete the subcontracted bid item or portion of the item designated. Where only a portion of a bid item is subcontracted, the bidder shall stipulate in the bid documents what portion of the work required to complete the bid item is to be performed by subcontract and what portion the bidder proposes to perform. The value of material incorporated in any subcontracted bid item that is supplied by the Contractor shall not be included as any part of the portion of the work that the Contractor is required to perform with its own forces. Add the following subsection: 2-3.4 Owner Operators The bidder shall stipulate in the bid documents what portion of the work required to complete any bid item is to be performed by owner operated equipment. The value of work in excess of 0.5 percent of the Contract Price or $1 O,OOO, whichever is greater, completed by owner operated equipment shall not be included as any part of the portion of the work that the Contractor is required to perform with its own forces. 5/1/95 @ Add the following subsection: 2-3.5 Penatties and Remedies Should the Contractor fail to adhere to the provisions of sections 2-3.3 or 2-3.4, the City m~ its sole option elect to cancel the contract or to deduct an amount equal to 20% of the vak the woik performed in contravention of said sections from payments that would otherwist due to the Contractor all in accordance with section 41 10 of the California Public Contr Code. To subsection 2-4, make the following modifications: Delete the third sentence of the first paragraph having to do with a surety being listed in latest revision of U.S. Department of Treasury Circular 570. To subsection 2-4, delete paragraphs three and four and replace with the following: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor materials bond) for this contract. The faithful performance/warranty bond shall be in the am of 100 percent of the contract price and the payment bond shall be in the amount of 50 per of the contract price. Both bonds shall extend in full force and effect and be retained by the during the course of this project until they are released according to the provisions of section. The faithful performance/warranty bond will be reduced to 25 percent of the original amour days after recordation of the Notice of Completion and will remain in full force and effect fo one year warranty period and until all warranty repairs are completed to the satisfaction o Engineer. The payment bond shall be released six months plus 35 days after recordation of the Notic Completion if all claims have been paid. To subsection 2-4, add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to tran the business of insurance in California and whose assets exceed their liabilities in an am equal to or in excess of the amount of the bond. The bonds are to contain the folloi documents: 1) An original, or a certified copy , of the unrevoked appointment, power of attorney, by I( or other instrument entitling or authorizing the person who executed the bond to do 2) A certified copy of the certificate of authorrty of the insurer issued by the insuri commissioner. If the bid is accepted, the City may require a financial statement of the assets and liabilitit the insurer at the end of the quarter calendar year prior to 30 days next preceding the da the execution of the bond. The financial statement shall be made by an officer’s certificai defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the fina statement may be verified by the oath of the principal officer or manager residing withir United States. 1 R E I 1 T 1 1 I I I I I E I I I. 0 5 I. @ JL To subsection 24.1, add the following: The Construction Plans consist of two (2) sets. The first set is designated as City of Carlsbad drawing no. 331 3 and consists of 88 sheets. The second set is designated as City of Carlsbad drawing no. 331-4 and consists of 12 sheets. The standard drawings utilized for this project are the latest edition of the San Dieao Area Resional Standard Drawinqs, hereinafter designated SDRS as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings, April 1993. Other specifications applicable to this project are Cadsbad Municipal Water District (CMWD) Rules and Reaulations for Construction of Reclaimed Water Mains, Oct. '93. To subsection 2-5.3.2, add the following: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the City. To subsection 24.3.3, add the following: When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The following Contractor's certification shall appear on all submittals: "It is hereby certified that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. By: Title: Date: Company Name: Add the following subsection: 2-5.4 Record Drawinas: The Contractor shall provide and keep at the project site an uptodate set of "as-buitt" drawings. The drawings shall be corrected daily and show every change from the original drawings and specifications and the exact "as-buitt" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. 5/1/95 43 Delete subsection 2-9.1 and replace with the fbllowing: 2-9.1 Permanent Survev Markers The Contractor shall not disturb permanent survey monuments or benchmarks without consent of the Engineer. Where the Engineer concurs with the Contractor that protectin! existing monument in place is impractical, the Contractor shall employ a licensed land sum to establish the location of the monument before it is disturbed. The Contractor shall have monument replaced by a licensed land surveyor no later than thirty (30) days after construc is completed. When a change is made in the finished elevation of the pavement of any roadway in whil permanent survey monument is located, the Contractor shall adjust the monument frame cover to the new grade. Monument frames and covers shall be protected during street set or painting projects or be cleaned to the satisfaction of the Engineer. The Contractor shal be entitled to any additional compensation for the work required by this subsection. Delete subsection 2-9.3 and replace with the following: 2-9.3 Survev Service The Contractor shall hire and pay for the services of a land surveyor licensed in the Sta California to perform all necessary construction staking. Two (2) sets of grade sheets shall be provided to the Engineer prior to work commencing given area. One (1) set of field notes for all surveying work performed on this project she provided to the Engineer within ten (10) days of performing the survey. To subsection 2-10, add the following: Before the first progress payment, the Contractor shall submit to the Engineer a schedu values for various portions of the park improvement work. The schedule shall break the construction into logical sub units with corresponding costs and the sum of the sub unit c shall equal the lump sum price bid for the park improvements in Item 61 of Schedule 3. schedule, unless objected to by the Engineer, shall be used as a basis for reviewins Contractor's applications for Payment. I 1 E 1 1 E 8 I. I 1 1 I 3 I I 1 f 1 SECTION 3 - CHANGES IN WORK To subsection 3-5, add the following: All claims by the contractor for $375,000 or less shall be resolved in accordance wit procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commei with Section 20104) which is set forth below: Article 1.5 Resolution of Construction Claims 20104. (a)(l) This article applies to all public works claims of three hundred seveni thousand dollars ($375,000) or less which arise between a contractor and a local agenc (2) This article shall not apply to any claims resulting from a contract between a contl and a public agency when the public agency has elected to resolve any disputes pursuc Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. 1 8. 49 54 (b)(l) 'Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that 'public work" does not include any work or improvement contracted for by the state or the Regents of the Universrty of California. (2) 'Claim' means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1 , 1991. 20104.2 For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in wriiing to any wriien claim within 45 days of receipt of the claim, or may request, is7 writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is g reat er. (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in wriiing to all wriien claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall be consttued to change the time periods for filing tort claims or actions specified by Chapter 1 5/1/95 @ (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part Division 3.6 of Title 1 of the Government Code. 201 04.4. The following procedures are established for all civil actions filed to resolve cle subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadii the court shall submit the matter to nonbinding mediation unless waived by mutual stipula of both parties. The mediation process shall provide for the selection within 15 days by I parties of a disinterested third person as mediator, shall be commenced within 30 days 01 submittal, and shall be concluded within 15 days from the commencement of the media unless a time requirement is extended upon a good cause showing to the court or by stipule of both parties. If the parties fail to select a mediator within the 15-day period, any party petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitrz pursuant to Chapter 2.5 (commencing with Section 1 141.1 0) of Title 3 of Part 3 of the COC Civil Procedure, notwithstanding Section 1141.1 1 of that code. The Civil Discovery Act of 1 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of procedure) shall apply to any proceeding brought under the subdivision consistent with the I pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrE appointed for purposes of this article shall be experienced in construction law, and, L stipulation of the parties, mediators and arbitrators shall be paid necessary and reason hourly rates of pay not to exceed their customary rate, and such fees and expenses sha paid equally by the parties, except in the case of arbitration where the arbitrator, for good ca determines a different division. In no event shall these fees or expenses be paid by stal county funds. (3) In addition to Chapter 2.5 (commencing with Section 1 141.1 0) Title 3 of Part 3 of the C of Civil Procedure, any party who after receiving an arbitration award requests a trial de r but does not obtain a more favorable judgment shall, in addition to payment of costs and under that chapter, pay the attorney’s fees of the other patty arising out of the trial de no (c) The court may, upon request by any party, order any witnesses to participate it- mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim whic undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 201 04.4, the local agency shall pay interest at the legal on any arbitration award or judgment. The interest shall begin to accrue on the date the s filed in a court of law. 1 I 1 I E b 1 i 5. I 1 c I U I 2 D ? SECTION 4 - CONTROL OF MATERIALS Add the following subsection: 4-1.3.1 lnwection Reauirements Contractor shall furnish Engineer with such information as may be necessary to keep him informed regarding progress and manner of work and character of materials. Inspection of shall not relieve Contractor from any obligation to fulfill this Contract. E i. 6B Delete subsection 4-1.4, and replace with the following: 4-1.4 Test of Material Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the resutts of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. SECTION 5 - UTILITIES To subsection 5-1, add the following: The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy of completeness of the utilities indicated on the Plans is not guaranteed. To subsection 5-4, add the following: The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for his/her own convenience shall be the Contractor’s own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City’s option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the Cty. 5/1/95 @ SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK I 1 To subsection 6-1 delete the first two paragraphs and replace with the following: Modify as follows: A construction schedule is to be submitted by the Contractor per the following: 1. The prime contractor is required to prepare in advance and submit, at the time 01 project preconstruction meeting, a detailed criiical path method (CPM) project schec This schedule is subject to the review and approval of the City. The schedule shall show a complete sequence of construction activities, identifying \ for the complete project in addition to work requiring separate stages, as well as other logically grouped activities. The schedule shall indicate the early and late z early and late finish, 50% and 90% completion, and any other major construc milestones, materials and equipment manufacturer and delivery, logistics, float dr and duration. The prime contractor shall revise and resubmit for approval the schedule as require City when progress is not in compliance with the original schedule. The prime contrE shall submit revised project schedules with each and every application for moi progress payment identwing changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of \ at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementic schedule(s) shall enable CrpY, at its sole election, to withhold up to 10% of the mol progress payment otherwise due and payable to the contractor until the schedule been submitted by the prime contractor and approved by City as to completeness conformance with the aforementioned provisions. No changes shall be made to the construction schedule without the prior written approval o Engineer. Any progress payments made after the scheduled completion date shall constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting uti shall be requirements prior to commencement of work by the Contractor. Delete subsection 6-7.1 and replace with the following: E* 1 c E II 1 1. I I I I I 1 I 2. 3. 1. 4. 5. I 6-7.1 General The Contractor shall begin work within fifteen (15) calendar days after receipt of the '"otic Proceed'. All grading work shall be completed and all erosion control measures shall 1 place by November 15, 1995. All work necessary to irrigate the baseball field and soccer shall be completed by March 15, 1996. Planting of turf stolons in the baseball field and sc field shall begin no earlier than March 15, 1996 and shall be completed no later March 31 , 1996. All remaining work shall be completed within 180 calendar days from the of the Notice to Proceed. c % I. 49 3LI To subsection 6-79, add the following: Hours of work - All work shall be performed between the hours of 7:OO a.m. and 5:30 p.m. The Contractor shall obtain the approval of the Engineer if it 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 24 hours prior to such work. To subsection 6-8, add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor, at his expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. Add the following subsection: 6-8.1 Nonconformina Work The Contractor shall remove and replace any work not conforming to the plans or specifications upon wriien order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. Delete subsection 6-9 and replace with the following: 6-9 Liuuidated Damages Failure of the Contractor to complete the work within the tim allowed will result in damages being sustained by the Agency. Such damages are, and will continue to be, impracticable and extremely difficult to determine. Therefore, if the completion date is not met, the Contractor will be assessed the sum of $750 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR To subsection 7-3, add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. To subsection 7-4, add the following: All insurance is to be placed with insurers that are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 5/1/95 @ To subsection 7-5, add the following: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, I building permits necessary to perform work for this contract on Crty property, in stre highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. Before any connection or shut down of valves on existing CMWD lines, a permit shall obtained from the CMWD office and must be signed and approved by District Engineer District Superintendent. To subsection 78.1, add the following: If the Engineer determines that clean-up or dust control is required on the project, Contractor shall provide it without regard to time of day, day of week, Contractor holiday, holiday, or legal holiday. To subsection 7-8.5, add the following: The Contractor shall obtain a temporary water meter from the appropriate water authoril record the amount of water used for the construction of this project. The Contractor shall draw water from any source that is not metered. The cost of the meter and water is incidc to the work and the Contractor shall not be entitled to any additional compensation for the r~ rental/deposit or water. Add the following subsection: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with mufflers in s repair when in use on the project with special attention to City Noise Control Ordinance 31 09, Carlsbad Municipal Code, Chapter 8.48. Add the following subsection: 7-1 0.3.1 Traffic Control Svstem for Lane Closure A traffic control system shall consist of closing traffic lanes in accordance with the detail sh on the plans, Caltrans Manual of Traffic Control (1 990) and provisions under "Maintaining Tn or elsewhere in these special provisions. The provisions in this section will not relieve the Contractor from his responsibility to prc such additional devices or take such measures as may be necessary to maintain public sa During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle C portable signs shown on the plans to be illuminated shall be, at the option of the Contrg either illuminated signs in conformance with the provisions in Section 12-3.068, "Portable si of the Caltrans Standard Specifications; or Relexite vinyl microprism reflective sheeting s or 3M high intensrty reflectorized sheeting on aluminum substrate signs of Seibulite E Uttralite Grade Series, encapsulated lens retro-reflective sheeting signs; or equal. I 1 I 1 I li I Re I I I I I I 1 I f 1 C S. @ -- If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. When !ane closures are made for work periods only at the end of each work period, all components of the traffic control system, except delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Payment for traffic control shall be included in the price bid for the item of work that requires traffic control. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL To subsection 8-2.2, add the following: The Contractor shall furnish one (1) Class 'B' field office for use by the Engineer. Office furnishings shall include an air conditioner, additional 5 foot pedestal desk, two chairs, file cabinet, two trash cans, and one photo copy machine, Xerox Model 5018 or equal. The cost for utilities shall be included in bid item. Field office shall have a 24' x 36" sign affixed near the door. The sign text shall be: THE CITY OF CARLSBAD ENGINEERING INSPECTION and shall have a City seal affixed to it by the Contractor and will be supplied by the City. SECTION 9 - MEASUREMENT AND PAYMENT To subsection 93.2, make the following modification: Delete the second sentence of the third paragraph having to do with reductions in amount of retention. 5/1/95 bzb II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 8 1 FOR CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS Delete subsection 200-2.2 and replace with the following: t I 200-2.2 Crushed Aanreqate Base 1 Standard Specifications, July 1992. Aggregate base shall be Class II aggregate base conforming to Section 26-1.02A, Calt SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS To Table 201 -1.1.2(A), add the following: Drainage ditch 520-C-2500. II I 1 1 1 I I 8 8 I 1 H SECTION 203 - BITUMINOUS MATERIALS To subsection 203-6.1, add the following: Asphalt concrete shall be Class C2-AR 4oO0, C3-AR 4Oo0, or Type 111 C3-AR 4OOO. To subsection 203-6.8, add the following: Open graded asphatt concrete stored in excess of 2 hours, and any other asphalt conc stored in excess of 18 hours, shall not be used in the work. 8 0 SECTlON 206 - MISCELLANEOUS METAL ITEMS Delete subsection 206-6.3.1 and replace with the following: 206-6.3.1 Galvanized Fabric Chain link fabric shall conform to the requirements of ASTM A392. The fabric shall be 9; for all fencing except at baseball backstop and sideline fencing for 30' beyond dugouts H will be 7-gage as indicated on plans. All chain link fabric will be woven into a 1.75' mesh galvanized after fabrication. Fabric to have a knuckled finish on top and bottom edges. Add the following subsection: 206-7 REFLECTIVE SHEETING ALUMINUM SfGNS 206-7.1 General. Materials, legend, proportion, size and fabrication of all signs used fc direction, warning and regulation of vehicle (including bicycle) and pedestrian traffic conform to the requirements of, "SPECIFICATIONS FOR REFLECTIVE SHEETING SIi October 1993', sheets one through five that accompany 'SPECIFICATIONS FOR REFLEC SHEETING SIGNS, October 1993' of dimensions and details, dated April 1987 and ,'OPE COLOR CHART, dated February 1980 all published by the State of California, Departm Transportation, Division of Procurement Sewices, Office of Material Operations, 1900 Royal 1 I. @ 62 Drive, Sacramento, CA 95819 and as modified herein. Where the, "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", require the contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials such rights shall be vested in the Engineer. 206-7.2 Sign Identification. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993', as follows. Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" except that the notation shall be, "PROPERTY OF THE CITY OF CARLSBAD". 206-7.3 Drawings. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", as follows. Standard signs shall be as per the most recently approved, "APPROVED SIGN SPECIFICATION SHEETS' of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacturer of the sign@) or the date of the "Notice to Proceed" of this contract whichever is the most recent. 206-7.4 Reflective Sheeting. Modify the , "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993", as follows. All warning signs and all regulatory signs, excepting only those hereinafter listed shall be fabricated with type Ill encapsulated lens sheeting conforming to the requirements of this specification. All other signs included in this section and listed below shall be fabricated with type II encapsulated lens sheeting conforming to the requirements of this specification. Regulatory signs which shall be fabricated with type II encapsulated lens sheeting are: R5, R24 through, and including R328, R47 through, and including RR53C, R62A through, and including R62D, R99 through, and including R105A. 206-7.5 Substrate. Modify the , 'SPECIFICATIONS FOR REFLECTIVE SHEETUNG SIGNS, October 1993', as follows. All signs used for the direction, warning and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following subsection: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS 206-8.1 General. This section pertains to 10 gage and 12 gage cold rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold roll formed steel conforming to ASTM Designation A-446 Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold rolled steel perforated tubing shall be perforated on all four faces with 7/16' holes on one inch centers. 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +.011, - .005 inch. Convexity and Concavlty measured in the center of the flat side shall not exceed a tolerance of +.010 inch applied to the specific size determined at the comer. Straightness tolerance variation in straightness shall not exceed 1/16" in 3 feet. Tolerance for comer radius is 5/32" *1/64". Weld flash on comer welded square tubing shall permit 9/64' radius gage to be placed in the comer. Using 10 gage (. 135) or 12 gage (.105) square tube, consecutive size tubes shall telescope freely for ten feet. Tolerance on hole size is *1/64" on a size. Tolerance on hole spacing is *1/8" in 20 feet. In addition for the following specific sizes of light gage steel tubing dimensional tolerances shall not exceed those listed in the following tables. R74 through, and including R96C and 5/1/95 @ TABLE 208-8.2 (A) Tolerance on Size 8 1 I I I I 1 I 1 i 1 I I I u Nominal Outside Outside Tolerance for Dimension, Inches 1x1 k.005 1-1/4 X 1-1/4 k.006 1-1/2 x 1-1/2 Loo6 1-3/4 x 1-3/4 *. 008 2x2 *.OW 2-3/16 X 2-311 6 *.OlO 2-1/4 X 2-1/4 bo1 0 2-1/2 x 2-1/2 LO1 0 2x3 LO10 All Sides at Corners, Inch f TABLE 208-8.2(B) Squareness of Sides and Twist Nominal Outside Twist Permissible Dimension, Inches Squareness in 3 Ft., Inch+ 1x1 Loo6 .050 1-114 X 1-114 Loo7 .050 1-1/2 x 1-112 *.m ,050 1-314 x 144 LO10 .062 2x2 k.012 .062 2-311 6 X 2-311 6 *.014 .062 2-114 X 2-114 k.014 .062 2-112 x 2-112 ~015 .075 2x3 ~018 .075 * tubing may have its sides failing to be 90" to each other by the tolerance listed. + Twist is measured by holding down the edge of one end of a square tube on a surface I with the bottom side of the tube parallel to the surface plate, and noting the height that B corner on the opposite end of the bottom side is above the surface plate. 206-8.3 FASTENERS. Fasteners used to assemble cold rolled steel perforated tubing shE steel "pull-through' electrogalvanized rivets with 3/8' diameter shank, 718' diameter head a grip range of from 0.200' to 0.356'. The fasteners shall conform to ASTM 8-63, type 111 10 I SECTION 207 - PIPE To subsection 207-2.1 modify as follows: The pipeline layout and connector pipe list is waived. 212 LANDSCAPE AND IRRIGATION MATERIALS Delete this section and replace with the following Irrigation Pages 64-86 Landscape Pages 87-106 I 8' @ -. IRRIGATION PART 1 - GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions of the Contract" and of Division 1, "General Requirements", shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.02 DESCRIPTION A. Scope of Work: Provide all labor, materials, transportation, and services necessary to furnish and install the Irrigation System as shown on the Drawings and described herein. 1.03 QUALITY ASSURANCE & REQUIREMENTS A. Permits and Fees: The Contractor shall obtain and pay for any and all permits and all inspections required by permits. Manufacturer's Directions: Manufacturer's directions and detailed drawings shall be followed in all cases where the manufacturers of articles used in this Contract furnish directions covering points not shown in the Drawings and Specifications. Ordinances and Regulations: All local, municipal and state laws, and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of these Specifications, and their provisions shall be carried out by the Contractor. Anything contained in these Specifications shall not be construed to conflict with any of tihe above rules, regulations, or requirements. However, when these Specifications and Drawings call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of these Specifications and Drawings shall take precedence. 6. C. D. Explanation of Drawings: 1. Due to the scale of the Drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which may be required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. Drawings are generally diagrammatic and indicative of the work to be installed. The work shall be installed in such a manner as to avoid conflicts between the irrigation system, planting, and architectural features. All work called for on the Drawings by notes or details shall $e furnished and installed whether or not specifically mentioned in the Specifications. 2. 5/1/95 49 3. The Contractor shall not willfully install the irrigation system as showt the Drawings when it is obvious in the field that obstructions, gt differences, or discrepancies in area dimensions exist that might not t been considered in engineering. Such obstructions or differences shc be brought to the attention of the Owner’s Authorized Representative the event this notification is not performed, the Contractor shall ass1 full responsibility for any revision necessary. I I I I 1 t 1.04 SUBMITTALS A. Material List: 1. The Contractor shall furnish the articles, equipment, materials processes specified by name in the Drawings and Specifications. substitution will be allowed without prior written approval by the Owr Authorized Representative. Complete material list shall be submitted prior to performing any b Material list shall include the manufacturer, model number, description of all materials and equipment to be used. Although manufacturer and other information may be different, following is a guide to proper submittal format: Item No. Descri Dt ion Manufacturer Model Nc 2. B I 1 Backflow Preventer Febco 825 2 Automatic Controller Cal Sense 2100 Ser 3 Gate Valve Nibco F-619 I I. i I 1 I I I I 1 4 Etc. Etc. Etc. Irrigation submittal must be specific and complete. All items mu! listed and should include solvent/primer, wire, wire connectors, ! boxes, etc. No copies of manufacturer’s literature (catalog cuts: required as submittal information. The Contractor may submit substitutions for equipment and matt listed on the Irrigation Drawings by following procedures as outlin Section 1.06 of the Irrigation Specifications. Equipment or materials installed or furnished without prior approval ( Owner’s Authorized Representative may be rejected and the Contr may be required to remove such materials from the site at his expense. Approval of any item, alternative or substitute indicates only the product or products apparently meet the requirements of the Dra\ and Specifications on the basis of the information or samples subm 3. 4. 5. 1 I. @ 66 6, Manufacturer’s warranties shall not relieve the Contractor of its liability under the guarantee. Such warranties shall only supplement the guarantee. Submittals for the booster pump system shaUl be complete in the following details: 1. Booster Pump B. a. Family of pump curves, indicating design point, and including impeller curve, horsepower curve, efficiency curve, and NPSHR curve. Submittal shall be marked with G.P.M., HEAD, horsepower, and selected impeller trim. b. Brochure describing materials of construction and pressure ratings. 2. Pump Control Panel a. Dimensions of panel, and installation position on skid base. Include dimensional locations and sizes of inlet openings for all wiring requirements. Wiring schematic, to include a10 internal and external circuitry pertinent to the booster pump system, including wiring for flow switches, pressure switches, temp sensors, pump start relays, etc ... Provide detailed wiring diagrams for the pump start relays. (a) Include manufacturer’s data sheet. (b) For multiple. controller installations, provide an individual relay for each controller. Indicate wiring schematic required for musliple relays. b. C. Skid Base and Sheet Metal Enclosure a. Indicate overall dimensions, materials of construction, gauge dimensions, and installation attachments. All materials used in construction to be hot dipped galvanized after fabrication. Component identification of all pump panel components. 3. b. 4. Piping Diagram a. Provide a piping diagram of the actual unit to be furnished on this project. Show proper location of all valves and fittings, with sizes. Provide brochures of valves and fitting manufacturers. b. 5/1/95 @ c. Include details and materials of construction of adjustable supports under piping, pumps, and motors. I 1 5. Accessories a. Include manufactures’ data sheets and brochures on all co items (flow switches, pressure switches, gauges, tempen sensors, etc ...). f 1 6. Basic Data Sheet I prefabricated pump system. b. a. Provide detailed calculations of pressure drop through Include motor information - RPM, vottage, phase, horsepowel load amps, inrush current amps. NOTES: (1) 1 I ! I I. I 1 I I B I I I All brochures and data sheets are to be appropriately marked with 1 size, style, etc ... C. Record Drawings: 1. The Contractor shall provide and keep uptodate a complete recon of blueline ozalid prints which shall be corrected daily, showing E change from the original Drawings and Specifications and the E installed locations, sizes, and kinds of equipment. Prints for this puq may be obtained from the Owner’s Authorized Representative at ( This set of drawings shall be kept on the site and shall be used on a record set. These drawings shall also serve as work progress sheets and shall b basis for measurement and payment for work completed. T drawings shall be available at all times for observation and shall be in a location designated by the Owner’s Authorized Representi Should the record blueline drawing progress sheets not be availabl review or not be uptodate at the time of any observation (refer to Se 3.10 - Site Observation Schedule), it will be assumed no work has ~ completed and the Contractor will be assessed the cost of that site at the current billing rate of the Owner’s Authorized Representative other Observations shall take place prior to payment of that assessr The Contractor shall make neat and legible notations on the rc drawing progress sheets daily as the work proceeds, showing the as actually installed. For example, should a piece of equipmer installed in a location that does not match the plan, the Contractor indicate that equipment has been relocated in a graphic manner so match the original symbols as indicated in the irrigation legend. relocated equipment and dimensions will then be transferred tc original record drawing plan at the proper time. 2. 3. t 1. @ t5u 4. Before the date of the final observation, the Contractor shall transfer all information from the "record drawing" prints to a sepia mylar or similar mylar material procured from the Owner's Authorized Representative. All work shall be in waterproof India ink and applied to the mylar by a technical pen made expressly for use on mylar material. Such pen shall be similar to those manufactured by Rapidograph, Kueffell & Esser, or Faber Castell. The dimensions shall be made so as to be easily readable even on the final controller chart (see Section C). The original mylar "record drawing" plan shall be submitted to the Owner's Authorized Representative for approval prior to fabricating the controller chart. 5. The Contractor shall dimension from two (2) permanent points of reference, such as building corners, sidewalk edges, road intersections, etc., the location of the following items: a. b. C. Gate valves. d. Connection to existing water lines. Connection to existing electrical power. Routing of sprinkler pressure lines (dimension max. 100' along routing). e. Electric control valves. f. Routing of control wiring. g. Quick coupling valves. h. Other related equipment as directed by the Owner's Authorized Representative. On or before the date of the final field observation, the Contractor shall deliver the corrected and completed sepias to the Owner's Authorized Representative. Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the prints. 6. D. Cont ro ller Charts: 1. As-buitt drawings shall be reviewed by the Owner's Authorized 2. 3. Representative before controller charts are prepared. Provide one controller chart for each controller supplied. The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual installed system. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. 4. 5/1/95 @ 5. The chart shall be a blackline or blueline ozalid print and a different c shall be used to indicate the area of coverage for each station. When completed and approved, the chart shall be hermetically sei between two pieces of plastic, each piece being a minimum 10 mils These charts shall be completed and approved prior to the final 1 observation of the irrigation system. 1 1 6. 7. t 1 E. Operation and Maintenance Manuals: 1. Prepare and deliver to the Owner’s Authorized Representative within calendar days prior to completion of construction, two hardcover, th ring binders containing the following information: a. Index sheet which states Contractor’s name, address, I 1 I I I. 8 1 1 I I 8 telephone number, and which lists each installed equipment material item, including names and addresses of manufactur local representatives. Catalog and parts sheets on every material and equipment installed under this Contract. Complete operating and maintenance instructions on all n equipment. b. c. I d. Guarantee statement. 2. In addition to the above mentioned maintenance manuals, providc Owner’s maintenance personnel with instructions for major equipr and show evidence in writing to the Owner’s Authorized Representl at the conclusion of the project that this service has been rendered F. Equipment to be Furnished: 1. Supply as a part of this contract the following tools: a. Two (2) sets of special tools required for removing, disasseml and adjusting each type of sprinkler and valve supplied on A minimum of two (2) five-foot keys for operation of gate ve Provide two (2) keys for each type of operating devicc operating nut, cross handle, etc.). Two (2) keys for each automatic controller. One (1) quick coupler key and matching hose swivel for ever (5) or fraction thereof of each type of quick coupling 1 project. b. c. d. 1 installed. L 1. @ IW 2. The above mentioned equipment shall be turned over to the Owner at the conclusion of the project. Before final observation can occur, evidence that the Owner has received these items must be shown to the Owner’s Authorized Representative. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDUNG A. Handling of PVC Pipe and Fittings: The Contractor is cautioned to exercise care in handling, loading, unloading, and storing PVC pipe and fittings. All PVC pipe shall be transported in a vehicle which allows the length of pipe to lie flat so as not to subject it to undue bending or a concentrated external load at any point. Any section of pipe that has been dented or damged will be discarded, and if installed, shall be replaced with new piping. 1.06 SUBSTITUTIONS A. If the Contractor wishes to substitute any equipment or materials for the equipment or materials listed on the Drawings and Specifications, he may do so by providing the following information to the Owner’s Authorized Representative for review: 1. Provide a statement indicating the reason for making the substitution. Use a separate sheet of paper for each inem to be substituted. Provide descriptive catalog literature, performance charts and flow charts for each item to be substituted. Provide the amount of cost savings if the substituted item is approved. 2. 3. The Owner’s Authorized Representative shall have the sole responsibility in accepting or rejecting any substituted item as an approved equal to the equipment and materials listed on the Drawings and Specifications. B. 1.07 GUARANTEE A. The guarantee for the irrigation system shall be made in accordance with the attached form. The General Conditions and Supplementary Conditions of these Specifications shall be filed with the Owner prior to acceptance of the irrigation system. A copy of the guarantee form shall be included in the operations and maintenance manual. The guarantee form shall be retyped onto the Contractor‘s letterhead and shall contain the following information: 6. C. 5/1/95 @ GUARANTEE FOR IRRIGATION SYSTEM We hereby guarantee that the irrigation system we have furnished and installed is from defects in materials and workmanship, and the work has been complete accordance with the Drawings and Specifications, ordinary wear and tear, unu abuse, or neglect excepted. We agree to repair or replace any defects in materii workmanship which may develop during the period of one year from date of acceptc and also to repair or replace any damage resutting from the repairing or replacin such defects at no additional costs to the Owner. We shall make such repair replacements within a reasonable time, as determined by the Owner, after receil written notice. In the event of our failure to make such repairs or replacements w a reasonable time after receipt of written notice from the Owner, we authorize the 0 to proceed to have said repairs or replacements made at our expense and we will the costs and charges therefore upon demand. PROJECT: LOCATl ON: SIGNED: ADDRESSED: PHONE: DATE OF ACCEPTANCE: I 1 I I I 1 I I. 1: 8 1 I 8 1 i 8 I. n PART 2 - PRODUCTS 2.01 MATERIALS A. General: Use only new materials of brands and types noted on draw specified herein, or approved equals. PVC Pressure Main Line Pipe and Fittings: 1. 8. PVC pipe for irrigation pressure main line piping shall be purple in c Refer to irrigation plans for additional information. Pressure main line piping for sizes 2" through 4" shall be PVC Class Class 315 pipe shall be made from an NSF approved Type I, Gra PVC compound conforming to ASTM resin specification Dl 784. AI' must meet requirements as set forth in Federal Specification PS-2 with an appropriate standard dimension (S.D.R.) (Solvent-weld Pip Pressure main line piping for sizes 6" and larger and 1-1E and sr shall be PVC Schedule 40 with solvent welded joints. Schedule 40 pipe shall be made from NSF approved Type I, Grade compound conforming to ASTM resin specification Dl 785. All pipe meet requirements as set forth in Federal Specification PS-21-70, PVC solvent-weld fittings shall be Schedule 40, 1-2, 11-1 NSF app conforming to ASTM test procedure 02466. 2. 3. 4. 5. 6, ! I. @ 72 7. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. All PVC pipe must bear the following markings: a. Manufacturer's name b. Nominal pipe size C. Schedule or class d. Pressure rating in P.S.I. e. f. Date of extrusion All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. 8. NSF (National Sanitation Foundation) approval 9. C. PVC Non-Pressure Lateral Line Pipe and Fittings: 1. PVC pipe for irrigation non-pressure lateral line piping system shall be purple in color. Refer to irrigation plans for additional information. Non-pressure buried lateral line piping shall be PVC Class 200 with solvent-weld joints when installed in planting areas. Note: Use PVC Schedule 40 pipe for 1/2' size. Non-pressure lateral line piping installed under paved areas shall be PVC Schedule 40 with solvent welded joints. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS-22-70 with an appropriate standard dimension ratio. Except as noted in paragraphs 1, 2, and 3 of this section (2.01C), all requirements for non-pressure lateral line pipe and fittings shall be the same as for solvent-weld pressure main line pipe and fittings as set forth in section 2.01 6 of these Specifications. 2. 3. 4. 5. D. Brass Pipe and Fittings: 1. Where indicated on the Drawings, use red brass screwed pipe conforming to Federal Specification #W-P-351. Fittings shall be red brass conforming to Federal Specification #WW-P- 460. E. Copper Pipe and Fittings: 2. 1. Pipe: Type K, hard tempered 2. 3. Fittings: wrought copper, solder joint type Joints shall be soldered with silver solder, 45% silver, 15% copper, 16% zinc, 24% cadmium, solidus at 1125' F. and liquidus at 1145' F. 511 195 @ F. Galvanized Pipe and Fittings: 8 I 1. Where indicated on the Drawings, use galvanized steel pipe , Schedule 40 mild steel screwed pipe. Fittings shall be medium galvanized screwed beaded malleable I Galvanized couplings may be merchant coupling. All galvanized pipe and fittings installed below grade shall be painted two (2) coats of Koppers #50 bitumastic. 2. 3. f I G. Shut-off Valves: 1. Ball valves 2" and smaller shall meet the following requirements: a. I 1 1 I 1 I. 1 1 Ball valve shall be 150 Ib. SWP bronze ball valve with full 1 Free floating chrome plated bronze ball, TFE seat and packing with adjustable stem packing gland. Ball valve shall have threaded ends and shall be equipped w bronze crosshand le. Ball valve shall be similar to those manufactured by Hammor approved equal. b. C. 2. Gate valves 4' and larger shall meet the following requirements: a. Gate valve shall be flanged cast iron body, bronze moui doubled discs, parallel seats with pin disc spreader mechar and shall conform to the specification of the American V Works Association. Gate valve shall have 2' square operating nut, with arrow CE metal indicating direction of opening. Gate valve shall have ends compatible with pipe in which installed. When adapting flanged gate valves to PVC pipe, cast iron companion flanges, stainless steel nuts and t gaskets, and PVC male adapters as required to com Gate valve shall be similar to those manufactured by Nib< b. c. u connection. 1 approved equal. d. 3. All gate valves shall be installed per installation details. H. Quick Coupling Valve: I I 1 1. Quick coupling valves shall have a brass, two-piece body designe working pressure of 150 P.S.I. Quick coupling valve shall be operable with a quick coupler key. size and type shall be as shown on the Drawings. 1 2. I . I. @ I-r I. Backflow Prevention Unit: 1. Backflow prevention unit shall be of size and type indicated on the irrigation drawings. Install backflow prevention unit in accordance with irrigation construction details. Wye strainer at backflow prevention unit shall have a cast iron flanged body with 40 mesh monel screen and shall be similar to Bailey #1 OOA or approved equal. All pressure main line piping between the point of connection and the backflow preventer shall be installed as required by local code. The Contractor shall veri with the local governing body as to material type and installation procedures prior to starU of construction. Submit shop drawing for approval. 2. 3. J. Check Valve: 1. Swing check valves 2' and smaller shall be 200 pound W.O.G. bronze construction with replaceable composition, neoprene, or rubber disc and shall meet or exceed Federal Specification W-V-51 D, Class A, Type IV. Antidrain valves shall be of heavy duty virgin PVC Construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Antidrain valve shall be field adjustable against drawout from 5 to 40 feet of head. Antidrain valve shall be similar to the Valcon "ADV or approved equal. 2. K. Control Wiring: 1. Wire requirements are as follows: a. Unless otherwise noted, connections between an automatic controller and its corresponding electric control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Control wiring installed in control wire conduit within structure shall be made with AWG-Tw solid copper wire. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a differant color stripe for each automatic controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. b. C. d. 2, 3. 5/1/95 @ 4. An expansion curl shall be provided within three (3) feet of each connection. Expansion curl shall be of sufficient length at each SI connection at each electric control valve, so that in case of repair valve bonnet may be brought to the surface without disconnectinc control wires. Control wires shall be laid loosely in trench without si or stretching wire conductors. All splices shall be made with Scotch-Lok #3576 Connector Set Packs, Rainbird SnapTite wire connectors, or approved equal. h only one splice with each connector sealing pack. Field splices between the automatic controller and electric control vt will not be allowed without prior approval of the Owner's Authoi Representative. I 8 5. I. I 6. 1 I I I L Automatic Controller (Moisture Sensing Computer): 1. 2. Automatic controller(s) shall be of size and type shown on the Drawl Final location of automatic controller(s) shall be approved by the Owi Authorized Representative. Unless otherwise noted on the Drawings, the 120 volt electrical pow each automatic controller location shall be furnished by the Contra The final electrical hook-up shall be the responsibility of the Contra 3. I M. Electric Control Valve: I. Drawings. 1. All electric control valves shall be the same size and type shown 01 2. 3. All electric control valves shall have a manual flow adjustment. Provide and install one PVC ball valve with union in control valve box to each electric control valve. 1 t 1 1 1 I 8 1 N. Valve Box: 1. Use 10' x 10-1 /4' round box for all gate valves, Carson Industries # 128 with green boltdown cover or approved equal. Extension SI shall be PVC with minimum size of six (6) inches. Use S1/2' x 16' x 11' rectangular box for all electric control va Carson Industries #1419-128 with green bottdown cover or appr equal. Use 10' x 10-1/4" deep round plastic valve box for all quick cou valves, Carson Industries #910-126 green bolt down cover or appr equal. 2. 3. 5 I. dB, 76 0. Sprinkler Head: 1. All sprinkler heads shall be of the same size, type, and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the Drawings and/or as specified herein. Spray heads shall have a screw adjustment. Riser units shall be fabricated in accordance with the installation details. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. All sprinkler heads of the same type shall be by the same manufacturer. 2. 3. 4. 5. P. Identification Tag: 1. I.D. tags for electric control valves shall be manufactured from Polyurethane Behr Desopan. Use Christy's standard tag hot-stamped with black letters on yellow background. Tags shall be numbered to match programming shown on the Drawings. Provide one tag for each electric control valve. Reclaimed water I.D. tags for electric control valves, master valves, gate valves and manual valves shall be manufactured from Polyurethane Behr Desopan. Use Christy's maxi tag, hot-stamped with black letters on purple background. Tags shall read "Warning - Unsafe Water - Do No Drink.' Tag shall be printed in English on one side and Spanish on the other. Provide one tag for each valve. Special order tags from T. Christy Enterprises, 1207 Struck Avenue, 'E", Orange, CA 92667. Phone (71 4) 771 -41 42 and Fax (71 4) 771 -3029. 2. 3. Q. Irrigation Booster Pump: 1. Booster Pump system shall be a CONSTANTFLO Model #650BP130P4- 30.0 - CDEFGHIKM, factory pre-piped and pre-wired and mounted on a steel skid base hot dipped GALVANIZED after fabrication, with a capacity of 650 G.P.M. at 130' TDH, EXCLUSIVE of pressure drop through the prefabricated system. The 56 P.S.I. shall combine with existing 50 P.S.I. for a total of 106 P.S.I. Pumps shall be end suction close coupled or in-line type, bronze fitted construction, with bronze impeller and wear rings, bronze shaft sleeve, mechanical seal with ni-resist seat, integral flanged suction and discharge connections, keyed motor shaft, back pull-out type, with centerline discharge for automatic venting. Pump volute and motor bracket shall be protected with a coating applied by an electrostatic painting process and oven cured. Impeller bolts, nuts, washers, etc ... shall be minimum GRADE 5/31 6 stainless steel. 5/1/95 43 2. Motors shall be 1750 RPM 30.0 HP THREE PHASE with 36.5 full amp I (208 amp in rush) and shall be non-over-loading on the full range of impeller curve without use of the service factor. Three phase motors I be TEFC with 1.25 service factor. NOTE: Contractor to veri electrical service location Steel Skid Base shall be minimum 3", welded angle iron or channel, dipped GALVANIZED after fabrication. Heavier gauge construction 5 be used as required to support the equipment being installed. Skid t to have full width angle iron brackets at each end of the skid, minimum 9/16" holes each corner for bolting to concrete with anchc Piping and Fittings shall be flanged spools of schedule 40 steel and CI 150 weld flanges, hot dipped GALVANIZED after fabrication. Spe spools shall also be welded spools and galvanized. Threaded fittings not acceptable. Companion flanges at suction and discharge hea connections shall be Class 150 steel flanges, galvanized. Where exte BRASS piping is connected to the pump system, a GALVANIZED F nipple shall be installed in the header companion flanges and connec to the external brass piping with dielectric unions, or by use of dielec flanges. All nuts and bolts shall be 316 stainless steel plated. Pir from booster pump suction and discharge outlets to 24' below fir grade shall be made up of flanged cast iron spools and flanged fittir Provide and install any reducing or adapter fittings required. Use stainless steel nuts and bolts. Paint piping to match booster pi asse m b I y . Gauges shall be 2%" diameter, liquid filled for vibration dampening 200# range, stainless steel casing, with brass needle valve shut-off COC sandblasted and fusion bonded epoxy coated. All nuts and bolts to 316 SS. Shut-off valves to be WATTES butterfly lug type, wafer st drilled and tapped, with bronze disc, capable of remaining installec piping. Handles shall be 10 position adjustable, with chrome mem plate and 31 6 stainless steel nuts, bolts and washers. Check valves s be MUESSCO SURE-CHECK, bronze doubledisc, spring operated. Pressure Regulating Valves, shall be a flanged, combination press regulating and non-slam check valve, fusion bonded epoxy coai interioi and exterior. Nuts and bolts to be 316 stainless steel. Pump Control Panels shall be 14 gauge, Type 304 stainless steel i continuously welded seams, door with continuous hinge, #4 finish o sides, with all welds passivated to eliminate corrosion, UL listed, Nema enclosure, deadfront, keylockable and padlockable, with main disconn switch, circuit breaker with adjustable overloads on all legs and adjusta inrush current trip setting on units exceeding 41 amps, heavy d contactor, 115 volt control circuit transformer with circuit brea disconnect, HOA selector switch, terminal strip for remote wiring leads, adjustable time delay relay 'OFF' to prevent pump quick-cycling as ve I 8 I 1 I I n 1 I. I I I II I 1 I 8 voltage/phase prior to ordering pumping equipment. 3. t 4. 5. 6. Check Valves and Butterfly Valves, including handles, shall 7. 8. 51' I. 49 78 stations open and close, and a pump start relay (plug-in module type, low ampacity). An individual pump start relay shall be furnished and installed by the panel manufacturer for each irrigation controller, to electrically isolate the controllers from each other. If a master valve is used on the project, an extra relay shall be included. Panel shall have holes in bottom of panel as required to allow for all inlet and outlet wiring for main power and control accessories. Louvers shall be installed on opposite sides of the panel for cross ventilation, and shall include insect screens. 9. Fushion Bonded Epoxy Coating Coating process to be Scotchkote 134, with a minimum of 10-12 mils thickness. Coating process shall be properly applied to the interior and exterior of pressure regulating valves, check valves, butterfly valves and handles. Spray-on or brush-on coatings are not acceptable. NUTS AND BOLTS All nuts and bolts used in the construction of the pump system and the sheet metal enclosure shall be 316 stainless steel. Plated botts are not acceptable. SHEET METAL ENCLOSURES Enclosures shall be minimum 16 gauge galvanized sheet metal. Legs and rails, or other structural support shall be minimum 1 Virn x Q/8" angle iron, hot dipped galvanized, or 3/16' aluminum angle. All nuts and bolts to be 316 stainless steel, with 316 stainless steel lock washers. Mounting feet to be chrome plated angle, attached to legs, and botted to steel skid. For high security areas, the front mounting feet shall be attached to the skid with 316 stainless steel padlock hasps. A removable access service panel shall be included on the full length of one side of the enclosure. The enclosure shall be of the TILT-UP style, for full access to the entire pump system. It shall be capable of laying back in a 180" horizontal position. 5/1/95 @ Inspection plates shall be included at piping entrances to minir openings available to vandalism. Plain steel enclosures with epoxy coating are not acceptable. Weldir not acceptable. The irrigation booster pump shall be actuated by the automatic iniga controllers included any special auxiliary relays required for autorr operation. A sheet metal enclosure as indicated in the detail sheet shall be provic complete with ventilation as required without need for fans, and fir painted with two cots of RUSTOLEUM factory enamel finish. Colo finish shall be approved by owner’s authorized representative. components of the enclosure, including legs, feet and interior sup1 rails shall be galvanized. Enclosure shall be mounted on the steel : Booster pump assembly shall include concrete base to receive CONSTANTFLO. The Type A - 3000 P.S.I. prestressed concrete v rebar with cad plated anchors. The steel skid base shall be fact mounted on the concrete base. I 1 1 I 1 1 I 1 10. f 11. I base. 12. 13. Booster pump assembly shall include Nema 3R non-fused rr disconnect switch, mounted on exterior of pump panel, and wired panel circuit breaker. Booster pump assembly shall include high limit temperature cut-off, at 1 80°F, to disconnect pump operation due to no-flow and temperat The booster pump assembly shall include a combination pressi reducing and non-slam check valve shall be included in 1 CONSTANTFLO system. Booster pump assembly shall include low suction pressure cut-off swi Booster pump assembly shall include victaulic couplings at suction e 14. 1. build-up in pump volute. 15. 16. I and time delay relay. 17. I discharge headers. R. Miscellaneous Irrigation Equipment: Refer to the Drawings for sizes and types of miscellanea irrigation equipment. All miscellaneous irrigation equipment shall be as specified approved equal. 1. 8 8 1 1 I 2. 5/1 I. @ 80 PART 3 - EXECUTION 3.01 OBSERVATION OF SITE CONDlTlONS A. All scaled dimensions are approximate. The Contractor shall check and verify all size dimensions and receive approval from the Owner’s Authorized Representative prior to proceeding with work under this Section. Exercise extreme care in excavating and working near existing utilities, The Contractor shall be responsible for damages to utilities which are caused by his operations or neglect. Check existing utilities drawings for existing utility locations. Coordinate installation of sprinkler irrigation materials including pipe, so there shall be NO interference with utilities or other construction or difficulty in planting trees, shrubs, and ground covers. The Contractor shall carefully check all grades to satisfy himself that he may safely proceed before starting work on the irrigation system. 6. C. D. 3.02 PREPARATION A. Physical Layout: 1. Prior to installation, the Contractor shall stake out all pressure supply lines, routing and location of sprinkler heads. All layout shall be reviewed by the Owner’s Authorized Representative prior to installation. The owners authorized representative shall give written approval of sprinkler head spacing prior to commencing of installation. 2. 3. 6. Water Supply: 1. The irrigation system shall be connected to water supply pint(s) of connection as indicated on the Drawings. Connections shall be made at the approximate location(s) shown on the Drawings. The Contractor is responsible for minor changes caused by actual site conditions. 2. C. Electrical Supply: 1. Electrical connections for any and all automatic controllers shall be made to electrical point(s) of connection as indicated on the Drawings. Connections shall be made at the approximate location(s) shown on the Drawings. The Contractor is responsible for minor changes caused by actual site conditions. 2. 5/1/95 @ 3.03 INSTAUATION 1 1 I 1 1 I 1 I. I I t I t I I 8 A. Trenching: 1. Dig trenches straight and support pipe continuously on bottom of trel Lay pipe to an even grade. Trenching excavation shall follow Is indicated on the Drawings and as noted. Provide for a minimum of eighteen (18) inches cover for all pres< supply lines of 2 1/2-inch nominal diameter or smaller. Provide for a minimum of twenty-four (24) inches cover for all pres: supply lines of 3-inch nominal diameter or larger. Provide for a minimum of 36" for 6" and larger. Provide for a minimum of twelve (12) inches for all non-pressure linc Provide for a minimum cover of eighteen (1 8) inches for all control wit 2. r' 3. 4. 5. 6. 6. Backfilling: 1. I The trenches shall not be backfilled until all required tests are perforn Trenches shall be carefully backfilled with the excavated matei approved for backfilling, consisting of earth, loam, sandy clay, sand other approved materials, free from large clods of earth or stor Backfill shall be mechanically compacted in landscaped areas to a densrty equal to adjacent undisturbed soil in planting areas. Backfill conform to adjacent grades without dips, sunken areas, humps or 01 surface irregularities. A fine granular material backfill will be initially placed on all lines. foreign matter larger than one-hatf (1/2) inch in size will be permittec the initial backfill. 3. Flooding of trenches will be permitted only with approval of the Enginc 4. If settlement occurs and necessitates adjustments in pipe, valv sprinkler heads, lawn, plantings, or other installed work, the Contrac shall make all required adjustments without cost to the Owner. 2. C. Trenching and Backfill Under Paving: 1. Trenches located under areas where paving, asphattic concrete, concrete will be installed, shall be backfilled with sand (a layer six inches below the pipe and three [3] inches above the pipe) t compacted in layers to 95% compaction, using manual or mechan tamping devices. Trenches for piping shall be compacted to equal compaction of the existing adjacent undisturbed soil and shall be le1 a firm unyielding condition. All trenches shall be left flush with ' adjoining grade. The Contractor shall set in place, cap and pressure t all piping under paving prior to the paving work. 5/1 I* @ 82 2. Generally, piping under existing walks is done by jacking, boring, or hydraulic driving, but where any cutting or breaking of sidewalks and/or concrete is necessary, it shall be done and replaced by the Contractor as a part of the Contract cost. Permission to cut or break sidewalks and/or concrete shall be obtained from the Owner’s Authorized Representative. No hydraulic driving will be permitted under concrete paving. Provide for a minimum cover of eighteen (18) inches between the top of the pipe and the bottom of the aggregate base for all pressure and non- pressure piping installed under asphattic concrete paving. 3. D. Assemblies: 1. Routing of sprinkler irrigation lines as indicated on the Drawings is diagrammatic. Install lines (and various assemblies) in such a manner as to conform with the details per the Drawings. Install NO multiple assemblies in plastic lines. Provide each assembly with its own outlet. Install all assemblies specified herein in accordance with respective detail. In absence of detail drawings or Specifications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Owner’s Authorized Representative. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before installation. Installation and solvent welding methods shall be as recommended by the pipe and fitting manufacturer. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal, shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. E. tine Clearance: 2. 3. 4. 5. 1. All lines shall have a minimum clearance of six (6) inches from each other and from lines of other trades. Parallel lines shall not be installed directly over one another. F. Automatic Controller Assembly: Install as per manufacturer‘s instructions. connected to controller in numerical sequence as shown on the Drawings. High Voltage Wiring for Booster Pump and Automatic Controller: 1. Electric control valves shall be G. High voltage power connection to the irrigation booster pump and the automatic sprinkler controllers shall be provided by the Contractor. 511 195 @ 2. All electrical work shall conform to local codes and ordinances. Refc Electrical section of specifications for additional information. I I I I I 1 I 1 1 8 8 li 1 R H. Electric Control Valves: 1. 2. Install each electric control valve in a separate valve box. Install where shown on the Drawings. Where grouped together, all01 least twelve (12) inches between adjacent valve boxes. Each valve number shall be heat branded on valve box lid with 2" letters. Branding unit available from Hydroscape Products, Inc., ph( number (714) 639-1850 or (619) 560-661 1. f 3. I. Flushing of System: 1. After all new sprinkler pipe lines and risers are in place and connec all necessary diversion work has been completed, and prior to installa of sprinkler heads, the control valves shall be opened and full heat water used to flush out the system. Sprinkler heads shall be installed only after flushing of the system I been accomplished to the complete satisfaction of the Own1 Authorized Representative. I 2. J. Sprinkler Heads: 1. Install the sprinkler heads as designated on the Drawings. Sprin heads to be installed in this work shall be equivalent in all respect: Spacing of heads shall not exceed the maximum indicated on Drawings. In no case shall the spacing exceed the maxim recommended by the manufacturer. All sprinkler heads shall be set perpendicular to finish grade of the a to be irrigated unless otherwise designated on the plans. I. those itemized. 2. 3. I K. Irrigation Booster Pump: 1. The Contractor shall provide all labor and materials for main power to I pump panel. Refer to electrical supply for additional information. Painting. Entire pump unit to be factory finished with two coats of gre RUSTOLEUM factory enamel finish. Color to be approved by Own€ Authorized Representative. Field assembled pump systems are not acceptable. 2. 3. 5/1 I. @ OL) 4. Start Up. The services of a factory representative shall be made available on the job-site to check installation and perform the start-up, and insttuct operating personnel. A report of start-up data, including voltage and amperage readings, pressure gauge readings, and general operating characteristics shall be submitted to the Owner's Authorized Representative for record purposes. Three sets of operating and maintenance manuals and control panel wiring diagrams shall be provided to the owner. 3.04 TEMPORARY REPAIRS The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.05 EXISTING TREES Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. A10 roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, snaking clean cuts through. Roots one (1) inch and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent to tree should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. 3.06 FIELD QUALITY CONTROL A. Adjustment of the System: 1. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings. If it is determined that adjustments in the irrigation equipment will provide proper and more adequate coverage, the Contractor shall make such adjustments prior to planting. Adjustments may also include changes in nozzle sizes and degrees of arc as required. Lowering raised sprinkler heads by the Cantractor shall be accomplished within two (2) days after notification by Uhe Owner. All sprinkler heads shall be set perpendicular to finished grades unless othewise designated on the Drawings. 2. 3. 4. 6. Testing of the Irrigation System: 1. The Contractor shall request the presence of the Owner's Authorized Representative in writing at least 48 hours in advance of testing. 5/1/95 @ 2. Test all pressure lines under hydrostatic pressure of 150 pounds square inch. Note: Testing of pressure main lines shall occur prior to installatio the electric control valves. All piping under paved areas shall be tested under hydrostatic pres: of 150 pounds per square inch and proven watertight prior to pavin; Sustain pressure in lines for not less than two (2) hours. If leaks deve replace joints and repeat test until entire system is proven watertighl All hydrostatic tests shall be made only in the presence of the Own Authorized Representative. No pipe shall be backfilled until it has b observed, tested, and approved in writing. Furnish necessary force pump and all other test equipment. When the irrigation system is completed, perform a coverage test in presence of the Owner’s Authorized Representative to determine if water coverage for planting areas is complete and adequate. Furnist materials and perform all work required to correct any inadequacie: coverage due to deviations form the Drawings, or where the system been wiltfully installed as indicated on the Drawings when it is obvioi inadequate, without bringing this to the attention of the Own Authorized Representative. This test shall be accomplished before Upon completion of each phase of work, the entire system shall be tes and adjusted to meet site requirements. I I 1 1 I I I 3. f 4. 5. 6. 7. I ground cover is planted. I. 8. 3.07 MAINTENANCE A. The entire irrigation system shall be under full automatic operation for a per of seven (7) days prior to any planting. The Engineer may waive or shorten the operation period. I I I I 5 I I B. 3.08 CLEAN-UP Clean-up shall be made as each portion of work progresses. Refuse and excess ( shall be removed from the site, all walks and paving shall be broomed or washed dov and any damage occurring to the work of others shall be repaired to original conditioi FINAL SITE OBSERVATION PRIOR TO ACCEPTANCE A. 3.09 The Contractor shall operate each system in its entirety for the Engineer at til of final observation. Any items deemed not acceptable by the Own€ Authorized Representative shall be reworked to the complete satisfaction of 1 1 Owner’s Authorized Representative. 5/1 I. @ 86 6. The Contractor shall show evidence to the Engineer that the Owner has received all accessories, charts, record drawings, and equipment as required before final site observation can occur. 3.10 SITE OBSERVATION SCHEDULE A. The Contractor shall be responsible for notifying the Engineer in advance for the following observation meetings, according to the time indicated: 1. 2. 3. 4. 5. 6. 7. No site observations will commence without record drawings. In the event the Contractor calls for a site visit without record drawings, without completing previously noted corrections, or without preparing the system for said visit, he shall be responsible for reimbursing the Engineer at his current hourly billing rate, portal to portal (plus transpottation costs), for the inconvenience. No further site observations will be scheduled until this charge has been paid and received. PreJob Conference - 7 days Pressure supply line installation and tesUing - 48 hours Automatic controller installation - 48 hours Control wire installation - 48 hours Lateral line and sprinkler installation - 48 hours Coverage test - 48 hours Final site observation - 7 days B. END OF SECTION 5/1/95 @ I I I 1 I 1 I. I I I LANDSCAPE 1 1.00 GENERAL 1.01 WORK INCLUDED A. Soil Preparation B. Planting C. Staking 0 D. Sodding E. Clean up 1.02 RELATED WORK A. Landscape Irrigation System 1.03 QUALITY ASSURANCE I A. Source Quality: 1. Submit documentation at least 60 days prior to planting that all p materials are available. Materials are subject to inspection e confirmation of ordering. Materials are subject to inspection at place of growth and upon deliv for conformrty to specifications. Inspection, approval and rejection also take place at other times during progress of work. Request, in wriiing, inspection of plant materials at place of groi ldentlfy place of growth, and quantity of plants to be inspec Inspection may be waived at Agency's option. As described in the planting notes for tree tagging ,the Landsct Architect may opt to either visit the tree nursery or review photogral submitted by the Contractor. In either case visit the nursery and sel trees conforming to specifications prior to review by the Landsct Architect. Should trees not meet specifications at the time of reviev person by the Landscape Architect, the 2. 3. 4. I I rate. Contractor may be required to reimburse the Agency at the Consultant's current bill I I I 51' I. @ 88 1.04 SUBMITTALS A. Prior to installation submit for review and approval specifications and product information on items being used on project. Submit bound with list of items as cover sheet. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver fertilizer to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade mark, and conformance to State law. Provide copies of receipts for all amendments specified in these specifications or in the Soils Report. Deliver plants with legible identification labels. Label trees, evergreens, bundles of containers of like shrubs and groundcover plants. State correct plant name and size indicated on plant list. Use durable waterproof labels with water- resistant ink which will remain legible for at least 60 days. Protect plant material during delivery to prevent damage to root ball or desiccation of leaves. Notify Owner 7 days in advance of delivery of plant materials and submit itemization of plants in each delivery. Store plants in shade and protect from weather. Maintain and protect plant material in a healthy, vigorous condition. Exercise care in handling, loading, unloading and storing of plant materials. Replace damaged materials. 8. C. D. E. F. G. H. 1.06 JOB CONDITIONS A. Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. Coordinate the work of this section with installation of underground irrigation system, utilities, piping and watering heads. B. 1.07 SAMPLES AND TESTS A. Agency reserves the right to take and analyze samples of materials for conformity to specifications. Provide samples for testing upon request. Remove rejected materials from site immediately upon rejection at no additional cost. Testing costs will be paid for by Agency if materials prove to be in compliance with specifications. 5/1/95 @ I i I I I I I 1e I U I 1 I 1 6. Prior to amending soils, contractor shall have soil tested at locations frequency approved by the Engineer for agricuttural suitability as describe planting notes. Provide 1 cubic foot sample of medium grind topping mulch to Owner for re’ and approval. C. 1. 1.08 GUARANTEE A. Guarantee trees and shrubs against poor, inadequate, diseased and infc materials and workmanship for one year from project acceptance. 1 2.00 PRODUCTS 2.01 MATERIALS A. The following organic, soil amendments and fertilizer are to be used for purposes only. Specific amendments and fertilizer will be selected and speci after rough grading operations are complete and Contractor has had soil saml tested. Pay quantities to be adjusted according to actual amounts approve Provide standard, approved and first-grade quality materials, in prime condi when installed and accepted. Deliver commercially processed and packa material in manufacturer’s unopened containers bearing the manufactur guaranteed analysis. Supply a sample of all supplied materials accompaniec analytical data from an approved laboratory source illustrating compliance bearing the manufacturer’s guaranteed analysis. B. C. Organic Amendment: 1. Nitrogen Stabilized: 0.56 to 0.84 percent N based on dry weight for wc residual or rice hulls. Particle Size: 95 to 100 percent passing 6.35 mm standard sieve; 8( 100 percent passing 2.33 mm standard sieve. Salinrty: Ensure that saturation extract conductivrty does not exceed millimohs per centimeter at 25 degrees C. as determined by saturat extract method. Iron Content: Minimum 0.08 percent dilute acid soluble Fe on dry wei basis. 2. 3. 4. 5. Ash: 0 to 6 percent (dry weight). 0. Soil Amendment: 1. Soil Sulfur: Agricultural grade sulfur containing minimum of 99 percl 511 1 sulfur (expressed as elemental). I. a9 U 90 2. Iron Sutfate: 20 percent iron (expressed as metallic iron), derived from ferric and ferrous sulphate, 10 percent sulfur (expressed as elemental). Calcium Carbonate: 95 percent lime as derived from oyster shells. 3. 4. Gypsum: Agricultural grade product containing 98 percent minimum calcium sulphate. E. Fertilizer: 1. Planting Fertilizer: pelleted or granular form consisting of the following percents by weight and mixed by commercial fertilizer supplier: 6- nitrogen, 20-phosphoric acid, 20-potash. Planting Tablets: Provide slow-release type with potential acidity of not more than 5 percent by weight containing the following percents by weight of nutrients listed: 20-nitrogen, 1 0-phosphoric acid, 5-potash, 2.6- combined calcium, 1.6-combined sulphur, 0.35-iron (elemental) from ferrous sulfate. Provide in 21 gram tableas manufactured by Agriiorm, or other approved. Hydroseeding Fertilizer: provide ammonium phosphate which consists of the following percent by weight and mixed by a commercial fertilizer supplier: 1 &nitrogen, 20-phosphoric acid, @potash. Pre-Sod fertilizer: Provide type consisting of the following percents by weight and mixed by a commercial fertilizer supplier: 16-nitrogen, 20- phosphoric acid, 8-potash. 5. Sulphate of potash: 0-0-50 6. 2. 3. 4. Single super-phosphate: Commercial product containing 18 to 20 percent available Phosphoric Pentoxide, or other approved. 7. Urea formaldehyde: 38-04. Import or Amended Top Soil: Ensure silt plus clay content of top soil does not exceed 20 percent by weight, with a minimum 95 percent passing the 2.0 mm sieve. Do not allow the sodium absorption ratio (SAR) to exceed 6. The electrical conductivity (ECE) of the saturation extract cannot exceed 3.0 millimohs per centimeter at 25 degrees C. Ensure boron content is less than 1 part per million as measured on the saturation extract. To ensure compliance with these requirements, submit samples of soil for analysis prior to, and following backfi I I ing . F. 5/1/95 @ 1 I 1 I 1 I I I 1. I 1 I I 1 I I G. Plant Materials: 1. Provide plant materials in accordance with State Departmen Agriculture’s regulation for nursery inspections, rules and ratings. Prc plants with a normal habit of growth, sound, healthy, vigorous and from insect infestations, plant diseases, sunscalds, and c disfigurements. Ensure tree trunks are sturdy and have well harde systems and vigorous and fibrous root systems which are not root or bound. In the event of disagreement as to condition of root system, root conditions of the furnished plants in containers will be determine1 removal of earth from the roots of not less than two plants, or more 1 2 percent of the total number of plants of each species or variety. WI container grown plants are from several sources, roots of not less i two plants of each species or variety from each source will be inspec In the event that the sample plants inspected are found to be defec the entire lot or lots of plants represented by the defective samples be rejected. Plants rendered unsuitable for planting due to this inspec will be considered samples and will be provided at no cost to the Age Size of plants will correspond with that normally expected for species variety of commercially available nursery stock or as specified drawings. The minimum acceptable size of plants measured be pruning with the branches in normal position, must conform with measurements specified in plant list. If approved by the Agency, la1 sized plants may be used, but without additional cost. If larger plants approved for use, the ball of earth or spread of roots for each plant be increased proportionately. Plants not meeting requirements of these specifications are considr to be defective whether in place or not. They must be immedie removed and replaced with new acceptable and approved plants of required size, species and variety at no additional cost to the Agenc Pruning: Do not prune, trim, top or alter the shape of trees or ple except as approved. Provide plant material true to botanical and common name and variet! specified in Annotated Checklist of Woody Ornamental Plants California, Oregon and Washington, published by University of Califoi School of Agricutture (latest edition). 6. Nursery Grown and Collected Stock: Grow under climatic conditil similar to those in locality of project; container-grown stock in vigorc healthy condition, not root-bound or with root system hardened off. 1 only liner stock plant material which is well established in remov& containers or formed homogeneous soil sections. I. 2. 3. 4. 5. 1 5i‘ I. @ 92 7. Seed: Label seed and provide in sealed containers with signed copies from vendor certifying that each container is fully labelled in compliance with State Agricuttural Code, and is in compliance with minimum requirements of these specifications. Wet, moldy or damaged seed will not be permitted. Stolons: Hybrid Bermuda ’Santa Ana’ variety, fresh living sections of runners and stems 2 to 4 inches, high quallty and certified to be free from diseases, insects, and weeds. Maximum inert material acceptable will be 8 percent by weight. All materials are to be from the same growing ground and delivered fresh to the jobsiUe, maximum 24 hours prior to planting. Select trees which are aesthetically desirable and are good examples of the species. Trees with gashes, mishappen trunks or branches, topped leaders, structural defects, badly crossed branches, or other visual defects will not be accepted. Hydro-Seeding Fiber Mulch: Provide Hydro-Mulch as manufactured by Conwed, or other approved, composed of wood cellulose fiber and containing no germination or growth-inhibiting factors. Ensure a consistent texture which disperses evenly and remains suspended in agitated water. Provide with a temporw green dye and the following percentage property analyses: moisture content-9 plus or minus 0.8; 3 0.d. basis; organic matter-99.2 plus or minus 0.8; ash content-0.8 plus or minus 0.2; pH4.8 plus or minus 0.5; water holding capacity (grams of H20 per 100 grams of fiber) - 1150 minimum. I. Hydro-Seeding Additive (Binder): Provide Ecology Control-M-Binder organic seeding additive. J. Guying and Staking Materials: 8. 9. H. 1. Wood Tree Stakes: lodge pole pine, full treated with Coppernaphthanate Wood Preservative in strict accordance with FS TT-W-572 Type I, Composition 8’2 inch (minimal normal size) diameter by 10 feet long, no split stakes. Ties: Provide 36 inch corded rubber tie as manufactured by Gro-Strait Products, wire and hose tie by Nunes Turfgrass, or other approved. Steel Guy Anchor: provide 3/4 inch diameter by 36 inch steel vane as manufactured by Maxwell Steel Company, or other approved. Guying Hardware: Wire-pliable 9 gage galvanized; hose 1/2 inch new rubber; turnbuckles - galvanized or dip painted, size as required; safety sleeve - 1/2 inch white pvc full length of wire. 2. 3. 4. K Tree Paint: Provide Morrison Tree Seal, Cabot Tree Paint, or other approved. 5/1/95 @ 1 I L Water: Provide clean, potable water. M. Mulch: Provide medium grind bark such as supplied by Blue Ribbon (71 4) 3666, consisting of fibrous, woody bark mixture of varied particle size such 90 to 100 percent passes 1 inch sieve, 80 to 100 percent passes 1/2 inch s and 20 to 60 percent passes 114 inch sieve, or approved equal. 1. 1 N. Wood Headerboards: 1. Provide 2 inch by 4 inch pressure treated Douglas fir or redv construction grade headerboards. Make splices with 1 inch by 4 pieces no less that 12 inches long. Place 1 inch by 3 inch by 1( stakes at intervals of not more than 5 feet. Cut stakes level and set b top headerboards. On sharp turns and curves, four 1/2 inch by 4 inch laminated board two 1 inch by 4 inch laminated boards may be permitted. Nail stakes and splices with galvanized common nails. Nail as reqi for solid installation. Provide headerboards as shown on drawings, laid true to line and gr protect in-place adjacent improvements, shrubbery and other propel Place stakes on ground cover sod of headerboards. I 1 I 1 I I I I I I I 2. 3. 4. I. 0. Sand: Provide washed silica sand. P. Root Barrier: UB24-2 by Deep Root Cop, (714)898-0563. Install with gi bacMill option per manufacturers specifications. 3.00 EXECUTION 1 3.01 INSPECTION A. Obtain certification that final grades to 1/10 foot have been established pric commencing landscaping operations. Provide for inclusion of all amendmc settling, *etc. Be responsible for shaping all planting areas as indicatec drawings or as required. Inspect trees, shrubs and liner stock plant material for injury, insect infeste and trees and shrubs for improper pruning. Do not begin planting of trees until deficiencies are corrected or plants repla B. 0 C. 5 1. 614 94 3.02 PREPARATION A. Soil Preparation: 1. After proper finished grades have been verified or established, condition and fertilize soil in accordance with recommendations of soil testing laboratory and as approved by Owner. The following is for bid purposes only. Uniformly spread and cultivate amendments thoroughly by means of mechanical tiller into top 6 inches of soil. Application rates per 1 ,OOO square feet: Nitrogen stabilized organic amendment - 6 cubic yards Planting fertilizer - 15 pounds Agricultural gypsum - 200 pounds Soil sulphur - 20 pounds 2. At time of planting, ensure that top 2 inches of all areas to be planted or seeded are free of stones, stumps, and other deleterious matter 1 inch in diameter or larger, and free from wire, plaster, concrete, wood, and similar materials which would cause hindrance to planting or maintenance. Final Grades: Make minor modifications to grade as may be necessary to establish required final grade. Ensure that finish grade provides proper drainage of the site and surface drainage is away from building. Final grades are to be 1 inch below adjacent paved areas, sidewalks, valve boxes, headers, clean-outs, drains, manholes, etc., or as shown on drawings or required by Owner. Eliminate erosion scars prior to commencing maintenance period. B. 3.03 PLANTING INSTALLATION A. General: 1. Perform actual planting only during those periods when weather and soil conditions are suitable. Distribute in planting areas only as many plants as can be planted and watered that same day. Ensure that containers which are opened and plants removed are handled with care such that ball of earth surrounding roots is not broken and that plants are planted and watered immediately. Do not open containers prior to placing plants in planting areas. The irrigation system shall be operational and approved by the Engineer prior to planting. 2. 3. 4. 5/1/95 @ I I 1 I I I 1 10 6. Pre-Plant Weed Control: 1. Use a non-selective systemic contact herbicide as recommended applied by an approved licensed landscape pest control advisor applicator. Leave sprayed plants intact for at least 15 days. Clear and remove these existing weeds by mowing or grubbing c plant parts at least 1/4 inch below surface of soil over entire areas t planted. After irrigation system is operational, apply water for 5 to 10 day needed to achieve weed germination. Apply contact herbicides and as needed before planting. Repeat as required. Maintain weed free site until acceptance by Agency. I. 2. 3. I 4. Lay-Out: Mark locations for plants and outlines of areas to be planted before plant pits are dug. Gain Agency approval. If underground construction or i lines are encountered in the excavation of planting areas, other location: planting may be selected by Agency. Accomplish layout with flagged g stakes indicating plant names and specified container size on each si Confirm location and depth of underground utilities and obstructions. Planting of Trees and Shrubs: 1. C. D. Strip and stack approved excavation for planting which is encount. within areas for trenches, tree holes, plant pits and planting beds. Remove from site excess soil generated from planting holes and not L Protect areas from excessive compaction when trucking plants or c Provide excavated holes with vertical sides with roughened surfaces of a size twice the diameter and 1-112 times the depth of the root ba all trees and shrubs. Cut cans on two sides with acceptable can cutter only. Do not injure ball. Superficially loosen edge roots on three sides after removing 1 can. Remove bottom of plant boxes before planting. Remove sides wit1 damage to root ball after positioning plant and partially backfilling. Center plant in pit or trench. Face plants with fullest growth into prevailing wind. 2. I for backfilling. I materials to planting areas. 3. 4. I I I I I I 5. 6. 7. 8. 5 I. @ 96 9. Set plant plumb and hold rigidly in position until soil has been firmed around ball or roots. 10. Backfill container plants with: 6 parts by volume on-site soil 4 parts by volume organic amendment 1 pound 6-20-20 fertilizer mix/cu. yd. of mix 2 pounds iron sulfate per cubic yard of mix Note: The above is for bid purposes only. Specific backfill recommendations are made as a result af the soils testing described on the planting plan. Raise all plants which settle deeper than the surrounding grade. After plant has been placed, add sufficient backfill to hole to cover approximately 1/2 of root ball. Add water to the top and thoroughly saturate root ball and adjacent soil. After water has completely drained, place planting tablets: 11. 12. 1 tablet per l-gallon container 2 tablets per Sgallon container 3 tablets per 15-gallon container 4 tablets per 24 inch box 5 tablets per 30 inch box 6 tablets per 36 inch box 7 tablets per 42 inch box 8 tablets per 48 inch and larger boxes Set planting tablets with each plant on top of root ball while plants are still in their containers so the required number of tablets can be verified. Backfill remainder of hole and tamp firm. Construct an earthen basin around each plant after backfilling. Provide basin of depth sufficient to hold at least 2 inches of water. Construct basins with amended backfill. Remove basin in all turf areas after initial watering. 14. Limit pruning to minimum necessary. Remove injured twigs and branches. Pruning may not be done prior to delivery of plants. Paint cuts over 3/4 inch in diameter with tree paint. 13. 15. Stake trees immediately after planting. Install stakes plumb. 16. Do not bring iron sulfate into contact with concrete surfaces due to potential staining. Contractor is responsible for cleaning or replacing stained surfaces. E. Planting Groundcover: 1. Ensure that groundcover remains in the flats until transplanting. Flats’ soil must contain sufficient moisture so it will not fall apart when lifting plants. 5/1/95 @ I I I I 1 1 1 I Do I I I I I I 2. Plant groundcovers in straight rows evenly spaced unless st otherwise, and at intervals required by drawings. Use triangular SPE unless otherwise noted on drawings. Plant each rooted plant with its proportionate amount of flat Immediately sprinkle after planting until entire area is soaked to full d of each hole. Protect plants from damage and trampling. 3. IO F. Hydro-Seeding: 1. Install large trees and shrubs (5 gallon containers and larger) if they c in hydro-seeded area. Install trees and shrubs (1 -gallon) and groundcover from flats if they c within hydro-seeded areas. Provided mixes specified on drawings. Apply hydro-seed by approved hydro-mulch company. Apply in a form of a slurry consisting of cellulose fiber, seed, chet additives, commercial fertilizer and water. When hydraulically spray€ soil, ensure that hydro-mulch forms a blotter-like groundc impregnated uniformly with seed and fertilizer and allows the absorl of moisture and rainfall to percolate to the underlying soil. Prepare the slurry at the project site by first adding water to the when the engine is at half throttle. When water level has reached h of agitator shaft, provide 'full circulation, then add seed, followe fertilizer, then mulch. Only add the mulch to the mixture after the and the tank is at least 1/3 filled with water. By the time the tank i to 314 full, all mulch should be in. Commence spraying immedi when the tank is full. Spray with a uniform visible coat by using the green color of the n as a guide. Apply the slurry in a sweeping motion, in an arched st1 so as to fall like rain allowing the wood fibers to build on each other a good coat is achieved and the material is spread at required rate Remove slurry not used within two hours from the site. Fill out daily worksheets by the nouleman, with the following infom Seed type and amount, fertilizer analysis and amount, mulch type amount, seeding additive type and amount, number of loads and am of water, area covered, and equipment used, capacity and lic 2. 3. 4. 5. 6. I 7. 0. 9. I number. C I. @ 90 10. Do not allow any slurry to be sprayed into any reservoir basin or drainage ditches and channels which may impede free flow of rain or irrigation water. Clean up spilled slurry. After application of hydro-mulch, wash excess material from previously planted materials and architectural features. Avoid washing or eroding mulch materials. Ensure that application equipment has built-in agitation system and operating capacrty sufficient to agitate, suspend and mix a slurry contains not less than 40 pounds of fiber mulch plus a combined total of 7 pounds fertilizer solids for each 100 gallons of water. Slurry distribution lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic spray nozzles which will provide a continuous non-fluctuating discharge. Capacity requirement is 1,500 gallons, mounted on a travelling unit, either self propelled or drawing by a separate unit which will place slurry tank and spray nozzles within sufficient proximrty to areas to be seeded. Hydraulic equipment used for pesticide applications shall consist of a clean 150 gallon capacrty fiberglass tank with complete mechanical agitation. Pump volume shall be 10 gallons per minute while operating at pressure of 100 pounds per square inch. Distribution lines shall be large enough to carry the volume of water necessary for even chemical distribution. Spray nozzle must cover a 15 foot swath, with a minimum output of 5 gallons per minute at 80 pounds per square inch. 1 1. 12. 13. 14. G. Sod Planting: 1. Remove rocks, weeds, debris from areas to be sodded. Work up soil to a depth of 6 inches, and break up all clods. Carefully smooth all surfaces to be sodded. Roll area to expose soil depressions or surface irregularities. Regrade as required. Spread turf fertilizer (16-20-0) onto soil evenly at rate of one pound per 100 square feet of lawn area. Rake in lightly. Be sure soil is level and smooth before laying sod. Avoid laying sod on bone dry soil. Lay first strip of sod slabs along a straight line (use a string in irregular areas). Butt joints tightly, do not overlap edges. On second strip, stagger joints much as in laying masonry. Use a sharp knife to cut sod to fit curves, edges, sprinkler heads. Do not lay whole lawn before watering. When a conveniently large area has been sodded, water lightly preventing drying. Continue to lay sod, and to water until installation is complete. 2. 3. 4. 5. 5/1/95 49 u 1 1 1 1 I I I I. 1 1 1 I 6. After laying sod, roll lightly to eliminate irregularities and to form s contact between sod and soil. Avoid heavy roller or excessive i watering which may cause roller marks. Water thoroughly the completed lawn surface. Soil should be moist( at least 8 inches deep. Repeat sprinkling ar regular intervals to keep moist at all times until rooted. After sod is established, decn frequency and increase amount of water per application as necessz Replace all dead or dying sod with equal material. 7. 1. 8. ti. Stolon Planting: 1. 2. Ensure planting of stolons within 24 hours after delivery to project s Following soil preparation and testing as required, pre-irrigate soil 1 depth of 8 to 12 inches. Evenly distribute stolons at a minimum rate of 6 bushels per 1 ,OOO sq feet planting of stolons to occur only during April 1 through Septen 30. Depress 75 percent of the stolon 1/2 to 1-1/2 inches into damp, frit soil using a hydraulic feed, tractor mounted, stolon planter. Immediately roll stolon areas with proper roller. Do not allow stolons to dry after planting. Water at intervals of one I when ambient temperatures are 75 degrees F; and 15 minute inter when temperatures are 100 degrees F. Adjust for intermec temperature and winds. Maintain constant moisture for the first 10 to 20 days, until stolons sufficiently rooted and established to withstand less frequent waterir Mulch Cover: Dress all groundcover, perennial and annual beds with 1/2' It of mulch, except 2:l slopes and turf areas. 3. 4. 5. 6. 7. 1. 3.04 CLEAN-UP A. After all planting operations are complete, remove all trash, excess soil, en plant containers, and rubbish from the property. Repair scars, ruts and o marks in the ground and leave ground in a neat and orderly condition. Leave the site in a broomclean condition, and wash down all paved areas wL the project site. Leave walks in a clean and safe condition. 1 I B. 51 I 1 I. @ 100 3.05 OBSERVATION SCHEDULE ‘A. Notify Engineer in advance for the following inspections, according to the time specified: 1. 2. 3. 4. 5. 6. Pre-maintenance - 7 days. 7. If Engineer authorizes a party other than the Landscape Architect to make scheduled inspections, present Landscape Architect with evidence of such inspections. No site visits shall commence without all item noted in previous observation reports either completed or remedied unless such compliance has been waived by the Engineer. Failure to accomplish punchlist tasks or prepare adequately for desired inspections shall make the Contractor responsible for reimbursing the City at Consultants current billing rate per hour (plus transportation costs). No further inspections shall be scheduled until this charge has been paid and received by the City. PreJob conference - 7 days. Final grade review - 48 hours. Plant material review - 48 hours. Plant layout review - 48 hours. Soil preparation and planting operations; one tree with each type of specified staking - 48 hours. Final inspection - 7 days. B. C. END OF SECTION 5/1/95 @ 1 I I I I I I. 1 I I I I I I 0 SECTION 02970 - LANDSCAPE MAINTENANCE I 1 .oo ‘GENERAL This Section replaces SSPWC Sections 212 and 308. 1.01 SECTION INCLUDES A. 180 day maintenance B. Weeding I C. Fertilization 1.02 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 0281 1 - Landscape Irrigation 6. Section 02950 - Landscape Planting 1.03 QUALITY ASSURANCE i A. Provide services by an experienced landscaping maintenance company. 1.04 MAINTENANCE PERIOD A. Continuously maintain all site areas involved in this contract during the pros of work and during the maintenance period until final acceptance of the WOI Agency. Improper maintenance or possible poor condition of the project a termination of the scheduled maintenance period may cause postponeme the final completion date of the Contract at no additional cost to Age Continue maintenance until acceptable to the Agency. Provide sufficient numbers of workers and adequate equipment to perform during maintenance period. Maintenance period does not start until all elements of construction, planting irrigation for the complete project are in accordance with the contract docun for this project. Request an inspection to begin maintenance period after all planting and re work has been completed in accordance with contract documents. Mainten period commences as described in written notification by the Agency. Prior to commencement of maintenance period, ensure that all ground cc and lawn areas have been planted and that all lawn areas show an even, he stand of grass seedlings or sod, grass having been mown twice. 6. C. D. 1 E. f I. @ 102 F. Any day or days that there is failure to properly maintain plantings, replace suitable plants, perform weed control or maintain hardscape areas will not be credited as part of the 180 days maintenance. The project will not be segmented into maintenance phases. Keep paved areas free of silt, dirt, leaves and other planting area debris. Maintain these areas at least broom clean through the duration of the maintenance period, cleaning no less often than once per week. G. 1.05 GUARANTEE AND REPLACEMENT A. Guarantee: Guarantee trees and shrubs against any and all poor, inadequate or inferior materials and workmanship for one year. Replace trees and shrubs found to be dead or in poor condition due to fautty materials or workmanship, at no extra cost to Agency. Replacement: Replace materials found to be dead, missing or in poor condition during the maintenance period immediately. The Agency is the sole judge of the acceptability of condition. Make replacements of materials within Q5 days after condition develops or written notification from Agency has been sent. Agency has the right to make emergency repairs without releasing Contractor’s guarantee and warranty to Agency. B. 1.06 INSPECTIONS A. Request normal progress inspection at least 72 hours in advance of an anticipated inspection. Inspections are as follows: 1. Immediately prior to commencement of this maintenance work. 2. After the of first 90 days of the maintenance period. 3. Completion of 180 day maintenance period. 4. Final acceptance. 1.07 PROJECT FINAL ACCEPTANCE A. Prior to date of final inspection, acquire approved reproducible prints and finally record from the approved job record set, all changes made during construction and deliver them to Agency. B. Deliver guarantees to Agency. 2.00 PRODUCTS 2.01 MATERIALS A. Ensure that all materials conform to other sections of these specifications for planting and irrigation, and as acceptable to Agency. Provide monthly record of all herbicides, insecticides and disease control chemicals used on site. 6. 5/1/95 @ I I D I 1 1 I I le II I I I I 1 I I 3.00 EXECUTION I 3.01 MAINTENANCE A. B. Weed and cuttivate all areas at intervals of not more than [lo] days. Perform watering, mowing, rolling, edging, trimming, fertilization, spraying, control, and cleaning as may be required. C. Street gutters and curbs are to be included. D. Maintain adequate protection for people and property, and be financ responsible for damages and injuries. Not@ Agency immediately sh damage occur as a resutt of maintenance operations and provide repa remuneration as required by Agency. Between the 15th and 20th calendar day of the maintenance period, resec resod with seed mix as specified on plans all spots or areas within the where normal turf growth is not evident. E. 3.02 TREE AND SHRUB CARE A. Watering: Maintain a large enough water basin around plants so that enc water can be applied to establish moisture through the major root zone. V hand watering, use a water wand to break force of water. B. Pruning: 1. 2. Trees: Prior to any pruning obtain written approval from the Agency to proc a. Propose tree pruning to the Agency should there be heat structural reasons for doing so, including the need to elim diseased or damaged growth, eliminate structurally unsc growth, reduce potential for wind toppling or wind dama! maintain growth within limited space. b. If requested by the Agency provide pruning for aest enhancement according to "pruning" by Sunset Books. Major pruning of deciduous trees shall be during their dor season. c. 3. Shrubs: a. The objectives of shrub pruning are the same as for trees. Dl clip shrubs into balled or boxed forms unless such is requirr the design. E I. @ 104 b. Make pruning cuts to lateral branches or buds or flush with trunk. Stubbing will not be permitted. Staking and guying: Ensure that stakes and guys remain in place through acceptance and monitor to prevent girdling of trunks or branches and to prevent rubbing that causes bark wounds. All nursery stakes shall be removed. D. Weed control: Keep all areas free of weeds. Use recommended legally approved herbicides. Avoid frequent soil cuttivation that destroys shallow roots. Use mulches per specifications to help prevent weed seed germination. E. Insect and disease control: Maintain a reasonable control with approved materials. Fertilize as specified by the agronomic soils testing recommendations and as follows for bid purposes: 1. Commencement of maintenance period - [6] pounds per 1,OOO square feet with top dress fertilizer. At end of first [30] days of maintenance period - [6] pounds per 1,OOO square feet with top dress fertilizer. 3. At end of maintenance period and at [30] day intervals should maintenance period be extended for any reason - [SI pounds per 1,OOO square feet with [fertilizer] mix. Avoid applying fertilizer to the root ball and base of main stem; rather, spread evenly under plant to drip line. Rates will vary from about a cup of nitrate fertilizer (depending upon nitrogen percentage) around a newly installed small plant to about 1/2 pound of actual nitrogen per inch of truck diameter measured four feet from the ground for mature trees. At 90 days after start of maintenance, fertilize all trees with tree food stakes 15-7-6 by Domestic Fertilizer, Inc. Apply a recommended rate. Notrfy City 48 hours before scheduled application. C. F. 2. 4. 5. G. Replacement of plants: Replace dead, dying and missing plants with plants of a size, condition and variety acceptable to Owner at no additional cod to the Owner. 3.03 GROUND COVER CARE A. Weed control: Control weeds, preferably with preemergent herbicides, but also by hand or with selective systemic herbicides. Hoe weeds as little as possible since this may resutt in plant damage. Watering: Water enough that moisture penetrates throughout root zone and only as frequently as is necessary to maintain healthy growth. 6. 5/1/95 @ I I E I I D t 1 I. I I b I I C. D. E. F. Trash: Remove as it accumulates, but no less often than weekly. Edging and trimming: Edge ground cover to keep in bounds. Replace dead and missing plants at no additional cost to the Agency. At 90 days after start of maintenance, apply 10-1 0-1 0 fertilizer at the rate of 8 per 1000 s.f. Notrfy City 48 hours in advance of scheduled application. 1. 3.04 LAWN AND TURF CARE A. 6. Turf must be well-established prior to final acceptance. Watering: Water lawns at such frequency as weather conditions require replenish soil moisture below root zone. Weed control: If needed, control broad leaf weeds with selective herbicides Mowing: 1. C. Perform mowing at such times of the day or week as may be reque by the Owner so as not to impede the Owner’s operations. Mowing ti may be at times other than normal working hours or days. Perform \ at Owner’s convenience at no additional cost to the Owner. Clean up grass clippings during and after mowing, and remove le1 from site. Use of blowing-type equipment in lieu of sweepin! vacuuming is not acceptable. 2. E. Renovating: 1. If required, remove thatch by verticutting,preferably in the Fall of the ! but otherwise in the Spring. At this time, fertilize with nitrate and ( seed if needed. Over-seeding must precede preemergent herbicide at least 4 to 6 weeks. Normally, this means that lawns which have I invaded by crabgrass would be renovated and over-seeded in the and treated for crabgrass control i the following late Winter. Clean up grass clippings during and after mowing, and remove le from site. Use of blowing-type equipment in lieu of sweepinc vacuuming is not acceptable. At 30, 60, 90, 120, 150 and 180 days after start of maintenance period, fei all turf areas with 16-6-8 fertilizer. Apply at the rate of 6 Ibs. per 1000 s.f. e 2. F. 3.05 IRRIGATION SYSTEM A. Inspection: Check all systems for proper operation. Lateral lines mu: flushed out after removing the last sprinkler head or two at each end o lateral. Adjust heads as necessary for unimpeded coverage and no overs1 5 If I. @ I 106 B. Controllers: Set and program automatic controllers for seasonal water requirements. Give Owner a key to controllers and instruction on how to turn off system in case of emergency as specified in other sections of these specifications. Repair all damages to irrigation system at no additional cost to the Owner. Make all repairs within one watering period. C. END OF SECTION 5/1/95 @ 1 I I I 1 I 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS f CONSTRUCTION FOR CONSTRUCTION METHODS SECTION 300 - EARTHWORK To subsection 300-1.1 add the following to the third paragraph: During surface clearing and grubbing operations, the Contractor shall not cover or bury plant growth or other objects. If the Contractor cannot successfully separate the plant grc from the surface soil and advertently or inadvertently mixes plant growth or other objects the surface soil, the Contractor shall remove the contaminated soil from the site at its co: To subsection 300-1 .l add the following to the fourth paragraph: Concrete structures, utility poles, tree stumps and all other objects protruding above oric ground surface or exposed during surface clearing operations shall be removed in their eni regardless of depth. The cost of excavating and disposing of these buried objects sha included in the lump sum price bid for clearing and grubbing. Also included in clearing grubbing shall be the removal and disposal of all features which interfere with the work whc or not such features are called out on the plans or in the specifications for removal. The stockpile area shown on "Stockpile Exhibit', page 11 6, shall be cleared by the Contrr prior to stockpiling any material. The Contractor shall not be required to remove and disl of the material cleared from the stockpile area. To subsection 300-1.4 add the following to the first paragraph: Payment for clearing and grubbing of the off-site stockpile area shall be included in the I sum price for clearing and grubbing. Delete subsection 300-2.1 and replace with the following: 300-2.1 General Unclassified excavation shall consist of all excavation regardless of its location. The Contri shall inspect the site and review the soils report prior to submitting a bid. By submitting a the Contractor acknowledges it has inspected the site and reviewed the soils report. To subsection 300-29.1 add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, a moisture content of, rework and place soils at specific locations or elevations on the site To subsection 300-2.5 add the following after the first sentence of the first paragrat A slope shall be defined as any area steeper than three horizontal to one vertical. 2 @ 1. I u I E 1 I 1 S c F @ 108 To subsection 300-2.5 delete the first sentence of the second paragraph and replace with the following: The tops of excavation slopes and the end limits of excavations shall be rounded to provide smooth transitions to abutting existing ground. To subsection 300-2.6 add the following to the second paragraph after the first sentence: Surplus material generated by unclassified excavation, if any, shall be stockpiled on the property immediately south of the park site in the location shown on the ‘Stockpile Exhibit”, page 116. Said surplus material shall be graded and shaped per City of Carlsbad Municipal Code Chapter 11. The cost of hauling, mitigating dust, maintaining, securing and stockpiling excess material shall be included in the lump sum price bid for grading. To subsection 300-2.6 add the following paragraph: The elevation of the soccer field shall be lowered by the Contractor to balance the earthwork on site if there is a shortage of material. Before grading the soccer field, the Contractor shall ensure that all other areas of the park site and Hidden Valley Road have sufficient material to make the grades as shown on the plans. If the Contractor fails to manage the excavcation and fill operations and needs to regrade the soccer field because of such mis-management, the cost of all such regrading shall be the responsibility of the Contractor. Any and all costs involved in the work of re-excavating material from the soccer field and regrading the soccer Yield to achieve design grades and elevations on areas other than the soccer field shall be the responsibility of the Contractor. Delete subsection 300-2.8 and replace with the following: 300-2.8 Measurement No measurement will be made of unclassified excavation. The Contractor shall grade Hidden Valley Road and the park site to the grades and elevations shown on the plans. If the Engineer requires over-excavation and recompaction in cut areas, this work will be measured and paid for under the contract unit price for removal and recompaction. To subsection 300-2.9 delete the first sentence and replace with the following: Payment for all unclassified excavation shall be included in the lump sum price bid for grading. Add the following subsection: 300-2.1 0 Gradina Tolerance Excavated areas other than those underlaying AC and/or PCC surfaced areas and slops shall be finished within kO.1’ of the grades shown on the plans. Areas underlaying AC and/or PCC surfaced areas shall be finished within k0.04’. The hinge points (the top and bottom) of slopes shall be located within lt0.25’ of the locations shown on the plans. 5/1/95 a9 I I; 8 I 1 II 1 Ik 1 I I s l 8 1 0 To subsection 300-49, add the following: Areas to receive fill, including areas over-excavated as directed by the engineer, shal scarified to a depth of 6 to 8 inches, brought to near optimum moisture conditions compacted to at least 90 percent relative compaction. Payment for this work shall be incli in the contract unit price for removal and recompaction. To subsection 300-4.4 add the following: Benching shall conform to the City of Carlsbad Supplemental Standard Drawing G$ Quantities for benching preparatory to fill placement, where required, are considered incidc to the work and no additional payment will be made therefore. Delete subsection 300-4.9 and replace with the following: 300-4.9 Measurement and Pavment The lump sum price bid for grading shall include full compensation for all grading, shal compacting or consolidation, or other work that is required under this subsection. No pay1 will be made for any unclassified fill. Add the following subsection: 300-4.1 0 Grading Tolerances Fill areas other than slopes and other than those underlaying AC and/or PCC surfaced E shall be finished within k0.1’ of the grades shown on the plans. Areas underlaying AC ar PCC surfaced areas shall be finished within kO.04’. The hinge points (the top and bottoi slopes shall be located within i0.25’ of the locations shown on the plans. Add the following subsection: 300-9.2 Erosion Control 300-99.1 General Temporary erosion control shall conform to the requirements shown on the plans, spa herein, and as elsewhere required by the contract documents. s 1. 1 300-9.22 Measures Reuuired The Contractor shall provide temporary earth berms, sandbags and similar measures, coord with his construction procedures, as necessary to control site erosion during the constru period. Special attention will be required to protect areas which have been cleared grubbed, excavated or had embankment operations, and which are subject to runoff durin period from November 16 to April 14. Temporary measures may include, but shall nc limited to: temporary desilting basins; contour graded ditches; temporary paved and unp ditches; sandbags and filter fabric fences to filter silt and sediment from runoff. The criteria to determine the appropriate erosion control measures shall be the “California Storm Water C s. 43 110 Management Handbook, Construction Activity", March 1993 edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the "California Storm Water Best Management Handbook, Construction Activity", March 1993 edition and shall conduct its operations in conformrty to said Handbook. 300-9.2.3 Pavment Full compensation for performing water pollution control, erosion control, conforming to the operational requirements of the 'California Storm Water Best Management Handbook, Construction Activy, March 1993 edition and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work shall be considered as included in the lump sum price paid for grading and no additional compensation will be allowed therefor. Add the following subsection: 300-1 1 Removals and Recompaction 300-1 1.1 General Alluvial and colluvial removal and recompaction shall consist of excavating and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4% more water than the optimum moisture content, the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for removal and recompaction. The excavated material shall be placed and compacted in accordance with subsection 300-4 of the standard specifications except that subsection 300-4.9, Measurement and Payment, shall not apply. 300-1 1.2 Measurement The Crty will calculate the cubic yardage to be paid for alluvial/colluvial processing under the Removal & Recompaction bid item. When clearing and grubbing is completed and the cleared material is removed from the areas to be excavated and recompacted, the Crty will survey the area to establish the original ground topography. After the removal of loose soils in an area has been completed, the City will measure elevations and calculate the volume based on those measurements and the original ground topography compiled after the site was cleared. The City will require a minimum amount of time to measure the removal areas. The Contractor shall not backfill the removal area until said measurements are completed. The Contractor shall not be entitled to additional compensation for delay while the Crty is measuring removal excavations. The Contractor shall notify the Engineer three (3) working days prior to requiring the first measurement of removal areas. Thereafter, the City's surveyor will be on site at 7:OO a.m. each successive working day to measure removal areas excavated the previous working day. The Contractor shall not conduct grading operations in such a manner that interferes with the City surveyor's abilrty to measure the removal areas. If the Contractor desires to have the City's surveyor 'stand by' while removal excavations are being made, the Contractor shall pay to the City the hourly cost of the City's surveyor for every hour of standby time. 5/1/95 @ I 1 I i 8 1 B I 1 s f E I 1 1 0 300-11.3 Pavment Payment shall be made per the contract unit price bid for Removal & Recompaction in c yards and shall include compensation for excavating, blending, moisture adjustment, tempc stockpiling, placing and recompacting. No payment will be made for removal and recompaction in a cut area unless the Engi directs the Contractor to excavate below the finished cut elevation. 1 Add the following subsection: 300-12 Unsuitable Material 300-1 2.1 General It is anticipated that during excavation, some unsuitable material such as junk, trash, gart organic and other deleterious material will be discovered that must be exported from the The Contractor shall excavate this material as directed by the Engineer. Materials defined removed under subsection 300-1.1 shall not be included in this item. 300-1 2.2 Measurement The measurement of work performed shall be the actual labor, materials and equipment to accomplish the work as per section 3-3 EXTRA WORK of the specifications. @e 300-12.3 Pavment Payment shall be made per Section 3-3 EXTRA WORK of the specifications. No portic materials removed under clearing and grubbing will be paid for under this subsection. 301 -TREATED SOIL,SUBGRADEPREPARATlON AND PLACEMENTOF BASE MATER Delete subsection 30-1.3 and replace with the following: In areas under curbs and gutters, base material or driveways, the top 12 inches of sub shall be compacted to a minimum of 95% relative compaction. Delete subsection 301-1.7 and replace with the followlng: I 301 -1.7 Pavment Payment for preparing a subgrade shall be included in the contract lump sum price for gra Payment for adjusting access holes, cleanouts and valve boxes to grade shall be includ the contract unit price bid to construct said items. 1 c. @ 112 303 - CONCRETE AND MASONRY CONSTRUCTION Delete subsection 303-5.5.1 and replace with the following: 303-5.5.1 General Finishing shall be completed as specified herein for the type of work being performed. The concrete shall be finished true to grade and cross-section. Upon completion, all plane surfaces shall be free of any unevenness greater than 0.25 inch when checked with a 10 foot straight edge. The 10 foot straight edge shall be furnished by the Contractor and shall be at the project site prior to commencing placing of the concrete. To subsection 303-5.5.3 add the following: Finishing: A. See plan for finish locations. 8. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instruction. C. FINISHES: 1. General Compact and tamp concrete as specified herein (unless retardant finish is specified), to bring 3/8' of mortar to surface, float with wood screeds and floats only, and apply following finishes after surface water has disappeared. Remove any excess water brought to surface by floating. Do not use steel or any plastic screeds, floats, or 'Fresno' for initial floating and screeding operations. All concrete finishes shall be as listed on the Drawings. Finishes are as follows: a. 2. Sand Finish - Provide rough trowel swirl finish to slab surfaces. After placing slabs, consolidate surface by floating to a uniform, smooth, granular texture. Broom Finish - Steel trowel to a smooth, dense, hard finish, then apply a broom finish with a stiff broom in direction perpendicular to walk edge. Steel Trowel Finish - After surface water disappears and floated surface is sufficiently hardened, steel trowel and retrowel to smooth, dense, hard finish. After concrete has set enough, retrowel to a smooth uniform finish free of trowel marks or other blemishes. Avoid excessive troweling that produces burned areas. b. c. d. Sandblast Finish 5/1/95 @ 1 s 1 I 8 1 I I 8 I I I 1 1 1 1 i. Contractor shall schedule this work to be executed with as little co with other trades as possible. If necessary, Contractor shall be respon for the protection or masking of adjacent surfaces. Test areas for sample of blasting will be established where surfaces wi be left exposed. Engineer shall be present at time of sample blasting approve the desired finish. Care shall be taken to protect all adjacent surfaces from damage whicl not receiving sandblasting. Sandblasting shall be accomplished using qualified workmen familiar the proper technique. Sandblasting work shall be by the dry-sand method, utilizing approp equipment and adequate air pressure. Abrasives shall be washed : sand free from salt, clay or other foreign materials. Nozzle position dl the operation shall be as determined in the making of the appri samples. vi. All concrete areas requiring patching shall be patched, with all rough I and unevenness in the concrete surface ground smooth before sandblasting operation is begun. Wash down concrete sandblasted surfaces promptly to remove Sanc dust. Upon completion, remove from site all surplus and waste mate ii. 1. iii. iv. v. vii Bo e. Retardant Finish i. Concrete Mix Design: An extremely coarse mix containing the gre possible percentage of 3/8' top size aggregate and a minimum am01 mixing water should be used. Aggregatehand ratio to be 70% aggr6 to 30% sand. Preparatory Work: The concrete should be placed and consolidated ! to completely fill all spaces in the forms. Tamping will not be pern because the aggregate must remain near the surface for later expo Apply a wood float finish which will permit 3/16" of aggregate expos' Application of Retarder: As soon as the following has been compl apply the retarder and 'lithotex' by LM. Scofield (213/725-7112: Scofield's Application Instruction T-203.03. once the retarder has applied, cover the surface with plastic sheeting or curing paper to acl deeper aggregate reveal. Aggregate Exposure: The retarder should be removed between eigh twenty hours after placement by sandblasting or with a coarse-fiber1 rust resistant wire scrub brush and jet of water. A clean sealer shr ii. iii. iv. I \ I. @ 114 applied so that the surface shall be covered after aggregate exposure with new, non-staining paper. D. CONCRETE SURFACE SEALER: Surface Sealer: All concrete that has either been sandblasted or retardant finished shall be sealed with a clear penetrating concrete sealer. If efflorescence or alkalistaining is evident after the concrete has cured, lightly wash the aggregate surface with a mild muriatic acid solution (usually a 1O:l dilution) that has been thoroughly rinsed with water and cleaned with diluted Lithochrome 'Floor Cleaner" by LM. Scofield or equal. Rinse again and dry thoroughly. After the concrete mix has cured at least one month, the concrete surface shall be thoroughly washed with fresh, clean water. After surface is thoroughly dried, apply one coat of Aqua-Mix Penetrating Sealer (21 3) 946-6877 at the rate of 200 SF per gallon. Allow 24 hours before applying water to verify if water beads. If not, apply a light second coat. Refer to Aqua-Mix Specifications for complete instructions. Field Qualitv Control: A. 8. Field inspection and testing will be conducted. Contractor shall maintain records placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. Prior to placing concrete, a 10' x 10' sample of each concrete finish shall be prepared for City approval. C. Protection: A. Immediately after placement, protect concrete from premature drying, excessive hot or cold temperatures, and mechanical injury. 304 - METAL FABRlCATlON AND CONSTRUCTION To subsection 304-2.1 2, delete the fourth paragraph and replace with the following: Unless plans indicate othetwise, railings to receive a Anodized Aluminum finish per manufacturer's specifications. To subsection 3043.2, delete fifth paragraph and replace with the following: All fences shall be installed with a top and bottom rail. To subsection 3043.2, delete sixth paragraph and replace with the following: The fabric shall be placed on the playing field side of the post and shall be installed so that the top edge projects over the top rail of the fence. The fabric shall be stretched taut and securely fastened to the posts and top and bottom rail. The bottom of the fabric is to meet finish grade or paved surface. 5/1/95 @ 8 1 I 1 8 1; I I I. I 1 I 1 I E t Add the following subsection: 304-3.5 Temporary Fences 304-3.5.1 Temporary Construction Fence. The Contractor shall install a temporary construction fence around the entire park site pric seeding. The Contractor has the option to install the temporary fence for securiiy reasons. temporary fence shall remain until the completion of the landscape maintenance perioc specific written direction from the City to remove the fencing, whichever occurs first. The c link fence materials shall conform to the requirements of Subsection 206-6. The fence sha six (6) feet high, with a minimum of two (2) gates with chains and locks. 304-3.5.2 Temporaw Deed Restriction Fence. The Contractor shall install a temporary deed restriction fence as shown on the plans to pre damage to adjacent riparian habitat. The construction corridor associated with the pedes access system and sewer construction shall be limited to ten (10) feet wide. Access corri and staging areas shall not be allowed to occur outside this construction corridor to a disturbance to riparian vegetation in the flood plain. Contractor to install the fence prior to of grading. I. 306 - UNDERGROUND CONDUIT CONSTRUCTION Delete subsection 306-1.3.4 and replace with the following: 306-1.3.4 Compaction Reauirements. Unless otherwise specified, all trench backfill shall be densified to a minimum 90% re1 compaction. To subsection 306-1.4.1 add the following: All sewer mains, prior to acceptance by the City of Carlsbad, shall be videoed and a ( submitted to Carlsbad Municipal Water District. To subsection 306-1.6 add the following to the second paragraph: Compensation for all thrust blocks shall be included in the unit price per linear foot of pi1 m 308 - LANDSCAPE AND IRRIGATION INSTALLATION Delete this section and replace with Section 02950 Landscape Planting, 0281 1 Irrigation Sy (See Section 212). E P* ai? 1 I I I I 1 1 I. 1 3 1 I i II E D BU I LDI NG TECH N I CAL SPEC1 FI CATl ONS I. TABLE OF CONTENTS DIVISION 02 - SITE WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 10.00 Section 11 .OO Section 20.00 Section 02860 Submersible Sewage Grinder Pumps Duplex Q Control Panel for Sewer Pumps Loffelstein Retaining Wall System Recreation and Play Equipment DIVISION 03 - BUILDING CONCRETE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 03100 Building Concrete Formwork Section 03200 Building Concrete Reinforcement Section 03300 Building Cast-In-Place Concrete Section 04220 Building Concrete Unit Masonry Section 04221 Building Prefaced Concrete Masonry Section 04270 Building Glass Unit Masonry DIVISION 04 - BUILDING MASONRY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . a DIVISION 05 - BUILDING METALS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 05120 Building Structural Steel Section 05500 Building Miscellaneous Metals Section 05580 Building Sheet Metal Fabrication DIVISION 06 - BUILDING WOOD & PLASTIC . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 06100 Building Rough Carpentry Section 061 13 Building Sheathing Paper Section 06151 Building Truss Joists Section 061 61 Building Parallam Section 06200 Building Finish Carpentry & Millwork Building Water Repellent Coating Building Sheet Metal Roofing Building Caulking and Sealants Building Hollow Metal Doors and Frames Building Overhead Counter Doors DIVISION 07 - BUILDING THERMAL AND MOISTURE PROTECTION . . . . . . . . . . . . . . . Section 07181 Section 07500 Building Buitt-Up Roofing Section 07600 Building Sheet Metal Section 07610 Section 07820 Building Framed Skylights Section 07900 DIVISION 08 - BUILDING DOORS AND WINDOWS . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 08100 Section 08331 Section 08710 Building Finish Hardware Building Lath and Plaster DIVISION 09 - BUILDING FINISHES . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - - - - Section 09200 Section 09900 Building Painting 1 fa9 118 DJVlSlON 10 - BUILDING SPECIALTIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 259 Section 10162 Section 10520 Section 10800 Building Toilet Accessories Not Applicable Section 15400 Building Plumbing Building Metal Toilet Partitions Building Fire Extinguishers, Cabinets DIVISION 11, 12, 13, AND 14 DIVISION 15 - BUILDING MECHANICAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 267 DIVISION 16 - ELECTRICAL. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 278 Section 16010 Section 161 11 Conduits Section 161 20 Section 161 21 Section 16133 Cabinets Section 161 34 Outlet Boxes Section 16140 Wiring Devices Section 16160 Panelboards Section 16170 Section 16181 Fuses Section 16190 Supporting Devices Section 16402 Secondary Electric Service Section 16420 Electric Service Entrance Section 16421 Electric Metering Section 16450 Grounding Section 16460 Dry Type Transformers Section 16470 Switchboards Section 16500 Lighting Section 16900 Supplementary Conditions for Electrical Specifications Wires and Cables Wire Connections and Devices Motor and Circuit Disconnects Controls and lnstnr mentation 5/1/95 @ 8 1 E I 8 I I. II I t 1 I t I 0 DIVISION 02 - SITE WORK 1 SECTION 10.00 - SUBMERSIBLE SEWAGE GRINDER PUMPS 10.00 GENERAL Contractor shall furnish all labor, materials, equipment and incidentals required to prc two (2) submersible centrifugal sewage grinder pumps@) as specified herein. 10.01 OPERATING CONDITIONS Each pump shall be rated 2 H.P., 200 votts, 3 phase, 60 hertz, 3450 R.P.M. The unit produce 22 U.S. GPM at 42 feet TDH. 8 10.02 CONSTRUCTION Each pump shall be of the sealed submersible type, model SPGL 200 M3-, manufactured by AurordHydromatic Pumps Inc. The pump volute, motor and seal hot shall be high quality gray cast iron, ASTM A-48, Class 25. All external mating parts sh machined and Buna N Rubber O-ring sealed on a beveled edge. Gaskets shall nc acceptable. All fasteners exposed to the pumped liquids shall be 300 series stainless : 10.03 SUBMllTALS Submit shop drawings. Submit dimensional drawings. Submit manufacturer's catalog data. Show pump type and model number. Show mat of construction by ASTM reference and grade. Show outline dimensions and weigt pumps, bases, motors, and fiberglass tank. Submit pump curves from manufacturer's catalog data on which the specified oper points are marked. Show efficiency and brake horsepower for the selected pump c Show NPSH required. Show maximum operating speed. m 10.04 ELECTRICAL POWER CORD Electrical power cord shall be water resistant 600V, 60"C., UL and/or CSA approvec applied dependent on amp draw for size. The power cable entry into the cord cap assembly shall first be made with a compre fitting. Each individual lead shall be stripped down to bare wire, at staggered intervals each strand shall be individually separated. This area of the cord cap shall then be with an epoxy compound potting which will prevent water contamination to gain entry in the event of wicking or capillary attraction. The power cord leads shall then be connected to the motor leads with extra t connectors having brass inserts with a screwed wire to wire connection. 1 I P '@ 120 On the 3, 5, and 7-1/2 horsepower series pumps, there shall be an additional epoxy compound potting area separating the motor housing from the cord cap assembly. The cord cap assembly where bolted to the connection box assembly shall be sealed with a Buna N Rubber O-ring on a beveled edge to assure proper sealing. 10.05 MOTOR The stator, rotor and bearings shall be mounted in a sealed submersible type housing. The stator windings shall have Class F insulation, (1 55" C. or 31 1 OF.), and a dielectric oil filled motor, NEMA B design (3 phase), NEMA L design (single phase). The pump and motor shall be specifically designed so that they may be operated partially dry or completely submerged in the liquid being pumped. Stators shall be securely held in place with a removable end ring and threaded fasteners so they may be easily removed in the field, and must be capable of being repaired or rewound by a local motor service station. No special tools shall be required for pump and motor disassembly. Pump shall be equipped with heat sensors. The heat sensor(s) (one on single phase, two on three phase) shall be a low resistance, bi-metal disc that is temperature sensitive. It (they) shall be mounted directly in the stator and sized to open at 120°C. or 130°C. and automatically reset at 3045°C. differential. The sensor shall be connected in series with the motor starter coil so that the starter is tripped if a heat sensor opens. The motor starter shall be equipped with overload heaters so all normal overloads are protected by external heater block. 10.06 BEARINGS AND SHAFT An upper radial bearing and a lower thrust bearing shall be required. These shall be permanently lubricated by the dielectric oil which fills the motor housing. The shaft shall be machined from a solid 416 stainless steel and be a design which is of large diameter with minimum overhand to reduce shaft deflection and prolong bearing life. 10.07 SEALS AND .SENSORS The rotor and stator in the motor housing shall be separated and protected from the pumped liquid by an oil filled seal housing incorporating two type 21 carbon ceramic mechanical seals mounted in tandem. This seal housing shall be equipped with a moisture sensing probe installed between the seals, and the sensing of moisture in the seal chamber shall be automatic, continuous, and not require the pump ise stopped or removed from the wet well. 5/1/95 @ 8 1 10.08 IMPELLERS Impeller shall be bronze mutti-vane, semi-open, non-overloading design. They can c be factory or field trimmed to meet specific performance conditions. Impellers shz hydraulically and statically balanced at the factory, and machined for threading on t pump shaft. Wear or field trimming shall not deter the factory balance. 1. 8 10.09 GRINDER CUlTERS The combination centrifugal pump impeller and grinder unit shall be attached tc common motor and pump shaft made of 416 stainless steel. The grinder unit shall t the suction side of the pump impeller and discharge directly into the impeller inlet lei no exposed shaft to permit packing of ground solids. The grinder shall consist o stages. The cutting action of the second stage shall be perpendicular to the plane c first cut for better control of the particle size. The grinder shall be capable of grindii materials found in nod domestic sewage, including plastics, rubber, sanitary naF disposable diapers, and wooden articles into a finely ground slurry with particle dimen no greater than 1/4 inch. Both stationary and rotating cutters shall be made of stainless steel hardened to Rockwell 6OC and ground to close tolerance. The upper (axial) cutter and stationary cutter ring shall be reversible to provide new CI edges to double life. The stationary cutter ring shall be a slip fit into the suction op of the volute and held in place by three (3) 300 series stainless steel screws and a reta ring. The lower (radial) cutter shall macerate the solids against the I.D. of the cutter rin! extrude them through the slots of the cutter ring. The upper (axial) cutter shall cut o extrusions as they emerge from the slots of the cutter ring to eliminate any roping ( which may occur in single stage cutting action. The upper (axial) cutter shall fit over thc of the impeller and the lower (radial) cutter shall be slip fit and secured by means o and hole and rotate simultaneously with the rotation of the shaft and impeller. The grir mechanism shall be locked to the shaft by a 300 series stainless steel countersunk wi in conjunction with a 300 series stainless steel flat head cap screw threaded into thc of the shaft. 10.10 PAINTING I I f I 1 I. I I 1 I I B E 1 The pump shall be painted after assembly, but before testing, with a lead free air enamel. The paint shall be applied in one coat, with a minimum mil thickness to 3 to 4 10.1 1 TESTING Commercial testing shall be required and include the following: 1. 2. 3. The pump shall be visually inspected to confirm that it is buitt in accordance wit specifications to HP, vottage, phase and hertz. The motor and seal housing chambers shall be hi-potted to test for moisture co and/or insulation defects. Pump shall be allowed to run dry to check for proper rotation. I fa9 122 4. Discharge piping shall be attached, the pump submerged in water and amp readings shall be taken in each leg to check for an imbalanced stator winding. If there is a significant difference in readings, the stator windings shall be checked with a bridge to determine if an unbalanced resistance exists. If so, the stator will be replaced. 10.12 WARRANTY The pump unit or any part hereof shall be warranted against defects in material or workmanship within one year from date of acceptance and shall be replaced eat no charge with a new unit or part, F.O.B. factory or authorized warranty service station. END OF SECTION 5/1/95 @ 1 8 SECTION 11 .OO - DUPLEX "Q" CONTROL PANEL FOR SEWER PUMPS I 11.00 GENERAL I Contractor shall furnish all labor, materials, equipment and incidentals required to prc duplex motor control panel as specified herein. The motor control panel shall be assembled and tested by a shop meeting U.L Star 508 for industrial controls. The motor control panel shall be assembled and tested b same manufacturer supplying the pump so as to insure suitabilrty and assurant experience in matching controls to motors and to insure single source responsibilrty fc equipment. I 8 II I I I. 1 1 I I I l E 8 11.01 CONSTRUCTION The controls for the pump shall be contained in a non-corrosive enclosure meeting N 4X and U.L 94 V-0 requirements. The enclosure shall be thermal formed from an engineered thermoplastic material. enclosure shall be steel gray in color and chemically induced. Painting of the enclc shall not be acceptable. The enclosure shall have provisions for padlocking. A name shall be permanently affixed to the panel and include the model number, voltage, pt hertz, ampere rating and horsepower rating. A warning label against electric shock sht permanently affixed to the outer door. All fasteners shall be 300 series stainless ste type 6063T5 aluminum, or thermoplastic. The outer door shall be attached to the enclc using captured, quarter turn thermoplastic screws and a non-corrosive lift off hinge. hinge shall permit the outer door to be separated from the main enclosure, when op by a simple upward motion. A hinge arrangement which requires unbolting for remoi the outer door is not acceptable. A steel back panel with electroplated bright zinc and clear chromate finish shall be provi A painted steel back panel shall not be acceptable. The back panel shall be mounte stainless steel bolts using stainless steel nuts and lock washers to maintain enclc integrity and shall be used as the means for mounting the components in the enclos For each pump a tun light and a hand-off-auto switch shall be provided. Run lights hand-off-auto switches shall be mounted on an electroplated bright zinc with clear chror finish steel bracket. The tun lights and hand-off-auto switches shall be properly labele to function. The hand-off-auto switches shall be rocker type with an electrical life of 50 operations. The run lights shall match the hand4 auto switches in appearance and I an electrical life of 50,OOO hours. Run lights shall be red. The incoming power shall be 200 volts, 3 phase, 60 hertz service. Thermal blocks with type lugs shall be supplied to terminate all wiring for floats and heat and seal sensor the pump, if required. The pump leads shall be terminated at the overload relay or at type terminal blocks. The terminal blocks for the float connections shall be on the p controller, as described in paragraphs 9.03 and 9.04. 5 f@ 1 24 A circuit breaker shall be used to protect from line faults and to disconnect the pump from the incoming power. Circuit breakers shall be thermal magnetic and sized to meet NEC requirements for motor controls. The magnetic starter shall include a contactor with a minimum mechanical life of 3,000,000 operations and a minimum contact life of 1,000,000 operations. Definite purpose contactors shall not be acceptable. The magnetic starter shall include an overload relay which is ambient temperature compensated and bimetallic. The overload relay shall be capable of being set in either a manual or automatic reset mode. In the manual mode, reset shall be accomplished only by the operator. At 6 times full load amps the overload relay shall trip within 10 seconds or Class 10 rated overload relays shall be required. Control voltage shall be 120 VAC and may be accomplished by the means of a transformer or available line voltage. A control fuse and on/off switch shall protect and isolate the control voltage from the line. Wire ties shall be used to maintain panel wiring in neat bundles doe maintenance and to prevent interference with operating devices. All wiring shall be color coded to facilitate maintenance and repair of the control panel. Where a color is repeated, number coding shall be added. A schematic shall be permanently attached to the inside surface of the front door. All ground connections shall be made with ring tongue terminals and star washers to assure proper ground. A duplex pump controller shall be provided for control logic. Pump controller shall be solid state utilizing a printed circuit board to avoid conventional wiring. The printed circuit board of the pump controller shall be made of U.L listed materials. The pump controller shall indicate float circuit operations utilizing red amber LED indicator lights. LED indicator lights shall provide adequate information so that they can be used for diagnosis in troubleshooting problems located in the float circuits. Each LED shall be permanently labeled on the pump controller as to function. Pump controller shall have provisions for connecting float level controls and head sensor monitors, where applicable, to box type lug connectors. Box type lug connectors shall be made of polyamide thermoplastic to exclude aging due to heat influences. Phenolic type terminal blocks on the pump controller shall not be acceptable. Each terminal block shall be properly and permanently labeled on the pump controller as to its purpose. Pump controller shall include alternating circuit of the low voltage type and b operational from a transformer mounted on the pump controller board. The alternator shall consist of an alternating relay which alternately switches when voltage is removed from its circuit. Alternating circuit shall have a totally isolated ground. 5/1/95 @ I 1 Wiring of hand-off-auto switches, run lights, contactors, and overloads to the pump conti shall be accomplished by means of plug connectors. The pump controller shall have header assemblies from the corresponding devices on the pump controller for that header assembly. Header assemblies shall be constructed of a corrosion-resi: thermoplastic material having a temperature range of -55°C to 105°C and copper E bright acid tin over nickel plating contacts. 1. I END OF SECTION I I I I I 1. I 1 I I i 1 I I 5, f~ @ 1 26 SECTION 20.00 - LOFFELSTEIN RETAINING WALL SYSTEM 20.01 GENERAL The Loffelstein wall system utilizes concrete block for construction of gravity retaining walls. The wall system is assembled in running bond without mortar, grout, or reinforcement. The block is trough-shaped, 19.7 inches long, 9.8 inches high and 17.7 inches wide and weights approximately 114 pounds. The block may be assembled in a closed (solid) configuration or open arrangement which permits planting in the 7-1/2 inch-wide gap between units. The units have a minimum 28day compressive strength of 4OOO psi using Type II portland cement. Dimensional tolerances are as follows: depth, 1/8 inch; height, 1/8 inch; width 1/8 inch. The Loffel Retaining Wall, Inc., manufacturer’s quality control manual should be adhered to. When footings are used, a certificate of tests conducted by an independent testing agency verifying the block compressive strength, must be submitted to the Crty Building official prior to commencing construction. 20.02 ASSEMBLY The angle of wall inclination ranges from 25 to 70 degrees from the vertical towards the backfill. A blanket of cohesionless backfill is placed behind the wall. The width of the backfill blanket is determined by the soils engineer. If soils are found to have poor drainage qualities, a perforated drain line system is installed to prevent hydrostatic pressure behind the wall. The in-place wall must be constructed to be within cumulative tolerance of 6 inches from specifications, measured every 5 feet along both wall height and width. Each block course must be placed to a tolerance of 1/2 inch. The first course of blocks may be set into a concrete foundauion whose design is dependent on the subsoil conditions and wall analysis. The two-lower block courses are staggered so indentations on the bottom of blocks in the second row are laid on the side walls of block in the first course. A threecourse block embedment system may be used for the foundation, provided the exposed wall height does not exceed 6 feet. The tops of the rails of the bottom course must be cleaned off before the next course is placed. After backfilling, other elements are laid in rows with the desired tilt and at the same time are backfilled. Maximum spacing between blocks is limited to 7-1/2 inches. See Retaining Plans for details. The wall system may be curved either concave or convex. To comply with the inclination curves, the blocks are pressed together at the front or the back (depending on the curvature). Separate curvative calculations are determined from diagrams provided by the manufacturer. Minimum and maximum radii (r) and the placement intervals (x) are derived from the diagrams. 5/1/95 @ 1 I 1 1 1 I I I. 1 I I I t 8 1 1 Outwardly cambered (convex) inclination curves can be read off the diagram from smallest possible radius. For this type of construction, the blocks in the first layer arc with the largest intervals possible. Inwardly cambered (concave) inclination curves can be read off the diagram from curvature radii with the corresponding intervals. The blocks in the first layer are laid wit1 interval (x). With a given radius, the smallest interval is always chosen. See Retaining plans for details. 1 20.03 STRUCTURAL ANALYSIS I. Structural calculations must be submitted to the Engineer for each wall system. structural analysis shall be based on accepted engineering principles and the Loffel Engineering Manual, except where otherwise specified. END OF SECTION 1 I. @ 128 DIVISION 02 - SITEWORK SECTION 02860 - RECREATION AND PLAY EQUIPMENT The requirements of the "General Conditions' and of supplementary special provisions to SSPWC 1994 shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1 .oo GENERAL 1.01 WORK INCLUDED A. Tot Lot Play Elements 8. Park Bench C. Litter Container D. Basket Ball Backstop E. Bicycle Rack F. Picnic table Refer to plans for complete listing of items and manufacturers information. 1.02 RELATED WORK A. Section 200-1.5 - Sand B. C. Section 201 - Mortar and Related Materials Section 303 - Concrete and Masonry Construction 1.03 REFERENCE STANDARDS A. AWPA - LP-20. 8. WWPA. c. CM. 1.04 SUBMITTALS A. Submit manufacturer's published product information, catalogs, and installation instructions to Landscape Architect for review. 5/1/95 GB I 8 1 I 1 I 1 I. 8 I I I J I 6. Submit small samples of material finishes where options are available, and selection has been specified. Submit complete shop drawings, layout indicating installation details and access0 C. I. PART 2 PRODUCTS 2.01 DESIGN CRITERIA A. Recreation equipment and playground equipment shall conform to UBC-91; general safety standards designed to assure public safety. Wood and metal surfaces are to be free of splinters, sharp edges, protrusions, loose objects. Where warnings are posted or attached to equipment, verbiage is to be print€ both the English and Spanish languages. B. C. 2.02 MATERIALS A. Play equipment per manufacturer specifications. I B. Sand to be #30 silica sand. C. Playtop surfacing per manufacturer’s specifications. 2.03 SCHEDULE OF EQUIPMENT A. Refer to plans for play equipment and site furnishings. PART 3 EXECUTION I 3.01 PREPARATION A. B. C. t commenced. Coordinate soil preparation and paving with other trades. Inspect surfaces and conditions which will affect equipment and its function. Acceptance of surfaces and conditions will be assumed if work of Sectic 3.02 INSTALLATION A. Install in strict accordance with manufacturer’s published, printed recommenda and instructions, and reviewed shop drawings. Anchor assemblies in permanent fashion to prevent overturning, for safety and va resistance. B. C E* @ 130 C. D. Inspect all equipment for sharp edges, burrs, splinters, and harmful projections. Adjust and correct as required. END OF SECTION 5/1/95 @ I I I I 1 I I 1. 1 I 1 I 1 I 1 1 DIVISION 03 - BUILDING CONCRETE SECTION 03100 - BUILDING CONCRETE FORMWORK 1 1 .oo GENERAL 1.01 GENERAL CONDITIONS The requirements of the “General Conditions and of “Supplementary General Provisior SSPWC 1994” shall apply to all work of this Section with the same force and effec though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uni Building Code. Where conflicts arise between the Uniform Building Code and specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Concrete Formwork. 2. Form Sealers. I 3. Form Ties. 6. Related Work Described Elsewhere: 1. Cast-in-Place Concrete. 2. Concrete Reinforcement. 1.03 QUALITY ASSURANCE A. B. Standards: Design of formwork is the Contractor‘s responsibility. 1. 1.04 SUBMlllALS A. Product Data: Comply with pertinent provisions of ACI 347. 1. Within thirty (30) calendar days after award of Contract, submit manufacti data and installation instructions for proprietary materials including coatings, ties, and accessories, and manufactured form systems if used. 1.05 PRODUCT HANDLING A. Use means necessary to protect materials of this Section before, during, and installation and to protect the work and materials of other trades. t I. @ 132 8. In the event of damage, immediately make repairs and replacements necessary to the approval of the Architect and at no additional cost to the City. 2.00 PRODUCTS 2.01 FORM MATERIALS A. Except for metal forms use new materials. Materials may be reused during progress of the Work, provided they are completely cleaned and reconditioned, recoated for each use, and capable of producing form work of the required quality. B. Footings and Foundations: 1. Use Douglas Fir boards or planks secured to wood or steel stakes, substantially constructed to shapes indicated and to support the required loads. C. Studs, Walls and Supports: 1. Use standard grade or better Douglas Fir, dimensions as required to support the loads, but not less than 2" x 4'. Wall Forms, Exposed Concrete Surfaces: 1. 2. 0. Use 3/4" minimum thickness Douglas Fir plywood, grade B/B, Class I or It, exterior, sanded both sides, complying with PS 1-74. Seal edges and coat both faces with colorless coating which will not affect application of applied finishes. Form boards for concrete impressions shall be as detailed and noted in the Drawings. E. 2.02 FORM SEALERS A. All form sealers used shall be non-staining, non-grain raising, free of mineral oils and other nondrying ingredients, and leaving no bond-inhibiting residues on concrete. Approved form sealers are: 1. 2.03 FORM TIES "Form Sealef, Burke Concrete Accessories, Im. A. Hold inner and outer forms for vertical concrete together with combination steel ties and spreaders. 1. Space ties symmetrically in tiers and rows, each tier plumb from top to bottom and each row level. 2. At horizontal pour lines, locate ties not more than 6" below the pour lines. Tighten after concrete has set and before the next pour is made. 5/ 1 /95 @ I 1 1 I I I I I I. t 3. Provide metal type acting as spreaders and leaving no metal within 1 concrete face or fractures, spalls, depressions, or other surface disfigurat greater than 3/4" in diameter. 2.04 DESIGN OF FORMWORK 1. A. General: 1. Design, erect, support, brace, and maintain formwork so it will safely SUF vertical and lateral loads that might be applied, until such loads car supported by the concrete structure. Carry vertical and lateral loads to ground by formwork system and in-F construction that has attained adequate strength for that purpose. Construct formwork so concrete members and structures are of correct shape, alignment, elevation, and position. Design forms and falsework to include assumed values of live load, dead I weight of moving equipment operated on the formwork, concrete mix, hc of concrete drop, vibrator frequency, ambient stability, and other fac pertinent to safety of the structure during construction. Provide shores and struts with positive means of adjustment capabl taking-up formwork settlement during concrete placing operations, u wedges or jacks or a combination thereof. Provide trussed supports when adequate foundations for shores and struts not be secured. Support form materials by structural members spaced sufficiently clos prevent objectionable deflection. Fit forms placed in successive units for continuous surfaces to acci alignment, free from irregularities, and within the allowable tolerances. Provide formwork sufficiently tight to prevent leakage of cement paste dl concrete placement. Solidly butt joints and provide back-up material at j( as required to prevent leakage and fins. 2. 3. 4. 5. 6. 7. 8. 9. 8 2.05 EARTH FORMS 1 A. Side forms of footings may be omitted and concrete may be placed directly agl excavation only when requested by the Contractor and approved by the City. 1. When omission of forms is accepted, provide additional concrete 1" on ( side of the minimum design profiles and dimensions shown on the Drawi 2.06 OTHER MATERIALS 8 t 1 8. A. All other form materiais, not specifically described but required for a complete proper installation, shall be new, first quality of their respective kinds, and subje the approval of the City. 1. The use of ties consisting of twisted wire loops will not be permitted. t 5 I. @ 134 3.00 EXECUTION 3.01 I N SP ECTl ON A. Examine the areas and conditions under which Work of this Section will be performed. Correct conditions detrimental to proper and timely completion of the Work. Do not proceed until unsatisfactory conditions have been corrected. 3.02 FORM CONSTRUCTION A. General: 1. Construct forms complying with ACI 347 to the exact sizes, shapes, lines, and dimensions shown, and as required to obtain accurate alignment, location, grades, and level and plumb work in the finished structure. Provide for openings, offsets, keyways, recesses, moldings, reglets, chamfers, blocking, screeds, bulkheads, anchorages, inserts, and other features required. 2. B. Fabrication: 1. 2. 3. 4. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Ked wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure ease of removal. Provide top forms for inclined surfaces. C. Forms for exposed concrete: 1. 2. Drill forms to suit ties used and to prevent leakage of cement paste around tie holes. Do not splinter forms by driving ties through improperly prepared holes. Provide sharp, clean comers at intersecting lanes, without visible edges or offsets. Back the joints with extra studs or girts to maintain true, square intersections. Use extra studs, wales, and bracing to prevent objectionable bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material which will produce bow. 3. D. Comer Treatment: 1. Form chamfers only where specifically noted on Drawings, with 3/4' x 3/4' strips, accurately formed and surfaced to produce uniformly straight lines and tight edge joints on exposed concrete. Extend terminal edges to required limit, and miter chamfer strips at changes in direction. 2. E. Locate expansion and construction control joints as indicated on the Drawings. 5/1/95 @ I i I I 1 I I. 1 I 1 I I 1 1 F. Provisions for Other Trades: 1. 2. 3. 4. 5. Provide openings in concrete formwork to accommodate work of other tra Verdy size and location of openings, recesses, and chases with the t requiring such items. Accurately place and securely support items to be built into the forms. Electrical or telephone conduits shall be run in concrete walls only L approval of the Architect. No wood other than necessary nailing blocks shall be embedded in conc Install dovetail anchor slots for masonry veneer, which will be furnished b! Masonry Contractor. Install dovetail slots 16" O.C. I. I 3.03 FORM COATINGS A. Coat form surfaces with fonn-coating compound before reinforcement is place 1. Do not allow excess form coating material to accumulate in the forms to c in contact with surfaces which will bond to fresh concrete. 2. Apply in compliance with the manufacturer's recommendations. 3.04 REMOVAL OF FORMS I A. General: 1. Do not disturb or remove forms until the concrete has hardened sufficien permit form removal with safety. In no case may any forms or shorin removed until the time and sequence has been approved by the Architec Do not remove shoring until the member has acquired sufficient streng support its own weight, the load-upon it, and the added load of construc Do not strip floor slabs in less than two (2) days. Do not strip vertical concrete in less than seven (7) days. Do not strip joists, beams, and girders in less than fifteen days. Nothing herein shall be construed as relieving the Contractor of responsibilrty for the safety of the structure. 2. 3. 4. 5. 6. B. Finished Surfaces: 1. Exercise care in removing forms from finished concrete surfaces so that surfaces are not marred or gouged, and that corners are true, sharp, unbroken. Release sleeve nuts or clamps, and pull the form ties neatly. 2. 1 C. Form Ties: 1. 2. Do not permit steel spreaders, form ties, or other metal to project from ' visible on any concrete surface except where so indicated on the Drawir Solidly pack form tie holes, rod holes, and similar holes in the concrete. packing, use the cement grout specified in Section O3300 of 1 I I. @ 136 Specifications. Flush the holes with water before packing. Screed off flush and grind to match adjacent surfaces. Where form tie pattern on exposed concrete is required by the Drawings, grout and seal the interior holes prior to sandblasting or application of other finish, allowing adequate space for insertion of the approved plugs. 3. 3.05 PROTECTION A. General: 1. After stripping, Contractor shall properly protect all concrete to be exposed in the finish work from damage with boards and building paper to prevent staining, spoiled edges, chips, etc. END OF SECTION 5/1/95 @ I I 1 1 I I 8 1 I 1 1 1 I D 8 1 0 DIVISION 03 - BUILDING CONCRETE SECTION 03200 - BUILDING CONCRETE REINFORCEMENT 1 .oo GENERAL 1.01 GENERAL CONDITIONS The re uirements of the "General Conditions" and of "Supplementary General Provision though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Unif Building Code. Where conflicts arise between the Uniform Building Code and specifications, the more restrictive shall apply. SSPW % 1994' shall apply to all work of this Section with the same force and effec I 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Steel Reinforcement and Accessories. B. Related Work Described Elsewhere: 1. Concrete Formwork. 2. Cast-in-Place Concrete. 3. Concrete Unit Masonry. 1. 1.03 QUALITY ASSURANCE A. Comply with pertinent provisions of the following, except as may be modified he 1. ACI 318. 2. CRSl 'Manual of Standard Practice'. 1.04 SUBMIlTALS Product data: Upon request of the City's testing agency, deliver to that te: agency complete manufacturer's data showing heat number and mill analysG reinforcement delivered to the job site. A. 1.05 PRODUCT HANDLING A. An experienced foreman shall be constantly employed by the Contractor whilc work IS in progress. Sufficient laborers and mechanics shall be on the job dl working hours to provide for the expedient unloading, storage, transferring, placing of the reinforcing. Protection: Use means necessary to protect the materials of this Section be during, and after installation, and to protect the work and materials of other tra Replacements: In the event of dama e, immediately make repairs and replacen 6. C. necessary to the approval of the Arc a itect and at no additional cost to the City C I. @ 138 D. Delivery and Storage: - 1. 2. 2.00 PRODUCTS 2.01 REINFORCEMENT MATERIALS AND ACCESSORIES Use necessary precautions to maintain identification after bundles are broken. Do not remove tags until steel is placed. Store in a manner to prevent excessive rusting and fouling with dirt, grease, and other bond-breaking coatings. A. Bars: Comply with ASTM A615: 1. 2. Use grades shown on the Drawings. Where grades are not shown on the Drawings, use grade 40. 6. Steel wire: Comply with ASTM A82. C. D. Welded wire fabric: Comply with ASTM Al85, 6" x 6"/W1.4 x W1.4 unless noted otherwise. Supports for reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement in place: 1. Use wire bar type supports complying with CRSl recommendations, unless otherwise indicated on the Drawings. 2. Do not use wood, brick, or other noncomplying material. 3. For slabs on grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 4. For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with approved plastlc protected legs. 2.02 FABRlCATl ON A. General: 1. Fabricate reinforcing bars to conform to r uired shapes and dimensions, with fabrication tolerances complying with the 7! RSI Manual. 2. In case of fabricating errors, do not rebend or straighten reinforcement in a manner that will weaken or injure the material. Unacceptable materials: Reinforcement with any of the following defects will not be acceptable: 1. Bar lengths, depths, and/or bends exceeding specified fabrication tolerances. 2. Bends or kinks not indicated on the Drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. 4. Bars heated for bending. 5. Bars injured due to bending or straightening. 6. Reinforcement not placed in accordance with the Drawings and/or Specifications. 8. 5/1/95 CB I I I I I I I I I. 1 I B I I I 1 I 3.00 EXECUTION 3.01 e INSPECTION A. Examine the areas and conditions under which Work of this Section will be inste Correct conditions detrimental to timely and proper completion of the Work. D< proceed until unsatisfactory conditions have been corrected. 3.02 INSTALLATION I A. General: 1. Comply with the specified standards for detail and method of ple reinforcement and supports, except as may be modified herein. 2. Clean reinforcement to remove loose rust and mill scale, earth, and ( materials which reduce or destroy bond with concrete. 3. Position, support, secure reinforcement against displacement by formv construction, and concrete placing operations. 4. Locate and support reinforcement by metal chairs, runners, bolsters, spa and hangers, as r 5. Arrange, space, an securely tie bars and bar supports together with nul 16 gauge fully annealed copper-bearing steel wire. 6. Set wire ties so twisted ends are directed away from exposed con surfaces. Install welded wire fabric in as long lengths as practicable, lapping adjoining pi at least one (1) full mesh. Provide sufficient numbers of supports, and of strength to carry the reinforcem Make bends for stir-ups and ties around a pin having a diameter not less than s times the minimum thickness of the bar; except that for bars larger than l', use not less than eight (8) times the minimum thickness of the bar. Bend all bars Do not place reinforcing bars more than 2" beyond last leg of any continuour support. Do not use supports as bases for runways for concrete conveying equipmeni similarconstmction loads. Inspection: All reinforcing shall be inspected by the City prior to pouring conc Tired 8. C. D. E. F. G. 3.03 CONCRETE COVER A. Install all reinforcement to achieve the following minimum coverages of con (U.O.N.): 1. Concrete below ground 2. Concrete deposited 3. Concrete in walls: deposited against forms: 2 inches against earth: 3 inches Interior: 1 inch Exterior: 1-1 /2 inches 1 1. 643 140 4. Concrete in columns: 5. Clear to ties: 1-5/8 inches Clear to bars: 2 inches Hold wire fabric or reinforcement steel in floor slabs above subbase using 4" x 4" concrete blocks of height and quantrty required to hold steel at proper height and alignment. END OF SECTION 5/1/95 @ I I I I I I I I 1 I. I I I I I I I DIVISION 03 - BUILDING CONCRETE SECTION 03300 - BUILDING CAST-IN-PLACE CONCRETE e 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions' and of 'Supplementary Gel Provisions to SSPWC 1994' shall apply to all work of this Section with the same 1 and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Code the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: Cast-in-place concrete required for this work is shown on the Drawings includes, but is not necessarily limited to, formwork, reinforcement, embec items, concrete, and finishing for: 1. Footings and foundations 2. Interior slabs 3. Exterior walks 4. Granular subbase 5. Moisture barrier B. Related Work Described Elsewhere: 1. Concrete Formwork 2. Concrete Reinforcement 3. Concrete Unit Masonry 1.03 QUALITY ASSURANCE A. Qualifications of installers: Use adequate numbers of skilled workmen whc thoroughly trained and experienced in the necessary crafts and wha completely familiar with the specified requirements and the methods needs proper performance of the Work of this Section. In addition to complying with all pertinent codes and regulations, comply all applicable provisions of 'Structural Concrete for Buildings', with publica AC1 301, Latest Edition, of the American Concrete Institute. Codes and standards: In case of conflict between or among the refere standards and pertinent codes, the more stringent requirements shall go B. C. m E I' @ 1 42 1.04 SUBMllTALS Product data: Within thirty (30) calendar days after award of the Contract, submit: 1. Materials list stating which of the acceptable products the Contractor has elected to provide. 2. For each such product, the manufacturer’s recommended installation procedures which, when approved by the Crty, will become the basis for acceptance or rejection of actual instaulation procedures used on the work. Submit copies of the concrete mix designs to the Crty for approval. A. 3. 1.05 PRODUCT HANDLING A. Protection: Use adequate means to protect materials of this Section before, during, and after installation, and to protect work and materials of other trades. 8. Replacements: In the event of damage, immediately make repairs and replacements necessary to the approval of the City and at no additional cost to the CQ. 1.06 TESTING A. City will employ separate testing laboratory to evaluate concrete delivered to and placed at site. 1. Batch plant inspection is required for all structural concrete. Inspection shall be by laboratory inspector qualified as concrete inspector. Inspector shall be present at each day of batching and shall continuously perform the following: (Contractor shall notw Engineer 48 hours in advance of mixing time.) a. Check plant and equipment qualuty. b. Check identity of materials. c. Check aggregate grading and characteristics and water in aggregate. d. Verrfy mix designs being used. e. Check proportioning and loading of concrete materials. f. Issue certifications of quality and quantity of materials as batched. Waiver of Batch Plant Inspection: Upon approval by Crty batch plant inspection may be waived provided the following conditions are met: a. Concrete plant meets requirements of UBC Standards 26-13. b. Plant has been certified to comply with the requirements of the National Ready Mix Association. c. Plant shall be equipped with an automatic batcher in which total batching cycle, except for the measuring and introduction of an admixture, is completed by activating a single starter device. d. 2,000 Ib. or less compressive strength. Bonded Deputy Weighmaster Certificates: Provide in lieu of batch plant inspection when such inspection is waived by City. Licensed Weighmaster shall furnish notarized affidavits on City approved forms, certifying the quantities of all materials and stating that all concrete is 5/1/95 2. 3. @ I I I I I I I I. I I I I I I I I furnished in accordance with the project specifications and mix des Furnish copies to City. 4. Continuous Placement inspection: Required for all structural conc performed by Resident Inspector. Inspector shall perform the folk inspection procedures. a. Verify condition and adequacy of forms and reinforce placement. b. Insure that concrete is of required quality and consistency. c. Insure that all requirements and conditions of concrete place are met. d. Make slump tests; assist in securing cylinders as required. e. Keep placement record of the time and date of placinl concrete in each portion of the structure. Such record shc kept until completion of the project and shall be availab inspection. The Contractor shall notrfy the Crty forty-eight (48) hours prior to placem concrete so the City can arrange to observe the taking of test cylinders deems it necessary. I. 8. I C. Test methods: 1. Sampling concrete ASTM C172 2. Taking cylinders ASTM C31 3. Testing ASTM C39 4. Core tests (if required) ASTM C42 5. Slump tests ASTM C143 D. Slump Tests: 1. One slump test shall be taken for each set of test cylinders. Rejc concrete not meeting the Plans and Specifications. E. Compression Tests: 1. Each sample for test shall consist of four (4) cylinders taken from class of concrete used in each day’s operation, but at least on sample for test shall be taken for each 100 cubic yards of concrel a. First cylinder tested at 7 days shall show 65% of the specific day strength. b. Second and third cylinders tested at 28 days shall show lo( specified 28 day strength. c. Fourth cylinder will be tested if required by the Engineer. G. Doubtful concrete: 1. If the concrete does not conform to the requirements of AC1 301, 1 Edition, Section 3.5, and/or if 20% of the slump tests exceed the shown on the Drawings, the City shall be notified immediately and have the right to order a change in the mixed proportions or i method of mixing, placing, and curing of the concrete to secur required strength and consistency for the remaining portion c structure at no expense to the owner. 1 . I. @ 144 2. Core samples at least 4" in diameter my be made of any doubtful concrete in representative locations selected by the Engineer. If cores meet strength requirements, the expense of coring and patching will be borne by the Crty. If tests of core specimens fail to show the strength specified, the concrete will be deemed defective and shall be removed and replaced or adequately strengthened in a manner acceptable to the City. The Contractor shall bear the entire cost of such removal and replacing or strengthening including cost of coring, testing, and redesign, as required. Concrete slabs or other concrete work not properly cured and deemed unacceptable to the City shall be removed and replaced at the Contractor's expense. 3. 1.07 INSPECTION A. Concrete floor slabs: 1. The Contractor shall notify the City 48 hours prior to the pouring of any interior floor slabs after all reinforcing, plumbing, electrical, etc., are in place. 2.00 PRODUCTS 2.01 CONCRETE A. Materials: comply with the following as minimums: 1. Portland Cement: ASTM C150, Type V. 2. Aggregate, general: ASTM C33, uniformly graded and clean. Do not use aggregate known to cause excessive shrinkage. 3. Aggregate, coarse: Crushed rock or washed gravel with maximum size between 3/4" and 1-1/2', and with minimum size number 4. 4. Aggregate, fine: Natural washed sand of hard and durable particles varying from fine to particles passing a 1/4' screen, of which at least 12% shall pass a 50-mesh screen. 5. Water: ASTMC94 clean and free of substances harmful to concrete. 6. Air-entraining admixture: ASTM C260. 7. Water-reducing admixture: ASTM C494. Use only admixtures which have been tested and accepted in mix designs, unless otherwise approved by Architect. 8. Mix design: Concrete minimum strengths and/or minimum mix proportions shall be as noted on the Drawings; and unless otherwise noted, achieve a slump of not more than 10 cm (4"). The mix designs shall note expected shrinkage rates. The maximum permissible drying shrinkage after 21 days of drying of field cast specimens is 0.065% of length. All Concrete mixes are to be designed by a laboratory retained by the Contractor and approved by the City. C. D. Mixing: 1. Batch, mix, and transport concrete to the site in accordance with the provisions of ASTM C94. 5/1/95 @ I I I I I 1 I. I I I I I I I E. Curing materials: Provide curing and protection paper, or membrane CI compound, for exposed flat concrete: 1. Acceptable paper: a. b. Sisalcraft 'Orange Label', or equal, complying with ASTM C Where finished concrete will receive no other covering, non-staining paper equal to Sisalcraft 'Seekure 896'. F. Control joints: Preformed 'T 'Quick Joint' as manufactured by G. I. I Construction Supply company, Sacramento, CA., or approved equal. Expansion joints: Where indicated on the Drawings or otherwise require proper installation, provide ASTM D94 preformed asphattic impregnated 3 for exterior hardscape concrete. H. Non-shrink grout: 'Embeco' non-metallic grout as manufactured by M 1. Capillary Break: Clean gravel or crushed rock approved for this use b! Soils Engineer. J. Sand cushion under interior slabs: 1. I Builders, or approved equal. Fine sand as specified for concrete aggregate. K. Moisture barrier: 1. Provide in largest size available to minimize need for joints. Exe care to avoid punctures. Lap joints a minimum of 30 cm (12"). around penetrations. 2. Acceptable Products: . a. b. 'Moistop 2' manufactured by Sisalcraft. 'Visqueen' plastic sheeting of 6 mil. thickness. 2.02 OTHER MATERIALS A. Materials not specifically described but required for a complete and pi installation of the Work of this Section shall be as selected by the Contr subject to the approval of the City. I 3.00 EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which Work of this Section w installed. Correct conditions detrimental to timely and proper completion ( Work. Do not proceed until unsatisfactory conditions have been correct( 1. Install granular subbase as indicated on Drawings. 2. Install moisture barrier as indicated on Drawings. c 1. @ 146 3.02 CONCRETE PLACEMENT A. B. Procedures: Place concrete in accordance with the following and the recommendations contained in ACI 304. 1. 2. Notify the Crty at least 48 hours before placing concrete. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause formation of seams or planes or weakness within the section. If a section cannot be placed continuously, provide construction joints as specified and approved herein. Perform concrete placing at such a rate that concrete which is being integrated with fresh concrete is still plastic. Deposit concrete as nearly as practicable in its final location to avoid segregation due to flowing and rehandling. Do not subject concrete to any procedure which will cause segregation. On concrete which is to receive other construction, screed the concrete to the proper level to avoid excessive skimming and grouting. Do not use concrete which becomes non-plastic and unworkable, or does not meet the required qualrty control limits, or which has been contaminated by foreign materials. Remove rejected concrete completely from the site. 3. 4. 5. 6. 7. 8. 9. C. Concrete conveying: 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment, and to the locations of final deposit, as rapidly as practicable and by methods which will prevent segregation and loss of concrete mix materials. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep interior surfaces of conveying equipment, including chutes and tremies, free from hardened concrete, debris, water, and other deleterious items. Pumps may be used only if they can pump the designed mix. Do not add fine aggregate or water to the mix to satisfy the needs of pumping devices. Use chutes or tremies for placing concrete where a drop of more than 2m (72") is required. Where free drop through tremies exceeds 6m (1 8'47, use flow checking devices. 2. 3. 4. 5. 6. D. Placing concrete in forms: 1. 2. 3. Deposit the concrete in for& in horizontal layers not deeper than 60cm (24"), and to avoid inlined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic and to avoid cold joints. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 5/1/95 6B I D I I I I 1 1 Io I I I I I I E. Placing concrete slabs: 1. The method of screeding and vibrating or tamping for all floor slabs be approved in writing by the City. The Contractor shall furnish information to the Crty one (1) week prior to commencement of any work. 2. Deposit and consolidate concrete slabs in a continuous operation, Y the limits of construction joints, until the placing of a panel or secti completed. 3. Consolidate concrete during placement by use of the spec equipment, thoroughly working concrete around reinforcement anc corners. 4. Consolidate concrete in slabs by vibrating bridge screeds, roller screeds, or other methods acceptable to the City. 5. Limit the time of vibrating consolidation to prevent bringing an exce fine aggregate to the surface. 6. Unless otherwise indicated on the Drawings, make all slabs even uniform in appearance and where no slope is required, level and sttr within plus or minus 1/8 inch in 10 feet. Where floor drains or slopes are indicated, slope slabs uniformly to provide even fa drainage. 7. Use bultfloats or darbies to smooth the surface, leaving it free bumps and hollows. 8. Do not sprinkle water on the plastic surface. Do not disturb the surfaces prior to start of finishing operations. Cold weather placing: Comply with ACI 306 to protect the concrete physical damage and reduced strength which would be caused by frost o temperatures. Hot weather placing: When hot weather conditions exist which would seric impair the quality and strength of concrete, place the concrete as follow5 1. Maintain concrete temperature at time of placement below 32 des C. (90 degrees F.) 2. Use chilled mixing water or chopped ice to control concrete temper€ using the water equivalent of the ice in calculating the total 1 content. 3. Cover the reinforcing steel with water-soaked burlap if the steel becc too hot. 4. Do not allow the steel temperature to exceed ambient air temper immediately prior to placement of concrete. 5. Wet the forms thoroughly prior to placement of the concrete. 6. Use setcontrol admixtures as approved by the City. I. F. G. I I 3.03 CONSOLIDATION A. General: 1. 2. 3. Consolidate concrete in accordance with the provisions of ACI 30 Consolidate each layer of concrete immediately after placing, by u internal concrete vibrators. Do not use vibrators to transport concrete inside the forms. C b I. @ 148 4. 5. During all phases of operation, maintain a frequency of not less than 10,000 vibrations per minute per internal vibrator. Do not vibrate forms or reinforcement. 6. Equipment: 1. 2. 3. Provide adequate number of units and power source at all times. Maintain spare units on hand to assure adequacy. If, in the opinion of the Cw, the equipment being used is not adequate to accomplish proper consolidation, the City may order delay in further placement of concrete at no cost to the City until such equipment is available for use at the location of placement of concrete. C. Procedures: 1. 2. 3. 4. Limit duration of vibration to time necessary to produce satisfactory co nso I idat io n without causing segregation of aggregates. Insert the vibrator so as to penetrate the lift immediately below the one being placed, and manipulate to blend the two (2) lifts. Do not insert the vibrator into lower courses which have begun to set. Use the vibrator to mett down the concrete as it is being placed, and use the vibrator to consolidate the mass of concrete. In the case of wall construction, assign at least one (1) vibrator and vibrator operator to melting down the mix; and assign at least one (1) vibrator and vibrator operator to consolidating the mass of concrete. Space the insertions of the vibrator which is used to consolidate at spaces not exceeding twice the radius of action shown in Table 5.1.4 of ACI 309. During the consolidation phase, do not insert the vibrator at points more than 45 cm (1 8') apart. 5. 6. 3.04 JOINTS A. Construction joints: 1. 2. Horizontal construction joints will not be permitted except as may be shown on the Drawings. If construction joints necessary for progress of the Work are not shown on the Drawings, show and submit them in complete detail on Shop Drawings. Construction joints ('shut-offs") shall be provided at 60'4' max for any concrete pour. For slabs on grade, locate the unindicated joints in a manner to divide the slab into areas not larger than 75 sq. m. (800 sq. ft.), with one (1) dimension being not greater than 120% of the other dimension. Provide keyways at least 38 mm (1-1/2@) deep in construction joints in walls, slabs, and between footings and walls. Place construction joints perpendicular to the main reinforcement. Continue reinforcement across the construction joints. 3. 4. 5. 5/1 j95 @ 1 1 8 1 1 I 1 1 Do I I I I I I 1 I B. Isolation joints in slabs on grade; 1. 2. Control joints in slabs on grade: 1. Provide isolation joints in slabs on grade at points of contact betv slabs on grade and vertical surfaces, where indicated. Caulk in accordance with provisions of Caulking and Sealant Sect I. C. Provide control joints in slabs on grade at column lines and 2 maximum O.C. (evenly spaced) between lines in each direction. inserts 6mm (1/4") wide by 1/5 to 1/4 of the slab depth, or use 1 deep saw cuts. Form control joints with a straight edge by inserting a premc hardboard or fiberboard strip into the fresh concrete until the top su of the strip is flush with the slab surface. After the concrete has cured for at least seven (7) days, remove in and clean loose debris from the grooves. 2. 3. 3.05 PROTECTION AND CURING A. B. C. Protect all concrete from injurious action of the elements and defacemen all nature during construction operation. Until forms are removed, keep all forms sufficiently wet to prevent drying o the concrete. Cure slabs by keeping the exposed concrete surface continuously moist period of at least seven (7) days after the concrete has been placed by ml of fog sprays or flooding. 3.06 CONCRETE FINISHING A. Monolithic slab finishes: 1. Float finish: a. Apply wood float finish to monolithic slab surfaces at building other finishes hereinafter specified, and as otherwise show the Drawings. b. After placing concrete slabs, do not work the surface further ready for floating . c. Begin floating when the surface water has disappeared and v the concrete has stiffened sufficiently to permit operation powerdriven float, or both. d. Consolidate the surface with powerdriven floats, or hand-floating if area is small or is inaccessible to power una e. Check and level the surface plane to a tolerance not excee 3mm (1/8") in 3m (10'4") when tested with a 3m (1( straightedge placed on the surface at not less than twc different angles. Cut down high spots and fill low spots. Uniformly slope surfaces to drains where so required. f. g. E \. I. @ 150 h. Immediately after leveling, refloat the surface to a uniform, smooth, granular texture, and apply a light broom finish to all exposed interior surfaces. 8. Treat architectural (exposed) concrete as follows: 1. Tie-rod holes that remain after forms are stripped shall be filled solid with cement grout, using a pressure gun. Grout for this purpose shall be made of two (2) parts Portland Cement to one (1) part sand (coloring as directed by manufacturer to match existing) or approved equal. Concrete from which forms have been removed, which is spattered with concrete from a subsequent pour, shall be cleaned immediately after the spillage occurs by hosing with water in such as way as to remove all such spillage. Immediately after forms have been removed from the surfaces of architectural concrete footings, they shall be ground and/or honed with carborundum stones to remove all loose projecting portions and form marks. Extra expense resulting from delaying this operation shall be borne by the Contractor. Depressions shall be eliminated and rock pockets, construction joints and other imperfections brought to an even surface. Fill voids caused by air bubbles with a grout of cement and fine sand in equal proportions mixed with enough waterto give a consistency of thick paint. Air bubble voids that are larger underneath than appear on the surface shall be broken out to their full size before filling with grout. Wet architectural concrete surfaces that are to be repaired. Apply grout with stiff bristle brushes over entire surface of architectural concrete completely filling holes. When cement has partial set, remove the excess grout by rubbing vigorously with burlap until no visible film remains. 2. 3. 3.07 MISCELIANEOUS CONCRETE ITEMS A. Filling in: 1. 2. 3. Fill in holes and openings left in concrete structures for the passage of work of the other trades, unless otherwise directed, after the work of other trades is in place. Mix, place and cure concrete as specified to blend with in-place construction. Provide other miscellaneous concrete filling to complete the Work. B. Equipment bases and foundations: 1. 2. Provide machine and equipment bases and foundations as shown on the Drawings or required for the machine and equipment actually furnished. Set anchor bolts for machines and equipment to template, at correct elevations, and complying with certified diagrams or templates of the manufacturer furnishing the machines and equipment. Provide isolation joints surrounding bases where indicated or required. 3. 5/1/95 @ I I I I 1 1 I. I I 1 I 1 i 4. Fill joints with joint filler and sealant complying with the provisior Section 07900. 3.08 SEAUNG/HARDENING AGENT I. A. Apply the chemical hardening agent 'Lapidolith" by Sonneborn to all f concrete surfaces. Fully comply with manufacturer's instructions in prepar( of concrete surface and application of the product. 1 3.09 DRYPACKING A. Perform all drypacking, grouting, and particular patching directed by the or needed for proper completion of the Work. Use only the approved groi material and apply it in strict accordance with the manufacturer's publi recommendations to produce a grout which will not shrink and which will E a minimum compressive strength of 2500 psi at seven m days. 3.10 REMEDIAL WORK A. The following concrete work will be considered defective and may be ord by the City to be removed and replaced at Contractor's expense. 1. Concrete: I a. Incorrectly formed b. Not plumb or level c. Not specified strength d. e. f. Not in accordance with the intent of the Drawings Containing rock pockets, voids, honeycomb Containing wood or foreign matter Specificat ions a. Not true to elevation b. c. Not surfaced as specified d. e. f. Not in accordance with the intent of the Drawing! 2. Concrete finishing work: Not pitched to drain when called for With any loose or roughened or defaced surfaces Not true to 1/8' in ten feet of straightedge in any direction. I Specificat ions 6. Patching: 1. Repair defective areas and fill form-tie holes and similar defec accordance with Chapter 9 of ACI 301. I 3.1 1 CLEAN-UP A. At completion of this Work, Contractor shall remove from the premise surplus material, equipment, and debris resutting from this Work. END OF SECTION 5 % r. @ 152 DIVISION 04 - BUILDING MASONRY SECTION 04220 - CONCRETE UNIT MASONRY 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions' and of 'Supplementary General Provisions to SSPWC 1994" shall apply to all work of this section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included: Furnishing all concrete masonry units, grout and mortar, and equipment necessary to construct the masonry walls. It shall include the placing of reinforcing steel in the cells in accordance with the plans and specifications of the project. This work shall be^ properly coordinated with that of the other trades. Bolts, anchor bolts and shetf angles shall be installed but not furnished by the masonry contractor. Built in nailing blocks shall be installed but not furnished by the masonry contractor. B. Related Work Described Elsewhere: 1. Concrete Reinforcement 2. Cast-In-Place Concrete 3. Fasteners and Supports 4. Sheet Waterproofing 5. Sheet Metal Work 6. Caulking and Sealants 7. Lath and Plaster 8. Ceramic Tile 9. Painting 1.03 QUAUTY ASSURANCE A. Qualifications of installers: Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. Samples of the block units shall be submitted by the masonry contractor for approval of type and color. Certification - The concrete block manufacturer shall certify that the masonry units furnished meet or exceed the requirements of this specification. B. C. 5/1/95 @ I 8 I I i I II 1 I. 1 I I 1 I I I I D. Sample panel - A sample panel shall be built approximately 4 feet by 6 I This sample panel may be part of the project and incorporated into the system. Masonry construction shall not proceed until the sample pant accepted by the Engineer. Full size concrete masonry units which have b selected and approved by the Engineer to show color range, maximum tex range, bond, mortar, tooling of joints and quality of workmanship shall be u in the example panel. Sample panel shall remain on the project for compari purposes with the actual masonry work. If the sample panel is not part of the wall system, it shall be demolished removed from the site after completion and acceptance for the project conc masonry work. 1. 1.04 SAMPLING AND TESTING A. General: Sampling and testing shall be the responsibility of the City. Test for air condition shall be performed in sufficient number to insure that materials n the specified requirements. B. Linear-Drying Shrinkage: Sampling and testing in accordance with ASTM C426 to determine the lii drying-shrinkage of concrete masonry units shall be performed not more 1 12 months before delivery of units to the project site. No changt manufacturing processes and techniques or in drying and curing procedi shall be made nor shall materials with different physical or chen characteristics be used in units delivered to the project site unless Contractor verifies the linear drying-shrinkage by additional certified test rep( A sample of 5 individual and whole units representative of the product prop for use shall be selected after cooling and/or curing of the units at the poir manufacture. Sample units shall prove under test to be free from crack other structural defects. C. Air-Dry Condition: Upon delivery of concrete masonry units to the project site, samples shal selected at random from stockpiles and tested for airdry condition. SamF and testing shall be in accordance with ASTM C 427. Airdry conditio defined as the moisture condition of a concrete masonry unit in a stat1 equilibrium with a relative humidity of not greater than 15 percent higher 1 the average relative humidity at the project site, except that the relative hum of the unit at equilibriums hall not exceed 85 percent and shall not be requ to be less than 50 percent. The average relative humidity at the project shall be as determined by the nearest Weather Bureau station from the tot annual observations recorded for the month in which the unit is delivered, 5 I. @ 154 D. Mortar and Grout: Mortar and grout shall be laboratory proportioned and tested by an approved testing laboratory at the Contractor’s expense. Certified copies of laboratory-established proportions shall be submitted with the required test materials with different physical or chemical characteristics shall not be used in mortar or grout for the work unless additional evidence is furnished that the mortar and grout meet the specified requirements. 1. Mortar: Three (3) mortar cylinders shall be taken for each 5OOO square feet concrete-masonry-unit walls. One cylinder shall be tested at 7 days meeting a compressive strength of 1,300 psi and two (2) cylinders shall be tested at 28 days meeting the specified strength of 2,000 psi. Three (3) grout cubes shall be taken for each lo0 cubic yards, or fraction thereof, of grout. One cube shall be tested at 7 days meeting a strength of 1,300 psi and two (2) cubes shall be tested at 28 days with an average strength of the two meeting the specified strength of 2,000 psi. 2. Grout: E. Mortar Admixture: When it is proposed to use a mortar admixture, test reports indicating the advantages to result shall be submitted to the City for approval. Testing shall be performed by the laboratory that designed the mortar mix. Six test specimens shall be made from the mortar containing admixture. The mortar used in this testing shall be identical except for the admixture, shall be designed and mixed from identically graded aggregates and from the same brand and type of cement, in strict conformance to the properties required for type S mortar in ASTM C 270. The mortars with and without the admixture shall have the same aggregate ration, water retention, and compressive strength as stipulated, Admixture shall be used in conformance with the manufacturer’s recommendations. Each of the mortars shalt be tested for bond strength in conformance with ASTM E 149 and shall be tested for wader retention and compressive strength in conformance with ASTM C 270. 1.05 PRODUCT STORAGE All delivered concrete masonry units shall be covered and protected from inclement weat her. 1.06 COLD WEATHER CONDITIONS Concrete masonry units shall not .be laid when the air temperature is below 40°F unless authorized by the Engineer. 2.00 PRODUCTS 2.01 CONCRETE MASONRY UNITS: . A. Load bearing smooth face (light) weight concrete masonry units shall comply with ASTM C90-90, (Type I or Type 11). Provide required shapes such as corner, end units, radius, bases, bond beams, lintels, etc. Provide units open 5/1/95 @ I I I 1 I I I 1 1. I I I I I 1 1 I one or both ends, as required. Concrete masonry units shall be a minimur compressive strength of 1900 psi. Masonry units shall be manufactured by Orco Block Company, Inc., &ear plant. Provide the following types of concrete masonry units. 1. Precision block - single score 2. 8" radius corner block - single score 3. 8" radius block for columns Colors shall be as indicated on the Landscape Architect's color schedulc B. I. C. D. Sizes: Sizes of units shall be 8 x 8 x 16 unless otherwise noted on the Drawings. of units shall not be less than 4 inches. E. Curing: Units shall be steam-cured for 12 hours and shall then be air-cured. F. Face Shells and Surfaces: Where standard block is used, face shells shall be straight and true. Wa ends will not be accepted. The finished wall shall be plain smooth sur exhibiting no shadow-light pattern in any way. To avoid any irregular plane, the Masonry Contractor shall omit any units with warped face SI Such units shall be returned to the concrete-masonry- unit manufacturi supplier and shall be immediately removed from the site. G. Maximum Linear Drying-Shrinkage: Shall be 0.065% as determined in accordance with ASTM C 426. H. Aggregates: Aggregates used in making concrete masonry units shall conform to A (2331. Closer, Jamb, Header, Lintel, Bond-Beam Units and Special Shapes and S Shall be furnished as required to complete the work indicated. 1. J. Appearance: Exposed-to-view or painted units in any one building shall be of the s appearance. K Certificates: The Contractor shall furnish to the Cw certificates of all concrete masonry L executed in 6 copies and certltying compliance with specification requirerr at the same time the units are delivered and prior to their installation. I E u lie. @ 156 certificate shall be signed by the Contractor and an authorized officer of the manufacturing company, and shall bear the name and address of the Contractor, the project location, quantity, and date or dates of the applicable delivery. 2.02 MORTAR ASTM C 270, Type S minimum compressive strength of 2,000 psi at 28 days, or Type S, as given in Table 24-A of Uniform Building Code 1991, and as modified herein, proportioned and tested in the laboratory. When tested for water retention, the mortar shall have a flow, after suction of 75% or more when mixed to an initial flow of 125% to 140%. When tested for compressive strength, mortar shall be mixed to a flow of 100% to 11 5%. Mortar shall be colored to match msonry units. Submit two 1/2" x 4" mortar briquettes for approval prior to using mortar. The use of fire clay, rock dust, dirt and other deleterious materials is prohibited in mortar. Sand for mortar shall conform to ASTM C 144. 2.03 GROUT Fine grout shall conform to ASTM C 476, except that natural sand, conforming to ASTM C 33, shall be used and lime shall not be used. Grout shall attain a minimum compressive strength of 2,000 psi at 28 days. Test for grout shall be as specified hereinafter. Minimum slump shall be lo' + 1 ". 2.04 LIME A. B. Hydrated Lime: ASTM C 207, Type S. Lim Putty shall be made from hydrated lime. The lime shall be slaked and then screened through a No. 16 mesh sieve. After slaking and screening, and before using, the lime putty shall be stored and protected from exposure to the sun and to prevent excessive evaporation for not less than 10 days. The resulting putty shall weight not less than 83 pounds per cubic foot. 2.05 CEMENT A. Cement shall be Type I or Type II portland cement conforming to ASTM C 150. If plastic cement is used, it shall have less than 12% of the total cement volume in approved types of plasticizing agents and shall conform to all the requirements of the portland cement ASTM C 150. If plastic cement is used, only l/lOth part lime may be used in the mortar. 2.06 AGGREGATE A. All aggregate for mortar and grout shall be sharp, clean and well graded and free of injurious amounts of dust, lumps, shale, alkali, surface coatings and organic matter. Aggregate for mortar shall conform to ASTM C144. Aggregate for grout shall conform to ASTM C404. B. C. 5/1/95 63 I I I I I I I I I. I I I I I I I 2.07 ADMIXTURES e The use of admixtures shall not be permitted in mortar or grout unless approve the Engineer or Architect. In high lift grouting, the use of an admixture to counteract water loss and vo I reduction shall be used. 2.08 MISCELLANEOUS ITEMS Miscellaneous items, such as rough hardware, anchors, bolts, ties, etc., require items to be anchored to or embedded in concrete-unit-masonry construction shc furnished by the general contractor and installed by the masonry contractor, UI otherwise specified. 2.09 WATER Water shall be free of deleterious quantities of acids, alkalis and organic materials shall come from a domestic supply. The quantity of water to be used in preparation of the mortar or grout shall be the minimum required to produce a mi: sufficiently workable for the purpose intended. 2.10 REINFORCING STEEL A. B. C. 3.00 EXECUTION 3.01 WORKMANSHIP Steel reinforcing shall conform to ASTM A615, Grade 40 for #4 bars smaller, Grade 60 for #5 bars and larger (U.O.N.). Steel wire reinforcement shall conform to ASTM A82. Reinforcements shall be clean and free from loose rust, scale and dirt and coatings that reduce bond. A. B. Masonry shall not be started when the horizontal and vertical alignment o foundation is out of plumb or line one inch or more. Care shall be taken to prevent grout and mortar stains. Keep wall contini clean; if grout does run over, clean immediately. All masonry shall be laid true, level and plumb in accordance with the drawi The masonry units shall be cut accurately to fit all plumbing, ducts, openi electrical work etc. and all holes are to be neatly patched. No construction support shall be attached to the wall except where specifi permitted by the City. The top surface of the concrete foundation shall be clean and free of la& and the aggregate exposed before starting masonry construction. I C. D. E. F. 5 I@ a9 158 G. H. Where no bond pattern is shown, the. wall shall be laid up in straight, uniform courses with regular hatf or running bond. All work, bond patterns or special details as shown on the drawings shall be accurately and uniformly executed. 3.02 PROTECTION OF THE WORK A. B. Protect all sills, ledges and offsets for mortar droppings or other damage during construction. Care shall be taken to prevent visible mortar and grout stains on the exterior of the work and they shall be removed immediately if they occur. 3.03 MASONRY UNITS A. All masonry units shall be sound, free of cracks or other defects that would interfere with the proper placing of the unit or impair the strength of construction. Minor cracks incidental to the usual method of manufacturer, or minor chipping resulting from customary method of handling and shipping and delivery shall not be deemed grounds for rejection. All masonry units should be stored on the job so that they are kept off the ground and protected from the elements. Proper masonry units shall be used to provide for all windows, doors, bond beams, lintels, pilasters etc. with a minimum unit cutting. Where masonry unit cutting is necessary, all cuts shall be neat and true and made by a masonry saw. B. C. D. 3.04 JOINTS A. The starting joint on foundations shail be laid with full mortar coverage on the bed joints except that the area where the grout occurs shall be free from mortar so that the grout will be in contact with the foundation. Mortar joints shall be straights, clean and uniform in thickness. Unless otherwise specified or detailed on the plans, horizontal and vertical joints shall be approximately 318 inch thick with full mortar coverage on the face shells and on the webs surrounding ceils to be filled. Units shall be laid with "push joints". No slushing or grouting of a joint will be permitted, nor shall a joint be made by working in mortar after the units have been laid. Unless otherwise specified, all joints shall be tooled with a concave surface. Tooling shall be done when the mortar is partialuy set and still sufficiently plastic as to bond. All tooling shall be done with a tool that compacts the mortar. Vertical head joints shall be butted for a thickness equal to the face shell of the unit and these joints shall be shoved tightly so that the mortar bonds well with both units. 6. C. D. 5/1/95 @ 1 D I I I I I Bo I I 1 I R I E. F. G. H. Raked joints shall be not more than 3/8' deep, and where exposed to wet shall be tooled. If it is necessary to remove a unit after it has been set in place, the unit shi removed from the wall, cleaned and set in fresh mortar. All work, bonds or special details shall be accurately and uniformly exec Face joints shall be tooled as shown on the plans and in the specificatio Where control joints are required or specified, they shall be detailed 01 drawings. I. 3.05 REINFORCING A. Coordinate locations of all dowels and other embedded items with the Ge Contractor. When a foundation dowei does not line up with a vertical c( shall be sloped at not more than one horizontal to size vertical. Dowels be grouted into a core in vertical alignment even though it is in an adjacen to the vertical wall reinforcing. Reinforcing bars shall be straight except for bends around corners and H bends or hooks are detailed on the plans. Reinforcing steel where spliced shall be lapped a minimum of 48 bar diam When full length vertical bars are used, they shall be held in position at toy bottom at intervals not exceeding 192 bar diameters of the reinforcemen1 Horizontal reinforcing shall be laid on the webs of bond beam units and be solidly grouted in place. Reinforcing in channel units shall be spaced o bottom of the unit. Vertical reinforcing shall have a minimum clearance of 1/4" from the mas A dowel shall be provided in the foundation for each vertical bar. Wire reinforcement shall be completely imbedded in mortar or grout. M joints with wire reinforcement shall be at least twice the thickness of the Wire relnforcement shall be lapped at least 8 inches at splices and shall COI at least one cross wire of each piece of reinforcement in the lap distance 6. C. D. E. 3 unless otherwise noted. F. G. H. 1. 3.06 GROUTING 1 A. General: 1. 2. 3. 4. Reinforcement shall be in place before grouting starts. Mortar droppings shall be kept out of a grout space. All grout shall be puddled or vibrated in place. Vertical cells to be filled shall have vertical alignment to maintt continuous unobstructed cell area not less than two inches by 1 inches. e 1. @ C ..I 160 5. Cells containing reinforcement shall be solidly filled with grout and pours shall be stopped one inch below the top of a course to form a key or joints. 6. Grouting at beams over openings shall be done in one continuous operation. 7. The tops of ungrouted cells under a horizontal masonry beam shall be covered with metal lath or other approved materials to confine the grout fill to the beam section. 8. All cells containing reinforcement, anchor bolts and inserts shall be grouted solidly. 9. Spaces around metal door frames and other built-in items shall be filled solidly with grout or mortar. 10. Columns, beams, joists, and similar structural members shall be anchored to the wall with anchor botts or their equivalent. Anchors shall be fully, solidly embedded in place. Embedment shall not be less than 5' except provide 4' bands where so detailed. 8. Low Lift Grouting: 1. In low lift grouting of hollow unit masonry, the structure shall be grouted in lifts of four feet or less. Grout shall be puddled to insure full penetration into mortar joints and around steel. C. High Lift Grouting: 1. 2. 3. 4. 5. 6. 7. Cleanout holes shall be provided at the bottom of all cores containing vertical reinforcement in hollow unit masonry. Mortar projections and mortar droppings shall be cleaned out of the grout space and off the reinforcing steel. All grout shall be consolidated at time of pouring by puddling or vibrating and then reconsolidated later by puddling before the plasticrty is lost. Masonry shall cure at least three days before grouting. Grout shall be poured in not more than four foot depth, and then wait approximately one-hatf hour and then pur another four foot depth. The full height of each section of a wall shall be poured in one day. All reinforcing steel shall be placed before grouting and there shall be continuous inspection during grouting operations. Grout shall be consolidated by puddling or mechanical vibrating during placement and reconsolidated after excess moisture has been absorbed but before plasticrty is lost. 3.07 POINTING AND CLEANING A. Wall Cleaning and Protection: 1. 2. Concrete scum and grout stains on the walls shall be removed immediately. After walls are constructed, they shall not be saturated with water for curing or for any other purposes. 5/1/95 @ 1 I 1 1 1 I I I Do I I I 1 I E 3. 4. Where the atmosphere is dry, the walls shall have their surf dampened with a very light fog spray during the curing period fo mortar of three days. At the conclusion of the masonry work, the masonry contractor clean all masonry, remove scaffolding and equipment used in the and all debris, refuse and surplus masonry material and remove 1 from the premises. 1. 3.08 CONTINUOUS INSPECTION An independent lab employed by the City shall continuously inspect the masonry during construction and shall certlfy compliance with the plans and specificatioi END OF SECTION t@ C 1 162 DIVISION 04 - BUILDING MASONRY SECTION 04221 - BUILDING PREFACED CONCRETE MASONRY 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions' and of "Supplementary General Provisions to SSPWC 1994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 DESCRIPTION A. B. This section covers information specific to prefaced concrete masonry and its installation. Work Included: Provide glazed concrete masonry work as indicated on drawings and specified herein. 1.03 RELATED WORK Block work, reinforcing, cell grouting, and other details applicable to the concrete block portion of this product shall be in accordance with the sections covering these items, (or) shall be in accordance with best practices for block work. All proposed products and execution subject to prior approval. 1.04 PRODUCT DELIVERY AND STORAGE A. B. 2.00 PRODUCTS 2.01 DESCRIPTION Deliver via open trailer on covered pallets with individual glazed faces protected. Do not ship via rail. Keep dry, store on level ground and do not stack pallets. Avoid excessive handling prior to installation. A. Glazed face shall be a factory applied compound com sed of therm-setting shall conform to the requirements of ASTM C-744 relative to tolerances and imperviousness. There shall be no pinholes, chips, or other imperfections detracting from the appearance of the finished wall when viewed from a distance of 5 feet. Minor imperfections may be repaired by manufacturer or installer usin matching pigment furnished by original manufacturer. Provide bullnose jam % s, caps, and other special units as shown on plans. polymers, pigments, and modified silica sand. The g p" azed face, after curing, 5/1/95 @ 1 1 1 1 I I 1 1 I. 1 I I 1 t 8. CMU portion of product to conform to ASTM C-90, N-1, lightweight. Prc manufactured bond beam and open end units as required for steel reinfo placement. 2.02 ACCEPTABLE MANUFACTURERS 1. Amcor, Inc., Licenses of Burns and Russel Co., (Distributed by Glazed Masonry, Fontana, ca). (Telephone 909-822-31 06). 2.03 SHAPES AND SIZES A. B. Manufactured bond beam and open end units will be ordered as require steel placement. Provide sizes and special shapes (bullnose, cove, etc.) as shown on draw 2.04 DIMENSIONAL TOLERANCES Through the wall (width) dimension for single faced unit; (+/-) l/W. Dc faced units; (+/J 3/16". Face dimensions and distortion, (+/-) 1/16'. CMU Tolerances per ASTM C-90. A. 6. C. 2.05 COLORS A. 6. Glaze and color to conform to ASTM C-744. Minor variations in shade or color of glazed face are due to variations of nf materials used and are acceptable. e 3.00 EXECUTION 3.01 INSPECTION Inspect related conditions, do not commence unit adverse conditions are corre 3.02 PREPARATION A. 6. Keep all surfaces of preglazed CMU clean and free from foreign substan Lay out wall as to ensure minimum cutting of units. 3.03 INSTALLATION A. Align glazed faces plumb and level. Work from the glazed face in la plumbing, and leveling. Lay glazed CMU in accordance with accepted mas procedures and related specifications. Mortar joints shall be 1/4' on exposed glazed face(s), this allows fo standard 3/8'joint between unglazed portion of CMU. . 8. L t- 6B 1 164 C. In those areas where a sanitary mortar is required, the setting mortar shall be raked to the depth of 1/4' and the wall shall be pointed, gunned, or bagged with an approved fine-textured sanitary grout containing hardening and/or waterproofing a ents. Joints to be tooled slightly concave with glass or other non-staining too!, to join rounded block edge. If setting mortar is to be tooled, setting mortar must contain waterproofing/hardening additives. With vertical scored units, always use Stack Bond construction. Do not use running bond on vertical scored units. Scored joints should be grouted concurrently with working joints. D. 3.04 CLEANING A. 6. Remove excess mortar as work progresses. Final cleaning of the lazed wall shall be done with care, after erection. Suitable manufacturers directions for cleaning preglazed CMU walls. Protect finished work from spillage, etc. Do & use muriatic acid on glazed finish. detergent such as S 3 RE KLEAN or DEOX will be used in strict accordance with C. D. END OF SECTION 5/1/95 @ I I 9 1 1 1 1 I I I 1 I 1 1 1 DIVISION 04 - BUILDING MASONRY SECTION 04270 - BUILDING GLASS UNIT MASONRY 1.00 GENERAL 1.01 GENERAL CONDITIONS 1. The requirements of the 'General Conditions" and of "Supplementary Ge Provisions to SSPWC 1994" shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Cod4 the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: Provision and setting of fire-rated glass mason , including glass block and associated mortar, reinforcing, expar mated!! anchors, and caulking. B. Related Work Described Elsewhere: 1. Cast-in-Place Concrete. 2. Metal Fabrications. 3. Joint Sealers. 1. 1.03 SUBMITTALS A. 6. C. Product Information: Complete list of materials to be used. Shop Drawings showing complete installation, including framing, anchoi and reinforcing . Samples: 3 block units illustrating color, design and pattern of faces. 1.04 MANUFACTURER 1 A. Glass Block: Pittsburgh Corning Corporation. 2.00 PRODUCTS 2.01 MATERIALS A. Glass Block: Partially evacuated hollow masonry units of clear, colorless { with side wall bond coating of latex based paint. The units shall be as foll 8" x 8' x 4'' thickset series glass block, 'Endura" pattern. 8. Accessories: 1. Panel Reinforcing: 9 gauge hot dipped galvanized after fabria Crossrods 8' on center, 2' wide for standard block. c ..I t@ 166 2. 3. 4. Perimeter Chase: Steel, as detailed on Drawings. 5. 6. Sealant: Silicone type, color to match mortar. 7. Backer Rods: Where indicated or required, white polyethylene foam Expansion Strips: 3/8' x 3-1/2 polyethylene plastic or glass fiber (for fire rating). Panel Anchors: 20 auge x 1-3/4' wide steel strips, punched with three rows of elongatd holes, pattern staggered, electroplated after fabrication. Asphatt Emulsion: Where indicated or required, cutback, paint grade. stock with bond breaking sleeve. C. Mortar Materials: 1. Shall be repared according to ASTM C270 for Type N mortar. White cement (T pe I), 1 bag lime (Ty S), 4-1/2 to 6 cu. ft. mason sand. Mortar may be retempered if used in less than 1-1/2 hours after mixing. Accelerators or anti-freeze shall not be added to mortar. Color to be selected by City. Add mortar color as per manufacturer's instructions. Sidewalls of glass block must be same color as mortar. If mortar is not white, strip white paint before repainting with colored latex paint. Add Laticrete 851 0 for waterproofing. cement s rl all be used and shall be prepared using 1 bag white Portland Silica san cy may be used if desir Bcp8 Mix to stiff but workable consistency. 2. 3. 4. 3.00 EXECUTION 3.01 IN SPECTION A. B. C. Examine frame work surrounds and bases for conditions which may affect installation. Do not proceed until defects are corrected. Verify existing dimensions in the field and adjust accordingly. Commencement of work implies acceptance of existing conditions. 3.02 PREPARATION A. B. C. Mortar: 1. Clean tools and containers of OM mortar prior to beginning. 2. Mix mortar by volume at a ratio described in Part 2. 3. Mix to stiff but workable consistency, drier than for concrete masonry. Glass Block: Lay up in straight even courses, plumb with equal joint widths. Provide expansion joints at head and jamb. Anchors: Secure to surrounds, aligning with horizontal and vertical reinforced jo i nus. Dissimilar Materials: Apply asphalt emulsion to all steel in contact with mortar, except anchors. D. 5/1/95 @ L E I t 1 1 I 1 I a i. I 1 1 I I I 3.03 INSTALLATION * A. B. C. D. Apply heavy coat of asphatt emulsion to sill, let dry completely. Set full mortar bed on sill; do not furrow. Set lowest course of block with full shoved joints. Do not use steel tools tc into position. Install panel reinforcing in center of reinforced horizontal joints; do not fu Run reinforcing continuous from end to end, lapping not less than 6' H splicing required. Set succeeding courses. Reinforcement is to be used mortar channels, except under the bottom row of block. Install panel anchors above the first row of block and on 24' center remaining courses. E. F. Mortar joints must be solid. Furrowing is not permitted. G. H. I. J. K. L M. N. 0. Isolate panel from adjacent construction on sides and top with expansion s Keep expansion joint voids clear of mortar. Maintain uniform joint width of 1/4' + 1/W. Maximum variation from plane of unit to next unit -1/32". Maximum variation of panel from plane -1/16'. Do not tap glass block with steel tools. Strike joints smooth when mortar is thumbprint hard. Rake out joints reqi sealant to depth required to accept sealant and backer rod. Tool joints smooth and concave before mortar takes final set. After final mortar set, install backer rods at depth to allow caulking depth 1 half the joint width; required at perimeters at exterior. Apply sealant to smooth concave surface: 1, 2. 3. Remove surplus mortar, and wipe dry faces of the block. Use only H cloths, and Number 4 steel wool. No abrasive tools or cleaners are to be i 1 Joints at head, jamb, inside and outside. Steel frames (vertical), inside and outside. All joints between each block for complete waterproofing. P. 1 3.04 CLEANING A. Remove excess mortar and sealant upon completing work. 5 t@ 168 B. C. Clean surfaces using solution which will not harm joint materials, or adjacent surfaces. Use non-metallic tools in cleaning operations. END OF SECTION 5/1/95 @ N I 1 I 1 1 1 1 DIVISION 05 - BUILDING METALS SECTION 051 20 - BUILDING STRUCTURAL STEEL 1.00 GENERAL 1.01 GENERAL CONDITIONS I. The requirements of the 'General Conditions' and of 'Supplementary GE Provisions to SSPWC 1994' shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Cod the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work included: Furnish, fabricate, mark for erection identification, pack, or otherwise roperly prepare for shipment, ship to the site, and ere structural steerindicated on the Drawings, described in these Specificatior othemvise required for proper completion of the Work. B. Related work described elsewhere: 1. Concrete Reinforcement 2. Miscellaneous Metals 10 1.03 QUALITY ASSURANCE A. I Source Quality Control: The City reserves the right to require inspectior tests in the mill and shop, conducted by an independent testing ag approved by the City, at no additional cost to the City. In addition to conforming with all pertinent codes and regulations, conforn the following standards: 1. 'Specification for the Design, Fabrication, and Erection of Structural for Buildings' of the American Institute of Steel Construction. 2. 'Code for Welding in Building Construction' of the American WG Society. 3. 'Specification for Architecturally Exposed Structural Steel' of American Institute of Steel Construction. B. 1 I II i i 1.04 QUALIFICATIONS A. Steel fabricator: 1. The steel fabricator shall have not less than five (5) years contin experience in the fabrication of structural steel. t@ c il 170 8. Steel erector: 1. C. Welders: 1. The steel erector shall have not less than five (5) years continuous experience in the erection of structural steel. All welders, welding procedures, weldin o erations, and tackers shall be qualified in accordance with !WE 'Standard Qualification Procedures". 1.05 SUBMITTALS A. Product data: Within thirty (30) calendar days after award of Contract, submit: 1. Producers' or manufacturers' specifications and installation recommendations for the following products, including laboratory test reports and other data required to demonstrate compliance with the specified requirements: a. Structural steel, including certified copies of mill reports covering chemical and physical properties. b. High strength and anchor bolts, including nuts and washers. c. Unfinished botts and nuts. d. Structural steel primer paint and final paint. Shop drawings: Within thirty (30) calendar days after award of contract, including complete details and schedules for fabrication and shop assembly of members: a. Include details of cuts, connections, camber, holes, and other pertinent data. b. Indicate welds by AWS symbols, and show size, length, and type of weld. c. Provide setting drawings, templates, and directions for installation of anchor botts and other anchorages. d. Identify details by reference sheet and detail number of the Drawings. 2. 1.06 PRODUCT HANDUNG A. Delivery and storage: 1. Deliver materials to the job site properly marked to identify the location for which it is intended. 2. Use markings corresponding to markings shown on the Shop Drawings. 3. Store in a manner to maintain identification and prevent damage. Protection: Use means necessary to protect the materials of this Section before, during, and after installation, and to protect the work and materials of other trades. Replacements: In the event of damage, immediately make repairs and replacements necessary to the approval of the City and at no additional cost to the City. B. C. 5/1/95 @ 1 I 1 I 1 1 1 B 1. I 1 I I u 1 1 I 0 2.00 PRODUCTS 2.01 MATERIALS A. B. C. Steel tube: Comply with ASTM A500, Grade B. D. E. Unfinished threaded fasteners: Rolled steel shapes, plates and bars: Comply with ASTM A36. Steel pipe: Comply with ASTM A501 or ASTM AS, Type E or S, Grade Anchor botts: Comply with ASTM A36 or ASTM A307, non-headed type heavy hexagonal nuts unless otherwise indicated. 1. 2. Comply with ASTM A307, Grade A, regular low carbon steel bok nuts. Provide either hexagonal or square heads and nuts; except use hexagonal units for exposed connections. F. High strength threaded fasteners: Provide heavy hexagonal structural 1: heavy hexagonal nuts, and hardened washers, quenched and temp medium carbon steel complying with ASTM A307. Electrodes for welding: Comply with AWS Code, using AWS A51 or Shop Paint: Comply with Fed. Spec. TT-PSGa, Type II, or 'TNEMEC" 69 sp red primer. Galvanizing: ASTM A123 for steel shapes, plates bars and strip; ASTM 1 for iron and steel hardware. G. 1 E70XX electrodes. H. 1. J. Expansion bok Comply with Fed. Spec. FF-S-325. 2.02 FABRICATION A. Shop fabrication and assembly: 1. 2. 3. 4. 5. Fabricate items of structural steel in accordance with AlSC Specificat and as indicated on the approved shop drawings. Properly mark and match-mark materials for field assembly anc identification as to location for which intended. Fabricate for delivery sequence which will expedite erection minimize field handling of materials. The steel trellis structure shall be fully fabricated, assembled, and 5 Frovide finish surfaces of members exposed in the final structure from markings, burrs, and other defects. ainted, ready for erection, prior to delivery to the site. B. Connections: 1. Provide botts and washers of types and sizes required for completic field erection. 5 Pd 172 2. High strength bolted construction, where required: a. Install high strength threaded fasteners in accordance with AlSC 'Specifications for Structural Joints Using ASTM A325 or A490 Bolts'. b. Use A325N bolts, unless noted otherwise. 3. Welded construction: Comply with AWS Code for procedures, appearance, and quality of welds, and methods used in correcting welded work. 4. Assemble and weld built-up sections by methods which will produce true alignment of axes without warp. C. Holes for other work: 1. 2. 3. 4. 5. Provide holes required for securing other work to structural steel framing, and for passage of other work through steel framing members, as shown on the approved shop drawings. Provide threaded nuts welded to framing, and other specialty items shown, to receive other work. Cut, drill, or punch holes perpendicular to metal surfaces. Do not flame cut holes or enlarge holes by burning. Drill holes in bearing plates. 2.03 SHOP PAINTING A. General: 1. Galvanize all exposed exterior steel members, fabrications and assemblies after fabrication, by hot dip process, in accordance with ASTM Al23, with weight of zonc coating conforming to ASTM A123 "Weight of Coating'. 2. Galvanize bolts, nuts, washers and iron and steel hardware in accordance with ASTM A1 53, with weight of zinc coating conforming to ASTM A153 "Weight of Coating'. 3. Shop paint structural steel work, except those members or portions of members to be embedded in concrete or mortar. 4. Paint embedded steel which is partially exposed on the exposed 5. go not paint surfaces which are to be welded or high strength bolted with friction type connections. ortions, and the initial 50mm (2") of embedded areas only. B. Surface preparation: 1. 3. 2. C. Painting: 1. After inspection and before painting, clean steelwork to be painted. Clean steel in accordance with Steel Structures Painting Counci POsits: SP-3 Remove loose rust, loose mill scale, and spatter, slag, and flux de 'Power Tool Cleaning'. Immediately after surface preparation, apply structural steel primer paint and two final coats of gloss finish structural steel paint in accordance with the manufacturer's recommendations and at a rate to provide a uniform dry film thickness. Color shall be as indicated on the Landscape Architect's color schedule. 5/1/95 @ I 1 1 1 1 I 1 !e I I I 1 I 1 1 2. Use painting methods which will result in full coverage of joints, cor1 edges, and exposed surfaces. 3.00 EXECUTION 3.01 GENERAL A. I. Corn ly with AlSC Specifications and "Code of Standard Practice", excel may E43 modified herein. 1 B. Anchor bolts: 1. Provide anchor bolts and other connectors required for sec~ structural steel to foundations and other in-place work. 2. Provide templates and other devices necessary for pre-setting bolts anchors to accurate locations. C. Bases and bearing plates: Shop weld to columns and members attache concrete. D. Splicing: 1. Splice members only where indicated on final shop drawings. E. Gas cutting: 1. Do not use gas cutting torches for correcting fabricating errors ir structural framing. Bolted connections shall be such that threads will be entirely outside the hc Use washers where necessary. Bolt holes shall not be made or enlarge burning. Nuts shall be drawn u tight. Multiple threads with a chisel or cadmium plated. Do not drift to match unfair holes. Where enlarging is required, ream and Where nuts are exposed to view in finished construction projection of bolt nut shall be 1/8' minimum and l/2 maximum. No field welds shall be allowed. Repair galvanized surfaces in accordance with ASTM A780 with dry thickness of repair material not less than galvanized coating thickness requ by ASTM A1 23 or ASTM A1 53 as applicable. After the erection is complete, touch-u all shop paint coat damaged du and abraded areas and apply same paint as used in shop. F. approved self-locking nuts. AI P exterior fasteners shall be galvanizec G. H. I. J. I larger bolt. K transportation or erection specified for s f: op priming. Clean bolted connect 5, ?* dB, 174 3.02 ERECTION . A. Comply with AlSC Specifications and Code of Standard Practice, and as specified herein. B. Surveys: 1. 2. Establish permanent benchmarks necessary for accurate erection of structural steel. Check elevations of concrete surfaces, and locations of anchor botts and similar items, before erection proceeds. C. Temporary shoring and bracing: 1. Provide temporary shoring and bracing members with connections of sufficient strength to bear imposed loads. 2. Provide temporary guy lines to achieve proper alignment of the structure as erection proceeds. 3. Remove temporary connections and members when permanent members are in place and final connections are made. D. Anchor botts: 1. 2. Setting bases and bearing plates: 1. 2. 3. 4. 5. 6. Install anchor bolts and other connectors required for securing structural steel to foundations and other in-place work. Provide templates and other devices as needed for the presetting of botts and other anchors to accurate locations. E. Clean concrete bearing surfaces free from bond-reducing materials, and then roughen to improve bond to surface. Clean the bottom surface of base and bearing plates. Set loose and attached base plates and bearing plates for structural members in wedges or other adjusting devices. Tighten anchor botts after the supported members have been positioned and plumbed. Do not remove wedges or shims but, if protruding, cut off flush with the edge of the base or bearing plate prior to packing with grout. Pack grout solidly between bearing surfaces and bases or plates to assure that no voids remain. F. Field assembly: 1. 2. 3. 4. 5. Set structural frames accurately to the lines and elevations indicated. Align and adjust the members forming part of a complete frame or structure before fastening permanently. Clean the bearing surface and other surfaces which will be in permanent contact before assembly. Adjust as required to compensate for discrepancies in elevation and alignment. Level and plumb individual members of the structure within specified AlSC tolerances. 5/1/95 @ I I 1 I II 1 I 1 1. 1 I 1 1 1 I 1 I 6. Establish required leveling and plumbing measurements on the I operating temperature of the structure. a. Make allowances for the difference between temperature ai of erection and the mean temperature at which the structur be when com leted and in service. 7. Comply with AlSC sp pecifications for bearing, adequacy of temp I. connections, alignment. END OF SECTION 5 P @ 176 DIVISION 05 - BUILDING METALS SECTION 05500 - BUILDING MISCELLANEOUS METALS 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions" and of "Supplementary General Provisions to SSPWC 1994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements Of the 1991 Uniform Building Code. where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK Furnish all labor, materials, equipment and services necessary to provide all miscellaneous metals, complete in place, as shown and specified. A. Related Work Described Elsewhere: 1. Structural Steel 1.03 QUALITY ASSURANCE: A. Field Measurements: Take field measuremenus prior to preparation of shop drawings and fabrication, where possible. Do not delay job progress; allow for trimming and fitting where taking field measurements before fabrication might delay work. 1.04 SHOP DFWWINGS A. Shop Drawings: 1. 2. Submit within thirty (30) calendar days after award of contract. Shop drawings shall include catalog cuts, templates, and erection and mstailation details, as appropriate. Submittals shall be complete in detail; shall indicate thickness, type, grade, and class of metal, and dimensions; and shall show construction details, reinforcement, anchorage, and installation with relation to the building construction. 1.05 GENERAL REQUIREMENTS A. The current rules and practices set forth in the American Institute of Steel Construction 'Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings' and the 'Code of Standard Practice" shall govern this work, except as otherwise noted or specified. 5/1/95 @ 1 II I i I 1 B. All items shall be constructed of sizes and shapes and materials as spec and as shown. All measurements shall be verified before fabricating any All accessories or incidental items shall be furnished as required to futfil intent of the work, whether specifically shown or specified, without addit cost to the Crty. Galvanizing shall be in accordance with ASTM A 123-73, A 153-73, A 381 or A 525-77, as applicable. Items specified to be galvanized, when practic and not indicated otherwise, shall be hotdip galvanized after fabrication. Fastenings: Exposed fastenings shall be compatible materials, shall gent match in color and finish, and shall harmonize with the materials to Y fastenings are applied. Materials and parts necessary to complete each even though such work is not definitely shown or specified shall be in& Miscellaneous botts and anchors, supports, braces, and connections new for completion of the miscellaneous metalwork shall be provided. necessary rebates, lugs, and brackets shall be provided so that the work be assembled in a neat and substantial manner. Holes for botts and sc shall be drilled or punched. Poor matching of holes shall be causc rejection. Fastenings shall be concealed where practicable. Anchorage shall be provided where necessary for fastening miscellan metal items securely in place. Joints exposed to the weather shall be formed to exclude water. Dissimilar Materials in contact with each other shall be protected to prt galvanic or corrosive action. Use 3M #473 vinyl pressure tape or Prestite i series polyisobutylene tape. I. C. D. I I E. F. G. I. I I I i I I i 2.00 PRODUCTS 1 2.01 MATERIALS A. In fabricating items which will be exposed to view, limit materials to those Y are free from surface blemishes, pitting, rolled trade names, and roughnt Comply with following standards as pertinent: 1. 2. 3. 4. 5. B. Steel plates, shapes, and bars: ASTM A36. Steel plates to be bent or cold formed: ASTM A283, Grade C. Steel tubing (hot-formed, welded, or seamless): ASTM A500, Grac Steel bars and bar-size shapes: ASTM A615, or ASTM A36. Concrete inserts: Threaded or wedge type galvanized ferrous cas of malleable iron complying with ASTM A48 or cast steel complying ASTM A27. Provide required botts, shims, and washers, hc galvanized in accordance with ASTM Al53. Galvanizing: Conform with ASTM A1 23, 1.25 oz. per sq.ft. Sleeves: As manufactured by Finigan & Co. #1200, or equal. 6. 7. c pail . 1 78 2.02 FASTENERS A, General: 1. 2. For exterior use and where built into exterior walls, provide zinccoated fasteners. Provide fasteners of type, grade, and class required for the particular use. B. Comply with following standards as pertinent: 1. Bolts and nuts: Provide hexagon-head regular type complying with 2. Lag bolts: Provide square-head type complying with Fed. Spec. 3. Machine screws: Provide cadmium plated steel type complying with 4. Wood screws: Provide flat-head carbon steel type complying with Fed. 5. Washers: a. Plain washers: Comply with Fed. Spec. FF-W-92, round, carbon steel, UON. b. Lock washers: Comply with Fed. Spec. FF-W-84, helical spring type carbon steel. Toggle bolts: Provide type, class, and type needed, but complying with a. Masonry: Provide expansion shields complying with Fed. Spec. ASTM A307. FF-5561 C. Fed. SF. FF-S-92. Spec. FF-S-111 D. 6. 7. Anchorage devices: Fed. Spec. FF-5588C. FF-S-325. 2.03 SHOP PAINT A. Primer: Use "10-99 Tnemec Primer" or 'Rustoleum #5769 Primer". B. Galvanizing: ASTM A386 for assembled products; ASTM A123 for rolled, pressed and forged steel shapes, plates, bars and strip 1/8" and thicker. For repair of galvanizing, use a high zinc dust content paint complying with Shop paint all steel except steel to be encased in concrete, surfaces to be welded, contact surfaces to be high-strength bolted, and steelwork which will be concealed by interior building finish. Thoroughly clean all steel to be encased in concrete. C. MIL-P-21035. D. 5/1/95 @ 1 I 1 1 1 I 1 1 I I I I 1 I 2.04 FABRICATION A. Except as otherwise shown on the Drawings or the approved Shop DraN use materials of size, thickness, and type required to produce reasoi strength and durability in the Work of this Section. Fabricate with accurate angles and surfaces which are true to the required and levels, grinding exposed welds, smooth, and flush, forming exp connections with hairline joints, and using concealed fasteners whs possible. Prior to shop painting or priming, properly clean metal surfaces as require the applied finish and for the proposed use of the item. On surfaces inaccessible after assembly or erection, apply two (2) coats c specified primer. Change color of second coat to distinguish it from the All exterior steel, exposed, concealed or embedded, and where called fc the Drawings, shall be thoroughly zinccoat galvanized after fabrication b hotdipped method. Drill or punch all holes required for the attachment of work of other trader for bolted connection. Burned holes are not acceptable. 1. 8. C. D. I E. F. h, 3.00 EXECUTION 3.01 WORKMANSH I P A. Fittings and Shop Assembly: Insofar as possible, work shall be fiied shop-assembled, ready for erection. Shop and field connections sha riveted, welded, blind-riveted or attached with screws; countersunk and fini: flush where exposed, unless noted otherwise on the drawings. Field we1 shall not be allowed. Jointing and intersections shall be accurately made in true planes, tightly 1 and drawn up with end threads nicked to prevent loosening. Exposed welds shall be ground smooth. Provide holes and connections for the work of other trades and make necer connection thereto. Insulation of metalsfrom contact with masonry and different metals from cor with each other, shall be provided where necessary to prevent corrosion. Bolting shall be with proper size bolts. Nuts shall be drawn tight and threads upset. Metal shall be clean and free from mill scale, rust and/or pit 6. I C. D. E. F. L 5, 180 G. Accuracy of Work: Work shall be fabricated and erected square, plumb, straight and true. Provide all supporting and anchoring means as required for proper installation. 3.02 FINISH A. Shop Priming: Thoroughly clean all surfaces by sandblasting, wire brushing or other approved method to remove all grease, rust, and loose mill scale. Prime all surfaces immediately after cleaning with one coat of primer, thoroughly worked into all corners, connections, etc. Field Touch-Up: After installation is completed all welded and other abraded areas shall be touched up. For shop primed surfaces, use primer of same manufacture and type as prime coat. Galvanized items shall be fully shop fabricated prior to galvanizing. B. 3.03 INSTAUTION A. Embedded Items: Deliver miscellaneous metal items to be embedded or installed in concrete with setting instructions in time to avoid delaying the work, for setting. Veri grade and line positioning of items as set; report errors or dewiations in order that corrective adjustments may be made before placement of concrete. General: Install work, other than that to be embedded in concrete, in strict accordance with drawings, specifications and approved shop drawings. Perform all required cutting, drilling and fitting. Accurately set, place and properly, securely attach work, in true planes, in alignment, plumb and level; properly reinforced and stiffened. Expansion, Contraction: Assemble and install work with adequate provisions to prevent objectionable distortion and over-stressing from expansion or construct to be weathertight where exposed to the weather. B. C. 3.04 MISCEUNEOUS ITEMS The scope of work as listed and the following detailed requirements are not all-inclusive. It is the intent of this section to provide all miscellaneous steel items required which are not specified elsewhere. All necessary supports, guides, brackets, etc. shown or required to support all equipment shall be provided in accordance with the equipment manufacturer. Obtain templates from equipment manufacturers, and carefully fabricate supports, brackets, etc. to conform to these templates. Cooperate with all other trades and install all items as required in time to avoid delaying the work. A. Fabricate backing plates for wall mounted countertops, cabinets, equipment, and other items shown or required, except where necessary plates are furnished by equipment manufacturer. Carefully study the drawings and specifications to determine all such items for which backing plates are required. 51 1 /95 e3 I 8 I 1 I 1 I I. I I I II I R 1 I B. Pipes and conduit sleeves not specified in other sections of these specificai shall be placed in all locations shown on the drawings or required for m pipe and conduit penetrations through building structure. C. Verticai steel ladders shall be fabricated as detailed on the architec drawings with Schedule 40 steel rungs. Rungs shall be headed into rails welded. Ladders shall be to widths shown on Architect’s plans. Ladders be anchored at top and bottom. All joints shall be welded. Ladders sha hotdip galvanized after fabrication. Installation shall be in accordance Building Code. Provide cages around ladders where indicated or require comply with Industrial Safety requirements. Install miscellaneous metal covers, frames, racks, etc., furnished by L companies according to their instructions. Immediately after erection, clean the field welds, bolted connections, abraded areas of shop priming. Paint the exposed areas with same mat used for shop priming. I. D. E. I END OF SECTION 5i P @ 182 DIVISION 05 - BUILDING METALS SECTION 05580 - BUILDING SHEET METAL FABRICATION 1.00 GENERAL. 1.01 GENERAL. CONDITIONS The requirements of the 'General Conditions' and of 'Supplementary General Provisions to SSPWC 1994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. 2. Stainless steel counter at Concession Building. Stainless steel counter in Restrooms. 1.03 SUBMITTALS A. Shop Drawings: Submit shop drawing showing details of fabrication assembly and installation. Samples: Submit 8' square sample of metal and finish required. B. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials selected for their surface flatness, smoothness and freedom from surface blemishes where exposed to view in the finished unit. Stainless Steel Sheet: ASTM Al67, Type 302/304, with No. 4 finish, minimum 18 gage. Fasteners: Use fasteners made of the same basic metal as the fastened metal, unless otherwise indicated. Do not use metals which are corrosive or incompatible with materials jointed. 1. Do not use exposed fasteners except where unavoidable. Match finish of metal surrounding fastener. Provide Phillips flat-head machine screws for exposed fasteners, unless otherwise indicated. 8. C. 2. 5/1/95 a3 I I I I I I I Io D. Anchors and Inserts: Use non-ferrous metal or hotdip galvanized anchors inserts for exterior installations and elsewhere as required for corro resistance. Use toothed steel or lead expansion bolt devices for drilled-in-F anchors. Furnish inserts, as required, to be set into concrete or masonry H Plywood Backing: APA Ext. A-C, Douglas Fir plywood. IO E. F. Joint Sealers: See Division 7 section. 2.02 FABRICATION A. Fabricate items from materials of type, gage and finish and to dimensi profile and details indicated, or required to provide unit of strength require intended use and to produce exposed surfaces which are smooth, flat and of imperfections. 1. Form sheet metal in maximum lengths and keep joints to a minin with cut edges concealed. 2. Continuously weld all joints, including field joints, providing Sean sanitary construction. 3. Return backsplash to walls. 4. Provide rounded and coved comers and bends with minimum 3/4" r& I or as detailed. 3.00 EXECUTION 3.01 INSTAUTION A. I adjoining work. B. I Locate and place sheet metal kms plumb, level, in proper alignment Use concealed anchorages. Seal joint between counter and wall to waterproof sanitary joint which will withstand repeated cleaning operatior END OF SECTION I I I 1 I I C b 1. @ 184 DIVISION 06 - BUILDING WOOD AND PLASTIC SECTtON 061 00 - BUILDING ROUGH CARPENTRY 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions" and of 'Supplementary General Provisions to SSPWC 1994" shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. 2. 3. 4. All wood framing including roof, floor, wall and ceiling framing, purlins, partitions, etc. All wood blocking, backing, stripping, furring, grounds, etc., except as specifically excluded. Plywood sheathing, at roof and shear walls. Plywood backing for electric and telephone terminals. 6. Related Work Described Elsewhere: 1. Paralams 2. Tmss Joists 3. Formwork 4. Fasteners and Supports 5. Sheathing Paper 6. Glued laminated beams 7. Doors 8. Finish hardware 9. Lath and Plaster 1.03 QUALITY ASSURANCE A. Source Quality Control: 1. Each piece of lumber shall bear the grademark of the WCUB (or WWPA) or of an agency certified by the WCUB, (or WWPA), and each mill shipment to the site shall be accompanied by a certificate of inspection by the WCUB (or WWPA). 511 195 48, 1 2. Each piece of plywood shall be grade stamped in accordance with 'Guide to Plywood Grades', in conformance with the requiremen e I. NBS PS-1. 6. Reference Standards: 1. 2. 3. 4. 5. 6. APA - American Plywood Association: a. 'Guide to Plywood Grades'. AWPl - American Wood Preservers Institute. PS - United States Product Standard: a. PS-1 - 'Construction and Industrial Plywood'. UBC - Uniform Building Code: a. Volume 1, Chapter 25, "Wood'. WCUB - West Coast Lumber Inspection Bureau: a. 'Standard Grading Rules No. 16'. WPA - Western World Products Association: a. 'Grading Rules for Lumber". I I I I 1 I I I 1 I I 1 I 1.04 MOISTURE CONTENT: Unless noted otherwise on drawings or in this specification all framing lumber plywood shall have a moisture content not greater than nineteen (19) percent. Moisture content shall be maintained at 19 percent or less before, during and ( installation. '' 2.00 PRODUCTS 2.01 GRADE STAMPS A. Framing lumber: Identify framing lumber by the grade stamp of the West c< Lumber Inspection Bureau, or such other grade stamp as is approvec Plywood: Identify plywood as to species, grade, and glue type by the str of the American Plywood Association. Other: Identify other materials of this Section by the appropriate stamp of agency listed in the reference standards, or by such other means as approved in advance by the Architect. Lumber not grade stamped, and lumber of improper grade, shall be rem from the job site and immediately replaced by grade stamped lumber of pro per grade. I advance by the Architect. 8. C. D. 2.02 LUMBER A. All framing lumber to be covered with gypsum board shall be air or kiln di with a moisture content of 19% maximum, and be stamped 'S-Dry'. 51 I. @ 186 El. All wood in contact with concrete or masonry shall be pressure treated D. F. with pentachlorophenol or approved equal preservative. Untreated redwood may be used for trim, etc., where strength and holding power or connectors or fasteners are not a factor. All timbers 6 x 8 and larger exposed to view shall be free of head center (FOHC), with moisture content of 22% maximum. D. Lumber (Wood Framing): Meet requirements of following minimum grades, unless otherwise noted: -- lteni SDecies Grade References C. Studs D. F. Stud for 2x4, WCUB 121c #2 for 2x6 or Greater and 123b Plates D. F. #3 or Better WCUB12lc and 123b Beams D.F. #l for Spans of WCUB 130b 6’4’ or greater, #2 for all others D. F. #1 Appearance Grade FOHC WQSed Beams Joists D. F. No. 2, UON WCUB 123b Posts D. F. #1 for Concealed, WCUB 131 b #1 FOHC for Exposed, #2 for 4x4., #1 for 4x6 or greater Blocking & D. F. #3 or Better WCUB 123d Misc. 2.03 PLYWOOD: Plywood shall conform to requirements of Voluntary Products Standard PS1-66, Douglas Fir, Structural I, except as otherwise specified, exterior grade. Each piece shall be grade stamped and identified. A. Sheathing and Shear Walls: See Structural Drawings 8. C. For Irrigation Control Backboards and Similar Uses: APA Exterior Grade A-D. For Fully Concealed Applications, Except as Specified Above: Exterior Grade C-D. 5/1/95 @ 9 a 2.04 MATERIALS OTHER THAN LUMBER 1 I I 1 1 I I I. II 1 I 1 I, E 0 . 1 * A. General: All materials, insofar as practicable, shall be delivered to the site in manufacturer's original containers, and shall bear the trademarks and na thereof. Pressure Treatment (Decay and Termite Prevention): 1. 8. Pressure treat for decay and termite prevention, wood materials WI are embedded in or set against concrete, masonry, plaster or wl shown on drawings orwhere otherwise exposed to continuing dampr or moisture or required by the Building Code. Treat in accordance with the following standards: a. American Wood Preservers Assn. (AWPA) Standard C 2 'Lumber, Timbers, Bridge Ties and Mine Ties - Preservr Treatment by Pressure Processes". b. American Wood Preservers Assn. (AWPA) Standard C 9 'Plywood - Preservative Treatment by Pressure Processes". c. American Wood Preservers Bureau (AWPB) Quality Cor Standards. 2. C. Cut Treated Materials: Treated materials, which are cut or countersunk for flush installation of heads, shall have cut surface well brushcoated with 2 coats of the preserva used in the original treatment. I 3.00 EXECUTION 3.01 FRAMING A. General: Sizes shall be as shown on drawings. Framing shall be closely fii accurately set to required lines and levels, and rigidly secured in place. Jo shall be set with the crown edge up. Members shall be framed for passagc pipes and ducts to avoid unnecessary cutting of structural framing. Naili spiking and botting shall be done in accordance with Uniform Building Cc and schedules and details shown on drawings. Members shall be locatec give true surfaces for finish materials. Metal connectors and joist hangers s be located where shown. Drill holes for bolts of same diameter as bot sh~ plus 1/1&inch. Provide washers under bot heads and nuts. Lag screws s not be driven. Provide sub-drilled holes for all screws, or use seifdril screws. All fasteners shall be fully nailed or bolted. 5t. I. 'e 188 In addition to framing operations normal to the fabrication and erection indicated on the Drawings, install wood blocking and backing required for the work of other trades. Do not notch, cut, or bore members for pipes, ducts, or conduits, or for other reasons except as shown on the Drawings or as specifically approved in advance by the Architect. Where plates are cut for passing pipes and similar items, they shall be reinforced on both sides with 1/8' x 3' x 18" steel plates punched for 1O-d nails 6' on center, staggered. B. Sills: Sills shall be set level and square. Sills shall Ibe anchored to the foundations as indicated. Bolts shall be provided with plate washers and nuts. Bolts in exterior walls shall be zinc coated. C. Joists: Joists shall be of the sizes and spacing indicated and shall be set accurately and in alignment. Floor and ceiling joists shall be of uniform width. Joists shall have full bearing on supports. Laps shall occur over bearings only and shall be spiked. D. Wall Framing: Studs shall be selected for straightness, and set plumb, true, and in alignment; studs over 8 feet long shall be bridged horizontally with nominal 2-inch thick maUerial of the same width as the studs. Sizes and spacing of studs shall be as indicated. Studs shall be doubled at jambs of openings (U.O.N.). E. Ceiling Joists: Ceiling joists shall be sized as indicated, and set accurately and In alignment. Joists shall be toe-nailed to wall plates with not less than three 10-penny nails. Openings in ceilings shall be framed with headers and trimmers. F. Plywood Sheathing: 1. Placement: a. Place plywood with face grain perpendicular Po supports and continuously over at least two (2) supports, except where otherwise shown on the Drawings. Center joints accurately over supports, unless otherwise shown on Drawings. Protect plywood from moisture by use of waterproof coverings until the plywood in turn has been covered with the next succeeding component or finish. b. 2. Protection of Plywood: 5/1/95 @ I E 1 I I 1 1 I. I I I 1 1 1 I I 3.02 COORDINATION: A. Coordinate with roofing work and provide treated cants, stops and nailer! insulation, roof drains, and flashings in accordance with roofing manufa& requirements. In general, stops and nailers are required at edges of roof d and around projections through the deck. 1 3.03 CLEANING-UP A. Keep the premises in a neat, safe, and orderly condition at all times durinc progress of this portion of the Work. Do not allow the accumulation of saw1 cut ends, or debris. At the end of each working day, or more often if req for safety, thoroughly sweep all surfaces where refuse has settled and rer the refuse to the area designated for its storage. At completion of this pc of the Work, thoroughly broom clean all surfaces of the interior. Upon completion of framing and any required inspections of framing, whic be left exposed in the completed building and prior to application of pai stain of any surfaces, remove all exposed grading stamps, blemishes excessive weathering from framing members. e B. END OF SECTION 1 I. a9 190 DIVISION 06 - BUILDING WOOD AND PLASTIC SECTION 061 13 - BUILDING SHEATHING PAPER 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions' and of 'Supplementary General Provisions to SSPWC 1 994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE Off WORK A. Wok included in this Section: 1. Requirements for furnishing and installing sheathing paper. 8. Related Work Described Elsewhere: 1. Rough Carpentry 2. Lath and Plaster 1.03 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Provide factory wrapping, packaging, and other means necessary to prevent damage or deterioration of products during shipment, handling, and storage. Maintain protective coverings in place and in good repair until removal is necessary. B. 1.04 JOB CONDITIONS A. Surfaces to receive sheathing paper shall be free from projecting rrails, wires, or other conditions which might damage paper. Surfaces to be covered shall be dry, and shall have dried in fair weather not less than Mays following wetting by rain. 8. 2.00 PRODUCTS 5/1/95 @ I: 1 I 1 I I B 1 i I 1 1 I I MATERIALS A. Asphalt-Saturated Organic Fett: UBC Standard 32-1, Type 15, Grade D, plain (unperforated), (UON). 1. 2.0’ B. Fastenings: 1. Nails, staples, hog rings, or tie wire suitable for framing or backin! 3.00 EXECUTION I 3.01 INSTALLATION, GENERAL A. Locations: Provide sheathing paper under exterior metal lath and plaster at top of pal where indicated. 1 8. Installation Types: Single layer on vertical surfaces, double layer over wall caps, and H indicated . C. Openings and Penetrations: I. Paper flash as specified. D. E. Horizontal Joints: Utilize sheathing paper in longest lengths practical to minimize joints. Lap paper not less than 3 inches. F. Walls Comers: Wrap paper to overlap not less than 12 inches each side of corner. G. Intermediate Vertical Joints: 1. 2. 3. 4. Lap paper over head flashings and base screeds and under sill flashins metal lower vents. Treat penetrations and other details as necessaq adequate weather protection. Lap paper not less than 6 inches. In adjacent sheets, offset joints not less than 48 inches. In alternate sheets, offset joints not less than 24 inches. Do not locate any two joints at same vertical alignment. H. 5 i. @ 192 I. J. Secure paper to maintain in place until covered by other materials. When complete, sheathing paper shall be reasonably flat, without excessive warps and bulges, and free from unnecessary holes, cuts, Pears, and other damage and defects. 3.02 INSTAUATION A. Install a full-width sheet with bottom edge placed at lowest level on wall to be sheathed. Install a second full-width sheet with bottom edge overlapping top tdge of first sheet. Proceed upward to top of wall as required. B. C. 3.03 OPENINGS A. Individually flash each vent opening head, jamb, and sill using sheathing paper in 12 inch wide strips and in lengths equal or rough opening dimension plus 12 inches. Install with inner edge of strips turned into opening for full depth of wall framing; outer edge turned under wall-sheathing paper at heads, and over top of wall-sheathing paper at jambs and sills. At opening corners, clip paper strips as required, neatly shape and fit into corners, and wrap and overlap ends of adjacent strips not less than 6 inches. 9. C. END OF SECTION 5/1/95 @ 1 II. I I 1 I E 1 1 I 1 1 I I DIVISION 06 - BUILDING WOOD AND PLASTIC 1 SECTION 06151 - BUILDING TRUSS JOISTS 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions and of "Supplementary Gs Provisions to SSPWC 1994" shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Code the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. This work includes the complete furnishing and installation of all TJI jois shown on the drawings, herein specified and necessary to complete the i These products shall be designed and manufactured to the standards set in the CAB0 Report No. NER-200. 1 B. 1.03 RELATED WORK SPECIFIED ELSEWHERE I. A. Carpentry and millwork. B. Glu-laminated members. 1.04 DESIGN A. The Trus Joist Corporation products shall be custom designed to f# dimensions and loads indicated on the plans. When requested, a complete set of design calculations shall be prepared b \ manufacturer under the supervision of a registered professional engineer 8. 1.05 SUBMITTAL DRAWINGS A. Shop Drawings: Shop drawings showing layout and detail necessar determining fT and placement in the building my be provided by Production: Do not proceed with fabrication and/or cutting until Shop Drah and Design Calculations (when required) have been reviewed by the Arch and/or Engineer. 1 manufacturer. B. 5 I. c9b 194 2.00 PRODUCTS 2.01 ' MATERIALS A. Flange members, web members and adhesives shall conform to the provisions of CABO Report No. NER-2000 2.02 FABRICAlTION A. The TJI joists shall be manufactured in a plant approved for fabrication by the building code and under the supetvision of an approved third party inspection agency. 2.03 I DENTI FI CATION A. Each of the joists shall be identified by a stamp indicating the joist type, CABO NER report number, manufacturer's name, plant number, and the independent inspection agency logo and evaluation report number. 3.00 EXECUTION 3.01 ERECTION AND INSTALLATION a. The TJI joists, if stored prior to erection, shall be stored in a vertical position and protected from the weather. They shall b handled with care so they are not damaged. The TJI joists are to be erected and installed in accordance with the plans, and any Trus Joist Corporation drawings and installation suggestions. Temporary construction loads which cause stresses beyond design limits are not permitted. Erection bracing, in addition to that specified, is to t>e provided to keep the TJI joists straight and plumb as required and to assure adequate lateral support for the individual TJI joists and the entire system , until the sheathing material has been applied. 3.02 INSPECTION A. The Contractor shall give notification to the TJ representative prior to enclosing the TJI joists to provide opportunrty for inspedion of the installation. 3.03 PERFORMANCE A. Products shall be proven by testing and evaluation in accordance with the provisions of ASTM D-5055. 3.04 FIRE RATlNG/SOUND RATINGS A. Fire and sound ratings are to be established in accordance with assemblies as detailed in CABO Report No. NER-200. 5/1/95 .@ 1 1 1 I 1 1 1 I I. I 1 1 I I II 1 i 3.05 WARRANTY A. The products delivered shall be free from manufacturing errors or defec workmanship and material. The products shall perform to Trus specifications for the normal and expected life of the building. I. 4.00 ALTERNATES AND/OR EQUALS A. Due to the customized detailing and engineering characteristics of the (and/or floor) framing assembly, it is a requirement that TJI joists be used il "base" bid. Other manufacturers bids are to be listed in the alternative section of proposal. All framing plans, detailing, and calculations for the alternate bid be reviewed by the owner, architect, and engineer for structural perform possible conflicts with related trades, and compatibility with the overall bui requirements and building code. Alternate products will only be permitted if written approval and acceptan obtained by both architect and City. At the discretion of the specifier of record, accepted alternates will be liste the final addendum prior to the bid date. END OF SECTION B. C. D. C I. a9 196 DIVISION 06 - BUILDING WOOD AND PLASTIC SECTION 06161 - BUILDING PARAUM 1.00 GENERAL. 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions" and of mSupplementairy General Provisions to SSPWC 1994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. This work includes the complete furnishing and installation of cill Parallam parallel strand lumber P.S.L as shown on the drawings, herein specified and necessary to complete the work. These products shall be designed and manufactured to the standards set forth in the CAB0 Report No. NER-292. B. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Carpentry and millwork. 8. Truss joists. 1.04 DESIGN A. The Parallam P.S.L shall be custom designed to fit the dimensions and loads indicated on the plans. When requested a complete set of design calculations shall be prepared by the manufacturer under the supervision of a registered professional engineer. B. 1.05 SUBMITTAL DRAWINGS A. Shop Drawings: Shop drawings showing layout and detail necessary for determining fit and placement in the building may be provided by the manufacturer. Production: Do not proceed with fabrication and/or cutting until shop drawings and design calculations (when required) have been reviewed by the Architect and/or Engineer. B. 5/1/95 @ I 1 1 I 8 1 1 1 Io 1 I I i 1 I 1 o 2.00 PRODUCTS 1 2.01 MATERIALS Materials shall comply with CABO Report No. NER-292. A. Veneers shall be Douglas Fir or Southern Pine or thicknesses approved 1: building code. advanced grading systems approved by the code. Adhesives shall be of the waterproof type conforming to the requiremer They shall be ultrasonically graded or graded by B. ASTM D-2559. 2.02 HARDWARE All hardware is to be fabricated by others according to details contained in the cor drawings. 2.03 FABRICATION A. Parallam P.S.L shatl be manufactured in a plant recognized by the bui code and under the supervision of an approved third party inspection agt It shall be manufactured in a continuous process with all grain parallel wit length of the members. All members are to be free of finger joints or scai mechanical connections in full length members. 2.04 I DENTlFlCATl ON A. Parallam P.S.L shall be identified by a stamp indicating the product typ~ grade, CABO NER report number, manufacturer’s name, plant number, an independent inspection agency logo and evaluation report number. 1 3.00 EXECUTION 3.01 ERECTION AND INSTAUTION A. The Parallam P.S.L if stored prior to erection, shall be protected from weather. They shall be handled with care so they are not damaged. Parallam are to be erected and installed in accordance with the plans, anc TNS Joist Corporation drawings and installation suggestions. Temp construction loads which cause stresses beyond design limits are not permi Holes, cuts or notches not previously approved by Trus Joist engineering not be permitted. The final erection of the Parallam P.S.L. shall be unde direction of a qualified construction supervisor. Connections: Lateral nail holding and withdrawal are as provided in the I for Douglas Fir sawn lumber. Nails installed parallel to the glue lines 01 narrow face shall not be spaced closer than 4 inches for 10-penny cor nails and 3 inches for &penny common nails. Nails installed perpendicul B. C G I. @ 198 the glue lines on the wide face shall be installed in accordance with the code. These nailing specifications are based on a member at least 3/4 irIches thick and 3-1/2 inches wide. Holding power of bolts installed perpendic:ular to the glue lines is as provided in the code for dense Douglas Fir. 3.02 INSPECTION A. The Contractor shall give notification prior to enclosing the Parallam P.S.L to provide opportunrty for inspection of the installation. 3.03 WARRANTY The products delivered shall be free from manufacturing errors or defects in workmanship and material. The products shall perform to Trus Joist specifications for the normaU and expected life of the building. 4.00 ALTERNATES AND/OR EQUALS A. Due to the customized detailing and engineering characteristics of the roof (and/orfloor) framing assembly, it is a requirement that Parallam PSL be used in the "base" bid. Other manufacturers' bids are to be listed in the alternate section of your proposal. All framing plans, detailing, and calculations for the alternate bids will be reviewed by the Crty, Architect, and engineer for structural performance possible conflicts with related trades, and compatibility with the overall building requirements and building code. Alternate products will only be allowed in written approval and acceptance is obtained by both Architect and City. At the discretion of the specifier of record, accepted alternates will be listed on the ffinal addendum prior to the bid date. END OF SECTION 8. C. D. 5/1/95 @ 1 1 1 I 1 1 li 1 I. 1 1 I 1 i I 0 DIVISION 06 - BUILDING WOOD AND PLASTIC I SECTION 06200 - BUILDING FINISH CARPENTRY AND MILLWORK 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions' and of 'Supplementary Ge Provisions to SSPWC 1994" shall apply to all work of this Section with the same * and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Cod6 the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Laminated Plastic Casework. 1.03 SUBMITTALS A. Shop Drawings: Submit shop drawings showing list of materials and hardv sizes, sections, elevations and details of construction and assembly as reqr by Section 1, Millwork Shop Drawings of the WIC Manual of Millwork. 1. Indicate all grounds, backing, blocking, sleepers, and other ii required for the installation of casework which are to be furnished installed as part of the structure by the General Contractor. 2. The WIC Certified Compliance Grade Stamp indicating the g specified shall be affixed to the Millwork Shop Drawings, certifying the casework will be manufactured in accordance with the WIC g specified, and that the cabinet construction complies with CAC Tdlc Samples and Product Data: Submit the following items for selection approval: 1. Choice of door pulls. 2. 1 B. Full range of plastic laminate patterns and colors. I 3. Catalog data for each proposed cabinet hardware item. C. Certificates: Before delivery to the job site, the fabricator shall issue a Compliance Certificate, cert'Qing that all casework meets specified qualities grades. The WIC Certified Compliance Grande Stamp shall be affixed to I drawings and each unit of casework. 5 I. @ 200 1.04 QUAUTY ASSURANCE A. Quality Standards: Comply with specific provisions of the following: 1. Woodwork Institute of California (WIC) 'Manual of Millwork', latest edition. 2.00 PRODUCTS 2.01 MATERIALS A. Laminated Plastic: High-pressure decorative laminate complying with NEMA LD 3. Hardware for Casework: Provide as listed in WUC Supplement No. 1 to Section 15. Provide pulls on all doors. 1. Hinges: Heavy duty wraparound, 2-1/4' minimum width, offset for 6. overlay doors. 2.02 FABRICATION A. Quality Standards: Comply with the indicated standards as applicable: 1. Design and Construction Features: Comply with the details shown for profile and construction of casework and where not otherwise shown, comply with applicable Quality Standards. 1. 2. Plastic Covered Casework: WIC Section 15, custom grade. B. Construct casework of overlay style. Coordinate with sheet metal fabrications. 3.00 EXECUTION 3.01 I NSTALLA'TION A. Securely anchor casework in place. Coordinate with sheet metal fabrications. END OF SECTION 5/1/95 @ 1 1 1 I I I i I II. I DIVISION 07 - BUILDING THERMAL AND MOISTURE PROTECTION SECTION 07181 - BUILDING WATER REPELLENT COATING 1.00 GENERAL 1.01 GENERAL CONDITIONS I. The requirements of the 'General Conditions' and of 'Supplementary Ger Provisions to SSPWC 1994' shall apply to all work of this Section with the same f and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the * Uniform Building Code. Where conflicts arise between the Uniform Building Code the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included: Treat exterior surfaces of masonry walls, including top of and roof side of all masonry parapets with specified water repellent soluti 1.03 SUBMlllALS A. Product Data: Submit manufacturer's specifications, application instructi B. Certificate: Submit manufacturer's certificate of conformance. and general recommendations for water repellent coating. I 1.04 QUALITY ASSURANCE A. Comply with California Air Resources Board (CARB) requirements for maxir volatile organic compound (VOC) content. Application Qualifications: A firm with not less than 3 years of succe experience in application of water repellent coating of type requirec substrates similar to those of this project. Notification: Notify water repellent manufacturer at least 48 hours prior to v Weather and Substrate Conditions: Proceed with application of water rep when weather conditions and substrate conditions are in accordance manufacturer's printed instructions. B. I 1 repellent application. C. D. 1 1 i il 1.05 DELIVERY STORAGE A. Deliver materials in original sealed containers, clearly marked manufacturer's name, brand name, and type of materials. 5 I. a9 202 6. Store material in area where temperatures are not less than 50 degrees F (10 degrees C) or over 85 degrees F (29 degrees C), unless otherwise! authorized by manufacturer. 1.06 GUARANTEE A. 2.00 PRODUCTS 2.01 MATERIALS A. Provide manufacturer's five-year written warranty against moisture penetration. Provide non-silicone, clear, non-yellowing, penetrating water repellent solution consisting of dissolved chemical solids in complete solution requiring no agitation. Tho solution carrier shall not stain or discolor concrete or masonry. 6. C. Chemical Solids Content: 5.5% D. E. Solids shall be nonflammable after evaporation of carrier. Provide water repellent solution compatible with either water-base or oil-base pai kit s. 2.02 MANUFACTURER/PRODUCT A. Subject to compliance with requirements, provide the following: Rainguard Products Company "Rainguard Blok-Lok with Micro-Lok' Inglewood, California, 21 3/670-2953 3.00 EXECUTION 3.01 I NSTALLATI ON A. Test Application: Prior to performance of water repellent work, including bulk purchase/delivery of products, prepare a small application in an obtrusive location and in a manner acceptable to the Engineer, for purpose of denwnstrating final effect (visual and physical/chemical) of planned installation. Proceed with work only after Engineer's acceptance of test application, or as otherwise directed. Clean substrate of substances which might interfere with penetration/adhesion of water repellents. Test for moisture content, in accordance with repellent manufacturer's instructions to ensure that surface is sufficiently dry. 6. 5/1/95 @ I 1 1 I I 1 II I. i 1 1 i i i 1 i C. Coordination with Sealants: Where feasible, delay application of H repellents until installation of sealants has been completed in joints adjoii surfaces to be coated with repellent. Protect adjoining work, including sealant bond surfaces, from spillage or b over of water repellent. Comply with manufacturer’s recommendations. Installation: Apply a heavy saturation spray coating of water repellen‘ surfaces indicated for treatment using low pressure spray equipment. Cor with manufacturer’s instructions. Apply a second saturation spray coating, repeating first application. Cor with manufacturer’s instructions for limitations on drying time between co D. I. E. F. I END OF SECTION 5 I. @ 204 DIVISION 07 - BUILDING THERMAL AND MOISTURE PROTECTION SECTION 07500 - BUILDING BUILT-UP ROOFING 1.00 GENERAL. 1.01 GENERAL. CON DIT1 ON S The requirements of the "General Conditions" and of "Supplementalry General Provisions to SSPWC 1994" shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE A. Work Included in this Section: 1. 2. Bondable base flashing. 3. Parapet wall covering. B. Related Work Described Elsewhere: Built-up roofing of inorganic fiberglass composition. 1. Sheet metal. 2. Plumbing 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical product data, installation instructions. Include data substantiating that materials colmply with requirements. 1. For asphalt bitumen, provide label on each container or certification with each load of bulk bitumen, indicating flash point (FP), finished blowing temperature (FBT), softening point (SP) and equiviscous temperature (D/T)* 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Provide primary products, including each type of roofing sheet (felt), bitumen, composition flashings, and vapor barrier (if any), produced by a single manufacturer, which has produced that type product successfully for not less than 3 years. Provide secondary products only as recommended by manufacturer of primary products for use with roofing system specified. 5/1/95 @ 1 I 1 I I I 1 I i I I 1 1 I I 8. Requirements of Regulatory Agencies 1. Uniform Building Code (UBC), Chapter 32, Section 3203(e) UL Listing: Provide built-up roofing system and component materials H have been tested for application and slopes indicated and are listec Underwriters Laboratories, Inc. (UL) for Class A external fire exposure. 1. Provide roof covering materials bearing Classification Marking (UI bundle, package or container indicating that materials have I produced under UL's Classification and Follow-up Service. ' Retardant Roof Coverings. I* C. 1.05 JOB CONDITIONS A. Weather Condition Limitations: Proceed with roofing work only when exi and forecasted weather conditions will permit work to be perform accordance with manufacturer's recommendations and warranty requirem Protect work of other trades from damage. If work of other trades is dam in performance of work of this section, replace or patch in manner acceptable to the City. B. 1.06 GENERAL REQUIREMENTS I. A. Pitch Pockets: Pitch pockets will not be allowed on this project for any reason. B. Field Conditions: Verify drawing dimensions with actual field conditions. Inspect related worl adjacent surfaces. Report all conditions which prevent proper execution o work to the Engineer. I C. Applicator: Officially listed and approved by the roofing material manufacturer. Applb to provide written proof of same with submittals. D. Delivery and Storage: Deliver all materials in their original containers, with seals unbroken, and manufacturer's name and product identification clearly legible. Store so preclude entry of moisture or damage from any source. Remove wet mat( from buildings and site. All asphatt emulsion materials must be protected freezing . L I. @ 206 E. Membrane Phasing: Phasing of built-up roof membrane layers will not be allowed. Surfacing may be installed over a clean surface after all plies are completed. F. Guarantee: At the time of completion of the aforementioned items, submit to the Crty, a 10 year (NDL) no dollar limit guarantee including materials and labor, aind three (3) copies of the attached Agreement to maintain this roofing work joiintly signed by the General Contractor, Roofing Subcontractor and Roof Manufacturer, stating the following: 1. The undersigned hereby proposes and upon execution thereof by the City does agree, for a period of ten (10) years after execution date thereof, to inspect and make immediate emergency temporary repairs as required to stop leaks or correct defects in the built-up roofing within twenty-four (24) hours of notice received from City by telephone, telegram or letter; and further agrees to make such temporary and permanent repairs without reference to or consideration of the cause or nature of such leaks or defects in the work. Work required within the period will be completed without cost to the Crty, except that repair work required because of Act of God, abuse, alterations, (other than that caused by defects in the roofing work), will be paid for by the City, promptly after completion of the required repair work in each instance. However, this agreement and the emforcement of its provisions shall not deprive the Crty of any action, right or remedy othenvise available to him. Repair work completed at the Crty’s cost shall be invoiced to1 the City at prevailing rates, and shall include an itemized breakdown of quantities and unit costs for labor and materials, and shall include not more than twenty (20%) percent markup for overhead and profit. 2. 3. G. Site Inspection: The roofing manufacturer shall send his technical representative, (mot a sales representative) to the job when the work is 10 to 20, and again tit 50 to 75 percent complete. Representative shall verify that the installation is in conformance with manufacturers installatiorr specifications. Cuts/plugs necessary to the guarantee described in Paragraph ‘F’ above shall lbe taken at this time. Cuts shall be taken at one (1) per ten (10) squares. Representative shall issue a written report of his findings prior to final billing for the roof work. Certificate of maintenance agreement (See Paragraph 3.09) shall ha executed and attached. 5/1/95 tB I 1 1 1 I 1 I I I. I I I I o 2.00 PRODUCTS I 2.01 MATERIALS (R-2) A. This Specification is based upon Manville 4 GNC. Other manufacturers shg limited to Owens-Corning, ConGlas, and Celotex. B. Summary of Materials Basesheet: GlasBase, ASTM D4601 Type II, 1 layer, 28#. Felts: GlasPly II, 2 plies, ASTM D2178 Type VI. Bitumen: Type Ill, 23# per square per ply, ASTM D-312. Mineral Cap Sheet: Glaskap, 1 layer ASTM D3909. 2.02 ASPHALT Air blown asphalt manufactured specially for roofing purposes complying witt latest addition of ASTM Specification D312. Type II asphalt shall be used for int and surface moppings. 2.03 PRIMER Asphalt primer conforming to ASTM Specification 0-41 or Federal Specific SS-A-701 B. 2.04 PLASTIC CEMENT Asphalt plastic cement conforming to Federal Specification SS-C-153, Type I, or A D4586 Type II. 2.05 PLY SHEETS Shall be Type VI conforming to ASTM D-2178, Type VI. 2.06 MINERAL SURFACE CAP SHEET Inorganic mat saturated and coated with weather grade asphalt embedded opaque, noncombustible universal granules. Sheet to conform with ASTM 0-3s I 2.07 NAILS I ACCEPTABLE. Annular ring shank, square head, 1' dia. cap, one-piece nails. STAPLES ARE E: I I I. @ 208 2.08 CANT STRIP Four (4)-inch high perlite. 2.09 BASE FLASH Dynaflex SBS base flashing over one (1) layer glass base sheet on wood parapets or prime and 1 layer Dynaflex on concrete surfaces. 2.10 PARAPET COVERING Mineral Cap Sheet over 1 layer Type VI Felt over 1 layer base sheet, or Sarne as base flashing (two part wall covering). Detail DFE-3 (WH). 3.00 EXECUTION 3.01 COORDINATION OF WORK A. Roofing applicator shall acquaint himsetf with the work of other trades whose work abuts, adjoins, or is in any manner affected by work under this section. Consult the drawings of other trades, and coordinate their work with the work under this section, to avoid omissions and delays. Install metal flashings that are an integral part of the roofing simultaneously with the roofing application. Coordinate the installation of such flashings. Determine that the roofing installation, including the metal accessories furnished by other trades, is suitable to receive the required warranty. Apply parapet covering prior to installation of sheet metal coping. Projections and extensions through the roof: All pipes, vents, duds, stacks, and openings shall be installed through the roof deck before roofing is applied. No projections shall be constructed through the flashing cant, and not less than 15 inches from the intersection of the cant and roof deck. Construction Traffic: The general contractor and roofer shall take precautions to prevent all construction trades from damaging the roof during and after construction. Weather and Water: Roofing shall not be applied unless correct asphalt application temperatures can be maintained to obtain good embedment and adhesion. Nor shall operation be conducted when water in any form is present on deck, such as rain, dew, ice, frost, snow, or Jog. Water on the roof shall be limited to containers for human consumption. Moisture content of plywood shall1 not exceed 19% at placement of roofing. B. C. D. E. F. 5/1/95 blb I I I I I I I 8 I. 1 B 1 E I I I 3.02 ROOF APPLICATION A. Using base sheet, start with an 12' width. Following fetts to be applia width, lapping each fett 2' over the preceding one. Nail the laps at 9" cel and down the longitudinal center of each fett nail two rows of nails with spaced approximately 1 1 ' apart and nails staggered on approximatell centers. Use square spiral annular ring shank square head, 1 ' dia. cap, piece nails. DO NOT STAPLE. Starting at the low edge apply one 18' wide then over that one a full 36' Type IV. Felt - following fetts are to be applied full width overlappins preceding fett by 23-2/3' in such manner that lat least 3 plies of fett cove base fett in all locations. Install each felt so that it is firmly and uniforml) without voids, into the hot (at EVQ asphatt, applied just before the felt nominal uniform rate of 23 Ibs. per square over the entire surface. Starting at the low edge apply one layer of the cap sheet, being SUI maintain 2" side laps and 6" end laps over the proceeding sheets. Rack the cap sheet and flop it into a full width of mopping of asphatt (30-40 Ib! sq. total). The temperature of the asphatt when applied must be such when the cap sheet is set into it, it's temperature is approximately 200F a the EVT to assure proper bonding. The cap sheet must be firmly and unifc set into the hot asphatt with all edges well sealed. Broadcast granules of same color into any exposed asphalt at laps, seam spills while asphatt is still hot. Roofing shall be applied in strict accordance with the manufacturer's w instructions. All plies shall be shingled in, free of buckles and fishmo Each layer shall be laid so that the flow of water is over or parallel to (but r against) the lap. End laps shall be a minimum of 12" apart. Embed the full 36" width of each ply in hot bitumen, Asphalt shall be suffici hot to insure a complete bond of ply to ply. B. C. 0 D. E. 3.03 WOOD PARAPET Lay one layer base sheet over top of parapet allowing it to extend 2" down ou edge. Nail on top of parapet for placement and 9' O.C. in both directions on ve surfaces plus 4' O.C. at side laps. Lap 6". Solid mop and embed second layer i asphalt. Nail at 4' O.C. on top of parapet. Extend over and 2' down outside wall. 6" minimum. Solid mop and embed mineral cap sheet over Type IV Fett, nailing on center on top of parapet. Lap 6" minimum. Detail #DFE3 (WH). I 3.04 BASE FLASHING Install at all vertical surfaces including walls and curbs 1 layer base flashing set 1 Dynaflex in hot asphatt. Nail 4' O.C. Detail #DFE3 (WL). E I. @ 21 0 3.05 CANT STRIPS At all intersections of roof with vertical surfaces, provide and install 4" high perlite cant strips in hot asphatt or plastic cement, unless otherwise detailed. 3.06 ROOF DRAINS Lead pan (4 Ibs.), set into roof drain and overflow scupper. Trim edges in drain. 3.07 CONTINUOUS PIPES (Gas Lines, Etc.) Do not penetrate valleys or waterways. If possible, enter deck in a horizontal direction, into a hood, (pelican's mouth) or counter-flashed vertical surface. Do riot nail, or mastic seal support blocks through roofing. Large or long pipes should be set on rollers. Use screw tightening clamping ring. 3.08 VENT PIPES All pipes shall have full height lead flashing (4 Ibs.) formed into tops. 3.09 FIELD QUALITY CONTROL Test cuts, if required by Crty, shall be taken as follows: A. Take one test cut for each 50 squares of roof area, or part thereof. Test cuts will loe weighted and visually inspected on jobsite and then removed for delivery to testing laboratory. Additional test cuts may be taken if inspection :service has reason to believe that specifications have not been followed in completing roofing application. B. Test Samples: 4" x 42' cut across laps in felts in a manner to expose all plies. C. Weight Tolerance: Manufacturer's recommended minimum weight in ounces per square foot. Should the test cuts show the material to be light in total weight or plies the roofing shall be brought up to manufacturer's recommendations to comply with membrane warranty at no additional cost to the Owner. Roofing will not be permitted to proceed until all deficiencies disclosed as a resutt of rest cuts" have been corrected and approved. Repair cutouts immediately after removal of samples. Place the sarne number and types of sheets and mppings required by the specifications, applied over the cut with the first sheet overlapping the cutouts area by at least 6" on all sides, with each succeeding sheet overlapping the previous sheet by at least 3" on all sides. Replace surfacing or coating in areas of test cuts. D. E. F. 5/1/95 6B 1 1 m 1 1 0 E DATE EFFECTIVE: THIS DAY OF 19 I I. @ 3.10 CERTIFICATE OF MAINTENANCE AGREEMENT Note: To be signed and submitted to City prior to issuance of Certifical Completion. We (Roofing Contractor and (General Contractor) agree for a period of ten (10) j from execution date, to inspect and make immediate emergency repairs as reqi to stop leaks and/or correct defects in the built-up roofing, within twenty-four hours of notice received from owner/tenant by telephone, telegraph or letter fo CITYflENANT OF BLDG. ADDRESS: CITY & STATE: NO. OF SQUARE FEET IN ROOF: I project outlined below. A. We agree to make such temporary and permanent repairs as may be reqi without reference to or consideration of the course or nature of such leal defects in work. We further agree that work required will be completed without cost tc Cityflenant, except that repair work required because of Act of God, at alterations, or failure to the substrate and/or supporting structure (other that caused by defects in the roofing work), will be paid for by the Citynei promptly after completion of the required repair work in each instance. This agreement, and the enforcement of its provisions, shall not deprivt Cityflenants of any action, rights, or remedy otherwise available to him. Repair work completed at City’s/Tenant’s expense shall be invoiced tc Citynenant at prevailing rates, and shall include an itemized breakdoln quantities and unit costs for labor and materials, and shall include not I than twenty percent (20%) markup for overhead and profit. 8. 1 a C. D. I I 0 1 1 P (Roofing Contractor) (General Contractor) By: Title: Address: Telephone: Date: END OF SECTION 5 I. @ 21 2 DIVISION 07 - BUILDING THERMAL AND MOISTURE PROTECTION SECTION 07600 - BUILDING SHEET METAL 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions' and of 'Supplementary General Provisions to SSPWC 1994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section 1. General Requirements: a. Soldering and seaming. b. c. d. Cleats and fastenings. e. Shop painting. Galvanized Steel: All exterior sheet metal, unless otherwise specified or shown on drawings, shall be galvanized steel. Exterior items include the following: a. Cap flashings and counterflashings. b. Copings. c. Metal louvers. d. Caulking of sheet metal work of this section. Separation of dissimilar metals off this section. 2. Flashings at all intersections of roof with vertical surfaces at all projections through roof and elsewhere as shown on the drawings or required so as to provide watertight protection. Sheet metal closures not otherwise specified. Flashings at all penetrations through roofing and/or waterproof membrane other than those specified under divisions 15 and 16. e. f. B. Related Work Described Elsewhere 1. Preformed Metal Roofing. 2. Buitt-Up Roofing. 3. Caulking and Sealants. 4. Doors and Glazing Systems. 5. Plumbing. 6. Electrical. 5/1/95 @ 1 6 1 I I I 1 I. t 1 1 I 1 e C 1 2.00 PRODUCTS 2.01 MATERIALS A. Galvanized Sheet Metal: 24 gauge minimum; FS Q Q-S-nSd, Class D, P 525 Class 1.25 Commercial galvanizing. Solder: 50 percent pig lead, 50 percent block tin, conforming to ASTM Each bar shall bear the name of the manufacturer and composition of the n Flux: Muriatic acid killed with Zinc or an approved brand of soldering flu Cleats: 24 gauge galvanized steel. One end shall be locked into the see folded edge of sheets. The other end shall be nailed with two nails and fc back over nail heads. Cleats shall be pre-tinned for soldered seams. Nails, Screws and Bolts: Shall be galvanized or cadmium plated. I. B. C. D. E. F. Plastic Cement: Non-hardening type, asphalt based manufacturec Q Johns-Manville for use with asphalt roofs. 2.02 MISCEUNEOUS ITEMS The scope of work as listed is not all-inclusive. It is the intent of this section to prc all sheet metal items required which are not specified elsewhere. All nece flashings closures, etc. shown or required to make the work watertight shz provided under this section, except those items which are furnished under sections. Cooperate with all other trades and install all items as required in tir avoid delaying the work. 2.03 FLASHINGS A. General: Flashings shall be provided at all locations shown or as requir make the work watertight. Base flashings are specified in Section "Built-up Roofing." Counterflashings shall turn down over base flashings not less than 4 in( Counterflashings shall be formed to provide spring action against flashings. Where counterflashing and reglets are shown or required, they be reglets and counterflashing systems types as shown. Preformed in1 and external corners of counterflashing shall be provided. SF counterflashings shall be fabricated as detailed and shall provide spring a against base flashings. At ducts, solder sheet metal to duct in a weathe manner. B. C. 2.04 PITCH POCKETS Will not be allowed, accepted or otherwise. I 1. @ 21 4 2.05 REGLETS Reglets shall be 24 gauge galvanized steel. Reglets shall be of types specially designed for use with wall conditions as indicated. Reglets shall be cornplete with preformed internal and external corner sections, provisions for expamion and contraction and removable counterflashing. Leave temporary closures in place to exclude entrance of plaster or concrete until completion of this work. 2.06 METAL LOUVERS A. Construct metal louvers of 20 gage minimum galvanized iron of size and design indicated on plates 103 and 108, SMACNA Architectural Manual. Prcwide inside vertical brace for blades over 3 feet long. Provide metal louvers of thle following design (SMACNA): 1. Jamb and Head: Fig. A-1 2. Sill: Fig. El 3. Blades: Fig. Dl 4. Louver Screen - Fig. 6: Provide 5/8" galvanized mesh 17 ga. heavy hardware grade with rewireable galvanized metal frame on inside face of louvers in exterior building walls. Secure framed hardware cloth screening to louver frame in removable metal clips. 3.00 EXECUTION 3.01 WORKMANSHIP A. General: Surfaces to be covered with sheet metal shall be smooth and free from defects. Remove all dirt, rubbish or other foreign materials. Except as otherwise shown or specified, comply with applicable recommendations and details of the "Architectural Sheet Metal Manual" by SMACNA. Protection of Dissimilar Metals: Separate dissimilar metals from each other by painting each metal surface in the area of contact with a heavy apiplication of bituminous coating or by other permanent separation as recommended by the manufacturers of the metals. Sheet Metal Expansion Seams: Expansion seams shall be provided in all conUinuous runs of sheet metal at intervals of not over 18 feet. Extreme care shall be used to prevent sheet metal from loosening or distorting due to expansion and contraction. Seams shall be spaced as shown, or where not shown, at uniform intervals of approximately 18 feet and with a seam located 2 feet from each corner, intersection and termination. Fabricate and install work with lines and corners of exposed units true and accurate. Form exposed faces flat and free of buckles, excessive waves and avoidable tool marks. 6. C. D. 5/1/95 @ 1 t I T 1 E I I so 1 I S I 1 I 3.02 INSTALLATION All sheet metal directly in connection with built-up roofing shall be installed on tc the base sheet membrane in a bed of plastic cement. I END OF SECTlON 5 a I. CB I 21 6 DIVISION 07 - BUIDING THERMAL AND MOISTURE PROTECTION SECTION 07610 - BUILDING SHEET METAL ROOFING 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions' and of 'Supplementary General Provisions to SSPWC 1994" shall apply to all work of Ithis section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. The extent of each type of preformed metal panels are indicated on the Drawings and by provisions of this Section. Scope of work includes, but shall not be limited to: preformed panels, related accessories, valleys, hops, ridges, eaves, corners, miscellaneous flashings, and attachment devices. Underlayment below sheet metal roofing panels. 2. 9. Related Work Described Elsewhere: 1. Rough Carpentry. 2. Sheet Metal. 3. Painting. 1.03 SUBMITTALS A. Submit within thirty (30) calendar days after award of contract manufacturer's current specifications, installation recommendations, and color samples. Submit shop drawings showing roof plans, pan widths, profiles, details of forming, joining, trim flashing and accessories. Show details of weatherproofing at edges, terminations, and penetrations at metal roofing. 6. 1.04 QUAUlY ASSURANCE A. Qualifications of Installers: Competent and skilled sheet metal applicators familiar with and experienced in installation of standing seam metal roof systems. 5/1/95 6B 1 a 1 f 1 I 1 1 80 1 0 T I 1 .05 WARRANTIES A. B. 2.00 PRODUCTS 2.01 METAL ROOFING PANELS (R-3) Twenty (20) year paint finish guarantee is required from manufacturer. A two (2) year weather tightness guarantee is required from panel applic r. A. Product: UC-System IV Una-Clad Roofing System as manufactured by Cc Sales, Inc., Minneapolis, MN, 1-800-426-7737. 8. Materials: 1. 2. Edge PanWidth: 24" 3. 4. 5. Profile: 1 -1/T standing seam with batten condition at hips and ric 24 gauge galvanized sheet metal panels. 20 gauge battens and c Factory primed and painted finish; Sherwood Green color. Flashings, closures, trim, etc. fabricated of same material, gauge finish as adjacent panels. 2.02 UNDERIAYMENT One layer type 30 felt with rosin paper applied over felt to avoid bonding betwes and metal panels. 2.03 FASTENERS 1 Shall be as per manufacturer's recommendations. 3.00 EXECUTION 3.01 INSPECTION A. The applicator shall verify field dimensions and substrate conditions pn fabrication and installation. 3.02 SUBSTRATE A. Lay padding felt over a clean, dry roof deck and nail according to U.B.C. n schedule. Lap head laps of felt 6" minimum and side laps of felt 8' mini and nail according to Code. e m I. @ B. Overlay with rosin paper. 1 1 21 8 3.03 INSTALLATION A. Workmanship shall conform to standards set forth in the Architectural Sheet Metal Manual as published by S.M.A.C.N.A. Panels should be installed in such a manner that horizontal lines are true and level, and vertical lines are plumb. All starter and edge flashings should be installed prior to panels. Prevent direct contact of metal roofing with dissimilar metals that might cause electrolysis. Fasteners should not be overdriven or misdirected, which would cause damage to trim or panel. B. C. D. E. 3.04 TOUCH-UP Only minor scratches and abrasions will be allowed to be touched up. Any other damaged material shall be replaced. 3.05 SEALANT Recommended location of sealant to be shown on manufacturer’s shop drawing submittals and as deemed necessary by Architect in the Drawings or upon visual inspection. END OF SECTION 5/1/95 @ 1 3 I I 6 I I i I. I 1 il I I I DIVISION 07 - BUILDING THERMAL AND MOISTURE PROTECTION SECTION 07820 - BUILDING FRAMED SKYLIGHTS 1.00 GENERAL 1.01 GENERAL CONDITIONS f The requirements of the "General Conditions' and of 'Supplementary Ge Provisions to SSPWC 1994' shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Codt the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Metal framed skylight work including design, fabrication, erection, gl( materials, glazing tapes, gaskets, caps, trim, splice plates, flas cladding, and other materials contiguous to the skylight. All work be performed by one manufacturer and it shall be the sole respons of that skylight manufacturer to provide a complete and wate assembly. Skylights shall incorporate profiles and design features SI on the Drawings which shall be strictly adhered to. Suggc modification shall be preapproved by the Architect. 1 1.03 SUBMllTALS Within thirty (30) calendar days after the award of Contract, submit: A. Shop Drawings: Full scale shop drawings indicating methods of construc location and spacing of anchorage, joinery, finishes, size, shape, thicknes! alloy of framing materials, glazing materials and relationship to adjoining 1 6. Calculations: Structural calculations by a Structural Engineer licensed i State of California shall demonstrate compliance with the struc Samples: Samples for proposed shapes, glazing materials, finishes and cc Compatibility statement that the materials in contact with the sealan compatible. u requirements as herein specified. C. D. ! 1. @ 220 1.04 WARRANTY A. The skylight manufacturer shall furnish the Ctty, prior to final payment, a written manufacturer’s warranty for a period of ten years from the date of acceptance. The skylights shall be free of defects in materials and factory workmanship, and defective materials shall be repaired or replaced, after proper notification, at no cost to the owner. Glass and glazing material are warranted against seal failure, delamination or defects in manufacture for a period of 10 years from date of manufacture or 9 years from date of substantial completion (5 years for sloped glazing), whichever is longest. 8. 2.00 PRODUCTS 2.01 GENERAL The Drawings and Specifications were prepared to show intent and establish minimum standards of design and performance of work intended under this Section. 2.02 STRUCTURAL DESIGN A. Design: Skylight members and glass panels shall be designed for live load, wind load, negative pressure and concentrated load per the Uniform Building Code, 1991 Edition, and all applicable Federal, State, and Local Codes and Ordinances. B. DefUections and Thermal Movements: Obtain necessary information from Architect or Engineer on building deflections due to loadings, temperature variations, shrinkage, and similar causes. Provide manufacturer’s stock products and system which are capable of withstanding building movements and weather exposures including wind loading, and which are capable .of performing within the following limitations: 1. Normal-to-wall deflections not exceeding 1/175 of span, except 1/300 for glass-supporting members. 2. Parallel-to-wall deflections not exceeding 75% of glass edge clearances. 3. Thermal movements resulting from ambient temperature range of 12OoF. Fasteners: Structural fasteners shall provide a 4:l safety factor when fully loaded. Expansion and Contraction: Skylight assembly shall be so designed and anchored that there will be no objectionable distortion or stresses in fastenings and joinery due to expansion and contraction when subjected to a 1200F tern peratu re differential. C. D. 5/1/95 @ E 1 f I b 1 I I. 1 8 I I I E 1 E. Air Infiltration: Air infiltration through the skylight assembly, when test accordance with ASTM E 283, (Test for Air Infiltration), shall not exceed cubic feet per minute per square foot of fixed unit area. F. Water Penetration: Water penetration is defined as the appearanc uncontrolled water, other than condensation, on the roomside of any part ( assembly. Drain to the exterior all water entering at joints or glazing re and all condensation occurring within unit construction. No water penetr shall occur when the assembly is tested in accordance with ASTM E 31 1 for Water Penetration Under Static Pressure). t 2.03 MANUFACTURERS A. Bristol Fiberlite Industries: Structural Skylight Series. I 6. O'Keeffe's, Inc.: Standard Glazing System Series. C. Or Equal. 2.04 MATERIALS A. Aluminum: 1. Skylight framing members, structural reinforcement, perimeter members and glazing caps shall be extruded aluminum alloy 6063- 6061-T6 of sufficient thickness for the application. 2. Flashings, trim, closures, and other accessory items shall be of fo compatible metal sheet suitable for the application having a min, thickness of 0.032 inches. B. Fasteners: 1. 2. Exterior fasteners used as cap retainers shall be 300 series stai steel pan heads, neoprene gasketed, Phillips slots, or as specifiec Interior fasteners for attaching skylights to surrounding constructior be of cadmium-plated steel unless otherwise specified. 1 C. Glazing Materials: 1. Sloped Surfaces: 1/4" thick lexan. 2. All glazing shall be single. D. Glazing Accessories: All glazing tapes, gaskets, setting blocks, and other materials used in sea sealing, and setting of the glazing incorporated in the aluminum framing si shall be of a type, quality, and compatibility to provide performancs serviceability throughout the life of the skylight system. 1 I. @ 222 E. Finish: 1. 2. All exposed framing surfaces shall be free of scratches and other serious blemishes. Exposed metal surfaces of framing, trim, break shapes and other accessories shall be finished with a fluorpolymer two coat system, P.P.G. industries "Duranaf or equal. Color match aluminum storefront, Ameriione "Derby Green", #1 D28C. a. All aluminum shall be chemically cleaned and primed for coating manufacturer's recommendations. b. Coating shall meet or exceed AAMA Publication 603.7. c. All pieces shall be cut, bent, broken, punched, holed, etc. prior to application of finish. 2.05 FABRl CAT1 ON A. Skylights shall be factory fabricated and preassembled in largest size assemblies consistent with economic considerations for shipping to and handling at the job site. All cap retainers shall be attached using stainless steel fasteners. These fasteners shall be designed and located such that all glazing strips are compressed to provide a uniform compression seal. Fasteners shall be located at 12' O.C. or less. All clips for the attachment of the rafter bars shall be of aluminum or stainless steel and by shopriveting, botting, or welding to the rafter bars attain fully rated st nsctu ral loading . All welding shall by the heliarc process. All exposed welds to be dressed where practical. Waterproofing shall not be reliant on additional continuous exterior silicone sealant beads. Horizontal flush butt joints may rely on a continu0us silicone seal. Silicone or neoprene setting blocks shall be used for the support of the glass and shall be sized and located in accordance with the glass manufacturer's recommendations. At no point shall the glass come into contact with metal park of the skylight. Skylights shall have a properly designed weep system for drainage to the exterior without excessive air infiltration. . B. C. 0. E. F. G. 3.00 EXECUTION 3.01 FIELD DIMENSIONS 5/1/95 a3 I 1 t I I 1 1 It I. 1 1 1 i 1 I s 8 A. Verify field dimensions and adjust skylight construction and glazing pane to accommodate field conditions. When required, cast in place anchc items along with dimensional setting diagrams shall be furnished by the sk manufacturer by casting during placement of concrete or masonry. f 3.02 EXAMINATION OF SURFACES A. Examine the members to which the work of this Section attaches or ad] Provide notification of any conditions which jeopardize the integrity a proposed skylight installation. Do not proceed until such condition: corrected, as beginning of work shall imply acceptance of existing condil 3.03 GALVANIC PROTECTION A. Aluminum surfaces in contact with dissimilar metals, if not organically co shall be given a heavy coat of zinc chromate or bituminous paint. 3.04 INSTALLATION A. Skylight installation shall be the sole responsibility of the skylight manufac in strict accordance with the approved shop drawings. Only experie mechanics familiar with this type of specialized work shall be employed. Install skylights plumb, true, without warping or racking of panels, and wil waves or buckling. Exercise care in the drilling of anchorage holes to obtain fully rated strc from the attachment devices. During erection, provide for thermal movement with a minimum ambiei temperature shift of 1OOoF without creating undue stresses to faste sealants, glazing materials, or the structural system. Apply sealant where indicated on the Drawings, or where standard pra dictates. B. C. D. E. 3.05 GLAZING A. After installing bedding tape or gasket on rafters, perimeter framing and c bars, glazing panels shall be carefully positioned on these supporting meml Sufficient clearances must be maintained to preclude contact at any point structural surfaces or glazing fasteners. Nipping of edges of glass panel: not be permitted. Edge engagement of glazing panels must confon manufactu rer’s published recommendat ions. Apply outer glazing tape or gasket at entire perimeter of glazing panel install removable glazing caps. Tighten glazing fasteners securely in ord provide uniform compression. 8. e u I. 6B 224 3.06 CLEANUP * A. Glazing panels shall be left in scratch-free condition inside and out with all labels removed. Remove all rubbish, debris, cartons, and crates from premises. 3.07 FINAL CLEANING AND PROTECTION A. Subsequent to installation of skylights, the General Contractor shall be responsible for the cleaning of glazing, framing members and accessories. No abrasive material of any kind shall be used in cleaning of skylight surfaces. The General Contractor shall exercise caution to prevent mortar, concrete, or run-off water containing lime or other substances that might damage the glazing panels or other surfaces by lying on or flowing over the installed materials. Such damaging substances shall be removed or rinsed off immediately. END OF SECTION 5/1/95 @ 1 8 I I I I I I 8. I I f 1 1 I I DIVISION 07 - BUILDING THERMAL AND MOISTURE PROTECTION SECTION 07900 - BUILDING CAULKING AND SEALANTS 1.00 GENERAL 1.01 GENERAL CONDITIONS f The requirements of the "General Conditions' and of "Supplemental General Provi to SSPWC 1994' shall apply to all work of this Section with the same force and ( as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Codc the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Exterior Sealant: Clean and caulk at the following exterior locatioi a. Joints in all materials susceptible to air or weather infiltratio b. Joints between dissimilar exterior materials. c. Joints between metal door, window and louver frames adjacent materials. d. All other exterior locations indicated on the drawings to be s( or required to provide a watertight ihstallation. Interior joints around metal frames built into exterior walls or where such joints are indicated on the drawings to be seal1 where such joints are not covered by trim. At all other interior locations indicated on the drawings 1 2. Interior Surfaces a. b. 1 sealed. 6. Related Work Described Elsewhere: 1. Sheet Metal. 2. Door and Glazing Systems. 3. Plumbing. 1.03 GENERAL This specification does not necessarily name all locations where caulking and s( are to be installed. Carefully examine the drawings and the construction as ac erected, and provide caulking or sealant at all locations where water infiltration ( occur. This includes examination of caulked joints provided by others and perf01 and recommending any remedial measures deemed necessary in their work. I I. @ 226 1.04 SUBMllTALS A. Samples: 1. Submit prior to actual placement samples of exposed caulking and sealants required for City's approval of colors. Unless otherwise directed, apply samples in &inch runs in actual joints at the job site. 2.00 PRODUCUS 2.01 MATERIALS A. General: Caulking and sealants, primers and accessories shall be compatible with each other and non-staining to exposed materials including adjacent mailerials. Primers (If Required): As manufactured and recommended for each substrate by approved manufacturer of each caulking and sealant material used. Back-up Materials: As recommended for and compatible with each caulking and sealant used. In general, use bead or rope-shaped, polyethylene or polyurethane foam, except where manufacturer of sealant requires open cell foam only (typical for silicone sealants) use open cell polyurethane type; Denver, Taylor, or approved equal. For joints subject to horizontal traffic or puncture, use semirigid vinyl or polyethylene foam, solid neoprene rod (60 Durometer) or similar approved support type backing. Do not use any bituminous, oily or solvent containing materials or any incompressible materials. In general, width or diameter of preformed backing material to be 11-1/4 to 1 -1/3 times the width of the joint to be sealed. Caulking For Joints in Walls and Other Vertical Surfaces: General Electric 'Silpruf.' E. Elastomeric Sealant Standard: Provide manufacturer's standard chemically curing, elastomeric sealant of base polymer indicated, complying with ASTM C920 requirements. The applications for joint sealants are indicated in the Sealant Schedule at the end of this section. Provide one of the options listed for each application. Provide materials selected for compatibility with each other and with substrates in each joint system; confirm with manufacturer. Sealant No. 1 : Polyurethane Sealant, Type M, Grade NS, Class 25, uses NT, M, A, and 0. Provide one of the following products: Dynneric: Tremco, Inc. Dyrnatroll II: Pecora Cop. Rubbercalk 21 0: Products Research & Chemical Corp. NP II: Sonnebom B. C. D. F. G. 5/1/95 @ It 8 I 1 8 It 1 I I. I 1 I 1 I I 1 H. Sealant No. 2: Polyurethane Sealant, Type SI Grade NS, Class 25, Use MI A and 0. Provide one of the following products: Dynatrol I: Pecora 1A: Sika Dymonic: Tremco, Inc. Rubbercalk 6OOO: Products Research & Chemical Cop. Sealant No. 3: Acrylic Sealant, Type SI Grade NS, Uses NT, M ai recommended by manufacturer for general use as an exposed bu construction sealant. Provide one of the following products: One Part Acrylic: Dap, Inc. Mono: Tremco, Inc. 60 + Unicrylk: Pecora Corp. Sealant No. 4: Polyurethane Sealant, Type MI Grade PI Class 25, U Provide one of the following products: N.R.-200 Urexpan: Pecora, Cop. Sonolastic Paving: Sonnebom. Rubbercalk 270: Products Research & Chemical Cop. THC-900: Tremco, Inc. Sealant No. 5: Mildew-Resistant Silicone Rubber Sealant, Type SI Gradc Class 25, Uses NT, M and A; compounded specifically for mildew resisi and recommended by manufacturer for interior joints in wet areas; pa ANSI A136.1 test for mold growth. Provide one of the following product Tremco Proglaze: Tremco, Inc. Dow Coming 786: Dow Coming Corp. Silicone Sanitary 1702 Sealant: General Electric Co. non-oily type. sealant manufacturer. f I. J. K. L Solvents and Cleaning Agents: As recommended by sealant manufac M. Bond Breakers: Polyethylene tape or masking tape, as recommendL I 3.00 EXECUTION 3.01 SURFACE PREPARATION Joints and surfaces to be caulked shall be free from dust, dirt moisture or other fo materials; concrete shall be fully cured, and curing agents, which act as breakers, shall be remove. Joints shall be lightly sandblasted, using care to PI exposed surfaces. Primers shall be applied where recommended by SE manufacturer. ! I. @ 220 3.02 APPLICATION A. InsUall backup material or joint filler at proper depth in joint to provide sealant dimensions as hereinabove specified. Backup material shall be of suitable size and shape so that when compressed (25 to !X%), it will fit in joints as required. Sealant shall not be applied without backup material and, if necessary bond breaker strip. When using backup of hose or rod stock, roll the material into the joint to avoid lengthwise stretching. Hose or rod stock shall not be twisted or braided. Use specified bond breaker strip between sealant and supporting type backup material. Bond breaker strip shall be used in all joints where sufficient room for backup does not exist. Apply masking tape, where required, in continuous strips in alignment with joint edge. Remove tape immediately after joints have been sealed and tooled as directed. Prime surfaces, where required, with primer as recommended by sealant manufacturer. D. Foliow sealant manufacturer's instructions regarding mixing, surface B. C. preparation, priming, application life and application procedure. 3.03 SEALANT SCHEDULE A. Exterior Joints: 1. Joints between metal frame and masonry: Sealant No. 1 Sealant No. 2 Sealant No. 3 2. Exterior sills, jambs, and heads of window frames, door frames, louvers and similar openings, and where metal, wood or other materials abut or joint masonry, concrete or each other: Sealant No. 1 Sealant No. 2 Sealant No. 3 Sealant No. 4 Sealant No. 1 Sealant No. 2 Sealant No. 3 3. 4. Horizontal joints in pavement and sidewalks: Other exterior joints as indicated or shown: 5/1/95 @ I 1 I 1 1 I 1 1 I. I I 1 I t I I I B. Interior Joints: 1. 2. Joints between plumbing fixtures and other elements: Other interior joints as indicated or shown: Sealant No. 5 Sealant No. 3 f END OF SECTION I . I. @ 230 DIVISION 08 - BUILDING DOORS AND WINDOWS SECTION 08100 - BUILDING HOLLOW METAL DOORS AND FRAMES 1.00 GENERAL. 1.01 GENERAL. CONDITIONS The requirements of the "General Conditions" and of "Supplementary General Provisions to SSPWC 1994" shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Hollow Metal Doors. 2. Pressed Metal Frames. B. Related Work Described Elsewhere: 1. Finish Hardware. 1.03 GENERAL REQUIREMENTS A. Verification of Dimensions: The hollow-metaldoor-and frame Contractor (hereinafter referred to as Contractor) shall visit the premises to thoroughly familiarize himetf with all details of the work and working conditions and verii all dimensions in the field, and shall advise the City of any discrepancy before performing any work. Work shall not be started until any defects and discrepancies have been corrected. Commencement of work shall apply acceptance of the conditions by the contractor. B. Coordination: The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building structure and to the work of other trades. 1.04 SUBMllTALS A. Shop Drawings: 5/ 1 /95 @ I I 1 8 I I I 8 I. 1 1 I 8 1 I I 1. Shop Drawings shall be submitted within thirty (30) calendar days award of contract. Doors and door frames shall not be delivered tc job site until after the approved shop drawings have been returned ti Contractor. Contractor shall be responsible for any errors of detr and fabrication and for the correct dimensions, fittings, and pi attachment of items directly connected with the installation of doors door frames and shown on the shop drawings. a. Doors: Shop drawings shall indicate location and elevatic each door, details of construction, method of assembling sect locations and extent of hardware reinforcement, hard locations; sizes, shapes, and thicknesses of materials; IC sections and glass panels, where required; joints connections. b. Door Frames: Shop drawings shall show construction of fr thickness of metal, provisions for receiving hardware, methc reinforcing, type and location of anchors, hardware locations connections at openings. c. Shop painting and Catalog Cuts: Shop drawings shall include specifications for shop painting including pretreatins painting materials processes, and catalog cuts or descriptive for the weatherstripping and threshold. f 1.05 PRODUCT HANDLING: A. Deliver, store, and handle metal doors and frames in a manner to prt damage and deterioration. Provide packaging such as cardboard or other containers, separators, ban spreaders, and paper wrappings as required to completely protect all I doors and frames during transportation and storage. Store doors upright, in a protected dry area at least 1 inch or more oi ground and floor and with at least 1/4 inch air space between individual pic Protect all prefinished and hardware surfaces as required. 8. I C. D. 2.00 PRODUCTS 2.01 MANUFACTURER. A. Subject to compliance with requirements, provide steel doors and fram one of the following: Amweld/Div. American Welding & Mfg. Co. Fenestra Cop. Steelcraft/Div. American Standard Co. Republic Builders Products Corp./Subs. Republic Steel 1 . 1. @ 232 2.02 HOLLOW METAL DOORS: A. Types: 1. Doors shall be 1-3/4’ steel doors with face sheets of 18 gauge, galvanized, cold rolled, per ASTM A366 and A568, leveled sheet steel. 2. Both faces of the door shall have smooth, seamless, and unbroken surfaces, with top and bottom edges closed flush to the door face sheets. No inverted channels shall be allowed. Lock and hinge edges shall be formed by full overlap of each face sheet around the perimeter vertical channels of a unitized grid structure, meeting at the center-line of each edge. All structural components shall be manufactured of galvanized steel, utilizing maximum strength welding design and techniques throughout. Doors requiring kraft honeycomb or foam material as the stabilizer shall not be allowed. Inner structure of the door shall be formed as a unitized grid, composed of minimum No. 18 U.S. gauge steel channels with rigidized webbing, cold roll formed to assure consistent dimensions. The grid pattern shall consist of four (4) vertical members and eight (8) horizontal members. The grid shall be unitized by double projection welding at each junction and shall have applicable hardware reinforcements attached by multiple welds. The grid shall form the flush top and bottom sections of the door. Inner surfaces of the face sheets shall be specially coated with a layer of synthetic resin-base sound deadener prior to assembly to the grid. The substance shall be noncombustible, vermin-proof, corrosion resistant, and indefinitely elastic to retain proper deadening properties. Structural attachment of the face sheets to the unitized grid assembly shall be achieved by direct current principle, double projection, multiple series welds, using electronically operated equipment specifically designed to assure maximum strength and rigidity throughout. All doors shall be mortised and reinforced for hinges and locks to allow field application. Hinge reinforcements shall be a minimum No. 14 U.S. gauge steel, die- formed to provide screw thread depth equivalent to No. 10 US. gauge. Lock reinforcement shall be formed of minimum No. 14 U.S. gauge integral steel. All hinge accommodations shall be preformed as an integral part of the continuous vertical member forming the periphery of the unitized grid. The backup reinfdrcements of hinges and lock shall be die-formed to extend no less than five (5) inches into the interior, and shall join the parallel inner vertical member of the grid structure to insure a uniform door. Inserted plate-type reinforcement shall not be allowed as an acceptable method of door suspension. Provision shall be made for additional reinforcement, for a surface applied door closer. 3. 4. 5. 6. 7. 8. 5/1/95 49 I I 1 I t I I I I. 1 8 1 I I I I B. Finishes: 1. All welds shall be ground smooth and touched up with 'Galvaloy' 2. Doors shall be cleaned by a process conforming to Fc Specifications TT-(2-490, Grade 1. 3. Immediately after cleaning, finish with a zinc dust primer conformi Federal Specification TT-P-641d1 Type 1 1. t C. Hardware Preparation: Secure templates from the finish hardware supplier. Reinforce all harc locations as required for long life under hard service. 2.03 METAL FRAMES: A. Dimensions: Frame dimensions shall be the manufacturer's standard for the doors I furnished. 8. Composition and Materials: 1. Frame materials shall be 16 gauge galvanized, cold rolled stec formed to profiles as detailed on the Architect's drawings. Frames comply with SDI-100. Corners are to be mitered, welded, and ground smooth. Frames for hollow metal doors shall be reinforced with heavy g reinforcements for hinges, closers and lock strikes. Provide drilled and tapped 10 ga., minimum, steel reinforcing mortise type hardware cutouts. Protect all reinforced points with 24 ga. plaster shields for all frarr masonry and poured concrete walls. Provide suitable type adjustable anchors for each respective condition. 2. 3. 4. 5. 6. C. Finishes: 1. 2. Prior to finishing, all welds shall be ground smooth and touched ul 'Galvalo y'. Frames shall be cleaned and primed as specified for the doors. m s . I. @ 234 3.00 EXECUTION 3.01 * INSTALIATION OF DOOR FRAMES A. Door Frames shall be installed plumb, square, level, in alignment, and accurately secured in position at the locations shown and noted on the drawings. Wall anchors for door frames shall be installed approximately at the hinge and strike levels, three (3) anchors per jamb. 3.02 INSTALLATION OF DOORS A. Doors shall be hung accurately with proper clearances, specified hereinbefore, in conjunction with the installation of hardware furnished in Section 08710 HARDWARE. Hardware shall be well secured, straight, neat, complete, and in perfect working condition. Hardware shall be removed and reinstalled by Contractor before and after finish painting by the painting contractor. Final adjustment shall be made for the proper and easy operation of the doors after painting. Hardware and operating parts shall be lubricated or waxed as required. 3.03 INSTALLATION OF HARDWARE A. See Finish Hardware Section. 3.04 WEATHERSTRIPPING AND THRESHOLD A. See Finish Hardware Section 3.06 CLEAN-UP Upon completion of the work under this section, the Contractor shall remove from the premises all surplus materials, tools, equipment, rubbish, and debris resulting from his work at his own expense and leave the installation in clean, neat and workmanlike condition satisfactory to the Architect. END OF SECTION 5/1/95 a9 I I 1 I I I i 1 1. 1 I 0 DIVISION 08 - BUILDING DOORS AND WINDOWS I SECTION 08331 - BUILDING OVERHEAD COUNTER DOORS 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions' and of 'Supplementary Ge Provisions to SSPWC 1994" shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Cod1 the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Overhead counter doors including controls and hardware. B. Related Work Described Elsewhere: 1. Metal fabrications. 2. Metal support systems. 1.03 GENERAL REQUIREMENTS 1 A. Verification of Dimensions: The Overhead Counter Door Contractor (hereinafter referred to as "Contra shall visit the premises to thoroughly familiarize himself with all details c work and working conditions and venfy all dimensions in the field, and advise the City of any discrepancy before performing any work. Work sha be started until any defects and discrepancies have been cone I Commencement of work shall imply acceptance of the conditions by Contractor. I B. Coordination: l The Contractor shall be specifically responsible for the coordination and pr relation of his work to the building structure and to the work of other trad 1.04 SUBMIITALS A. Within thirty (30) calendar days after the award of contract, submit the follou 1 I 1 c Y I. 49 236 1. 2. 3. Manufacturer's literature on specified product, including a list of all specified components and hardware. Sample of the specified finish. Shop drawings showing the door frame, hardware, and methods of installation and attachment. 1.05 PRODUCT HANDLING A. Deliver, store, and handle metal doors and frames in a manner to prevent darnage and deterioration. Provide packaging such as cardboard or other containers, separators, banding, spreaders, and paper wrappings as required to completely protect all metal doors and frames during transportation and storage. Protect all prefinished and hardware surfaces as required. B. C. 1.06 QUAUTY ASSURANCE A. Furnish each overhead counter door as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. Inserts and Anchorages: Furnish inserts and anchoring devices which must be set in concrete or built into masonry for installation of units. Provide setting drawings, templates instructions and directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. Wind Loading: Design and reinforce rolling doors to withstand a wind loading pressure of 20 psf. B. C. 2.00 PRODUCTS 2.01 MANUFACTURER A. Provide overhead counter doors as manufactured by one of the following: Raynor-Garage Doors The Cookson Co. Cornell Iron Works, Inc. Kinnear Div., Harsco Cop. Overhead Door Corp. 2.02 DOOR CURTAIN MATERIALS AND CONSTRUCTION A. Door Curtain: Interlocking slats designed to withstand the specified wind loading, of continuous length for the width of the door without splices. Provide slats of the material gage recommended by the door manufacturer for the size and type of door required, and as follows: 5/1/95 a9 I i 1 1 8 I 1. 1 1 I I I I I I 1. Steel Slats: ASTM A446, Grade A, with G90, zinc coating, comp with ASTM A525, and phosphate treated before fabrication. a. Furnish manufacturer's standard "flat-face' slats. B. Endlocks: Malleable iron castings, galvanized, secured to curtain slats. C. Bottom Bar: Manufacturer's standard tube or bar shape, stainless steel. D. Gasket: Replaceable gasket of flexible vinyl or neoprene between angles weather seal and cushion bumper. Curtain Jamb Guides: Steel shapes with sufficient depth and strength to r the curtain against specified wind loading. Build-up units with minimum 1 thick steel, sections complying with ASTM A36. adjustment. F. Weather Seals: Manufacturer's standard rubber or neoprene on contini metal pressure bars. At door heads, use a 1/8" thick continuous sheet sec to inside of curtain coil hood. At door jambs, use 1/8' thick continuous secured to exterior side of jamb guide. Counterbalance: Manufacturer's standard adjustable steel helical torsion SF mounted around a steel shaft and mounted in barrel with grease-sealec bearings or self-lubricating graphite bearing for all rotating members. Hood: Entirely enclose coiled curtain and operating mechanism at opc head and act as a weather seal. Provide closed ends for surface-moc. hoods, and any portion of between-jamb mounting projecting beyond wall Provide intermediate support brackets as required to prevent sag. 1. Steel: Not less than 24 gage hotdip galvanized steel sheet with 1.2 'Commercial' zinc coating, complying with ASTM A525 Phosphate before fabrication. I. 1 E. Slot bolt holes for 1 G. H. 2.03 FINISH A. Shop clean and prime all ferrous metal and galvanized surfaces, exposec unexposed, except raying and lubricated surfaces, with door manufacti standard tust inhibitive primer drying to a flat sheen. 2.04 DOOR OPERATION A. Manual Push-up Operation: Design counterbalance mechanism so required lift or pull for door operation does not exceed 25 Ibs. Adjust oper mechanism so that the curtain can be easily stopped at any point in its 1 and to remain in position until movement is reactivated. 1. 2. Provide galvanized steel lifting handle on bottom bar. Provide cylinder lock keyed to building masterkey. C . I. @ 238 3.00 EXECUTION 3.01 INSTAUATION A. B. Installer shall be authorized manufacturer’s representative. Install door and operating equipment complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers and equipment supports in accordance with final shop drawings, manufacturer’s instructions and as specified herein. Upsn completion of installation including work by other trades, test and adjust doors to operate easily, free from warp, twist or distortion, and fitting weathertight for entire perimeter. C. END OF SECTION 5/1/95 @ I 111 i 1 1 I I I I. 1 1 1 1 I I R 0 DIVISION 08 - BUILDING DOORS AND WINDOWS 1 SECTION 08710 - BUILDING FINISH HARDWARE 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions" and of "Supplementary Ge Provisions to SSPWC 1994" shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Code thee specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. 2. 3. 4. Weatherstripping. Furnishing finish hardware for all doors, complete, except as othe specified. Mounting locations for all finish hardware. Templates for all items where hardware is required to be incorporal work of other sections. 8. Related Work Described Elsewhere: 1. Doors and Frames. 2. Toilet Accessories. Furnish all items of hardware required to complete with work. lten hardware not definitely specified shall be provided of a type and quality sui to the service required and comparable to other hardware. Where the exact types of hardware specified are not adaptable to the fini shape or size of the members requiring hardware, furnish suitable types hi as nearly as practicable the same operation and quality as the type spec C. D. 1 subject to City's review. 1.03 GENERAL All hardware required for the complete operation and function of each door shi provided. Where specifications call for cylinders only to be furnished, cylinders be compatible with equipment to be furnished and shall be keyed to building rr key system. Provide all necessary coordination. I . I. a9 240 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product data containing drawings or cuts of all hardware items at same time hardware schedule is submitted. Make submittal in a neat brochure form and include an index list of all items, with manufacturer's names and catalog numbers. If proposing a substitute, submit that product data attached to one showing specified item and indicate savings to be made. Include a list of all manufacturers used and their nearest representative with address and phone number. Hardware Schedule: Submit six copies of schedule at earliest possible date after receipt of Notice to Proceed. Organize schedule into 'hardware Sets' in the same format as listed in the specification (horizontal schedule not acceptable), with an index of doors and heading, indicating complete designations of every item required for each door or opening. Include the following information. 1. 2. 3. 4. 5. 6. Mounting locations for hardware. 7. Keying Schedule: Submit three copies of separate detailed schedule indicating clearly how the City's final instructions on keying of locks has been fulfilled. 6. Type, style, function, size quantity and finish of each hardware item. Name, part number and manufacturer of each item. Fastenings and other pertinent information. Location of hardware set cross-referenced to indications on drawings both on floor plans and in door and frame schedule. Explanation of all abbreviations, symbols, codes, etc. contained in schedule. Door and frame sizes and materials. C. 1.05 QUALITY ASSURANCE A. Manufacturer: Obtain each kind of hardware (latch and lock sets, hinges, closers, etc.) from only one manufacturer, although several may be indicated as offering products complying with requirements. Scheduled Designations: Except as otherwise indicated, the use of one manufacturer's numeric designation system in schedules does not imply that another manufacturer's products will not be acceptable, unless they are not equal in design, size, weight, finish, function, or other quality of significance. However, do not make substitutions after City's acceptance sf hardware supplier's completed hardware schedule. Hardware supplier must be a direct factory contract supplier who has in his employment an experienced hardware consultant who is available at all reasonable times during the course of the work, for project hardware consultation to the City, Architect and Contrador. Exit Doors: Openable at all times from the inside without the use of a key or any special knowledge of effort. 6. C. . D. 511 195 @ I I I 1 8 I 1 1 I I I II I 1.06 JOB CONDITIONS A. Coordination: Coordinate hardware with other work. Tag each item or pac separately, with identification related to the final hardware schedule, and in( basic installation instructions in the package. Furnish hardware items of pi design for use on doors and frames of the thicknesses, profile, swing, s8( and similar requirements indicated, as necessary for proper installation function, regardless of omissions or conflicts in the information in the cor documents. Deliver individually packaged hardware items at the times ai the locations (shop or field) for installation, as directed by the Contractoi 1. Coordinate the provisions of reinforcement, in stud walls, for wall ! and holders. 2. Provide for all doors to swing to maximum degree whether shou plan or not. Templates: Furnish hardware templates to each fabricator of doors, frame! other work to be factory-prepared for the installation of hardware. I request, check the shop drawings of such other work, to confirm that adw provisions will be made for the proper installation of hardware. C. Inspection: Hardware supplier shall inspect all hardware furnished with days of contractor's request and include with his guarantee a statement the has been accomplished. Inspector or contractor will sign off the hardwa being complete and correctly installed and adjusted. Further correctio defective material to be the responsibility of the manufacturer 01 t I B. 1 I. representative. 1.07 GUARANTEE A. 2.00 PRODUCTS 2.01 Provide a two year guarantee from hardware supplier. MANUFACTURER A. Approved Manufacturers: Approval of equals is for hardware equal to or k than specified item. I Listed Approved As Equal Hinges Monthard Mcffinney, Lawrence, t Locks Schlage Trimco Quality, Builders Bras Stop & Holders Thresholds Reese Zero, Pemko Seal & Bottoms Reese Zero, Pemko Stanley 1 I. @ 242 2.02 FINISH A. Generally to be 626, dull chrome at stops. Miscellaneous 630, stainless steel at locks and plates. 600 prime coat a hinges. B. Seals and Thresholds: Match jamb finish. 2.03 MATERIALS A. Locksets: All locksets shall be mortise type. Strikes to be curved with box construction, and have lips of sufficient length to clear trim and protect clothing. Design to be Schlage 03A. 1. Keying requirements as follows: Keying of cylinder locks shall be coordinated with the City. For estimate use Grandmasterkeying charge. Under City's direction, key to new or existing system to be approved by City's representative in writing. Furnish construction key system with keys which can be rendered inoperativa by the turn of the change key. Stamp all keys 'Do Not Duplicate'. Hinges: Outswinging exterior doors shall have non-removable (NRP) pin. All hinge open widths shall be minimum, but of sufficient size to permit door to swing 180 degrees. Furnish three hinges per leaf to 7'4' height, add one each two feet extra and at pivots. Flush transom offset brackets: Use where parallel arm closers are listed for doors with fixed panels over. Drop brackets required at narrow head rails. Kickplates: Provide with four beveled edges. IO' high x width less 2'. Furnish with machine or wood screws of stainless steel. Screws: All exposed screws shall be Phillips head. Seals: Solid neoprene to be Mil. Spec. R6855CL Ill, Gr. 40; sponge neoprene to be Mil. Spec. R6130, Type 11, Group C. Provide stops with risers as required. B. C. D. E. F. G. 3.00 MECUTKIN 3.01 MOUNTING LOCATIONS Installation of doors is specified in other sections. The following requirements for location 01 hardware shall govern doors of all types unless otherwise specified. A. Locks and Latches (Cylindrical, Mortise, Unit, integral): 38 inches from finish floor to center of knob, UON. Door Pulls: 42 inches from finish floor to center of grip. 6. 5/1/95 a9 I I I 1 I I I I. I i I I I 1 8 C. D. E. F. Intermediate Hinge: Equally spaced between top and bottom hinge. G. Push Plate: 48 inches from finish floor to center of place. Top Hinge: 5" from door top to top of hinge. Bottom Hinge: 10 inches from door bottom to bottom of hinge. 1. Astragel: between doors full height; using non-removable bolts spaced 10" O.C. Install astragel extending 1" from active leaf, covering op~ I 3.02 CONDITION OF SURFACES Inspect doors, frames and other surfaces to receive items of finish hardware and r( any defects which might adversely affect the installation and function of the hardi Commencing work implies acceptance of surfaces as satisfactory. 3.03 COORDINATION Contractor shall coordinate and be responsible for the proper fabrication of wo material to receive hardware. No extra cost will be allowed because of changc corrections necessary to facilitate the proper installation of any hardware. 3.04 INSTALLATION A. Install each hardware item to comply with manufacturer's instructions recommendations. Do not install surface-mounted items until finishes been completed. Set units level, plumb and true to line and location. A and reinforce the attachment substrate as necessary for proper installatior Adjust and check each operating item of hardware and each door, to er proper operation or function of every unit. Replace units which cannc adjusted to operate freely and smoothly. 1 operation. B. 3.05 ADJUSTMENT When installation is otherwise complete, adjust working hardware for proper oper and function. 3.06 SCHEDULE The hardware for all exterior doors shown shall be complete by door manufaci and shall include all necessary hinges, seals, stops and locksets. The locks shr keyed the same on all doors. END OF SECTION 5 . I. a3 244 DIVISION 09 - BUILDING FINISHES SECTION 09200 - BUILDING LATH AND PIASTER 1.00 GENERAL. 1.01 GENERAL. CONDITIONS The requirements of the 'General Conditions' and of 'Supplementary General Provisions to SSPWC 1994' shall apply to all work of this section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK: A. Work Included in This Section: 1. Product and application of lath and plaster. B. Related Work Described Elsewhere: 1. Concrete Unit Masonry 2. Rough Carpentry 3. Sheet Metal 4. Caulking and Sealant 5. Painting 1.03 QUALITY ASSURANCE A. Contractor: Contractor shall be qualified to do cement plaster work. B. Allowable Tolerances: Maximum deviation from true plane 1/8 inch in 10 feet as measured by straight edge placed at any location on surface. C. Standards: Comply with the following: 1. 2. Uniform Building Code (UBC), Chapter 47. Southern California Plastering Institute (SCPI) 'Lathing and Plastering Reference Data and Specifications Guide". ASTM C1063; Installation of Lathing and Furring for Portland Cement- Based Plaster. 3. 5/1/95 @ I I I I 1 I I 1 i I I I D I 4. ASTM C926; Application of Portland Cement-Based Plaster. 1.04 SUBMllTALS A. Samples: 1. Submit within thirty (30) calendar days after award of contract. 2. Provide 24" x 24" sample showing texture and color for City's appi Product Data: Submit manufacturer's product data for cementitious mate lath, metal support components, and accessories. Material Certificates: Submit producer's certificate for each kind of pl aggregate indicated evidencing that materials comply with requirements. I. B. C. I 1.05 DELIVERY, STORAGE AND HANDLING A. 8. Deliver materials so as to insure uninterrupted progress of work. Deliver all manufactured materials in the original packages or conta bearing the name of the manufacturer and brand. Keep all materials dry until used. Keep materials off the ground, under c and clear of damp walls or other damp surfaces. C. 10 1.06 CUMATE CONDITIONS A. Air temperature must be 4OF. minimum and rising when applying ce plaster or exterior finish coat. Air temperature must remain above 4OF. minimum of 24 hours. Consult National Weather Service before begir work. Hot weather requirements: Protect cement plaster and exterior finish coat uneven and excessive evaporation during hot, dry weather. B. I 1.07 JOB CONDITIONS A. Protect contiguous work from soiling, spattering, moisture deterioratior other harmful effects which might result form plastering. 2.00 PRODUCTS 2.01 PIASTER MATERIALS AND COMPONENTS A. 6. C. Portland cement: ASTM C 150, Type I or Type !I, natural color. Special finishing hydrated lime: ASTM C 206, Type S. Aggregates: ASTM C 144, all sand to pass No. 8 sieve. I . I. @ 246 D. Water: Clear and free from substances harmful to plaster. E. Bonding agent for Portland Cement Plaster: ASTM C932. F. CoUor: Frazee Paint No.: G. Finish: Sand Finish 2.02 MIXING (CEMENT PLASTER) A. Mixes 1. General: Job-mixed cement plaster mix, Bondcrete or Mortaseal Mason’s Lime with Portland Cement and Sand in accordance with ANSI A42.2, Type L B. Proportions: 1. 2. 3. Scratch Coat: 1 bag Portland cement, 344 to 1 bag lime to 6 cu. ft. sand. Brown Coat: 1 bag Portland cement, 1 bag lime, 6 to 7 cu. ft. sand. Finish Coat: 1 bag Portland cement, 2 bags lime, 7 to 10 cu. ft. sand. See drawings for location of cement plaster finish coat. C. Mixing: 1. General: a. Accurately proportion materials for each plaster batch with measuring devices of known volume. b. Size batches for complete use within maximum of one hour after mixing. c. Retemper plaster stiffened from evaporation, but do not use or retemper partially hydrated cement plaster. d. Do not use frozen, caked, or lumping materials, and remove such materials from job site immediately. e. Mix factory prepared cement plaster in accordance with manufacturer‘s written instructions. f. Add coloring agent in accordance with manufacturer’s recommendat ions. g. Use moist, loose sand in mix proportions. h. Withhold 10% of mixing water until mixing is almost complete, then add as needed to produce necessary consistency. 2. Mechanical Mixing: a. b. c. Clean mixer of set or hardened materials before loading for new batch. Maintain mixer in continuous operation while adding materials. Conform to mixing sequence, cycle of operations and time recommended by manufacturer of plaster materials. 5/1/95 a9 I I I I i I I I I I I I I I I I 2.03 SUSPENSION AND LATHING MATERIALS A. Metal Lath 1. At vertical surfaces: Paper-backed lath, USG paper-backed la equal. a. No. 17 gauge galvanized stucco netting meeting Fe specification QQ-L-101. b. Two horizontal No. 19 gauge galvanized wires at 6 inches ( c. Backing: One additional layer #15, Type D felt. 2. At horizontal soffit: Diamond mesh, 3.4 Ibs/sq. yd. a. Fabricate from cold roiled steel. b. Furnish galvanized or with factory applied rust-resistant pai c. Backing: 2 layers of #15, Type D felt. I. B. Metal Accessories 1. General a. b. Shapes used as grounds: Sized and dimensioned to provic required plaster thicknesses. Flanges designed to permit complete embedment of access plaster and provide for alignment and attachment to unde surface. Corner beads: small nose type, expanded flanges, 26 gauge galva steel, except as noted on drawing. Control joint: Type #15, expanded flanges, 26 gauge galvanized 2. 3. Casing beads: square end, 24 gauge galvanized steel. 4. C. Tie wire: Galvanized, annealed steel wire, 18 gauge minimum. D. E. I. Staples: 14 gauge wire staples, divergent points, 3/4 inch crown, lin. le! Nails (if soffit supported by wood framing): 1 3/4 inch 11 gauge, 3/8" heac washer. 3.00 EXECUTION 3.01 IN SP ECTl ON Prior to all work of this Section, carefully inspect all surfaces to which lath and p is to be applied and verify that all work of other trades is sufficiently complete to the lath installation, that all required backing is in place, and that all items whic be concealed by the application of lath and plaster have been inspectec approved. 3.02 METAL LATH AND ACCESSORIES A. Install lath with long dimension running perpendicular to suppoFts. I. @ 248 B. C. D. E. At metal supports attach lath with tie wires at 6 inch O.C. At wood studs, attach lath with staples. Do not continue lath across control and expansion joints. Fasten metal accessories using wire ties or staples to prevent dislodging or misalignment by subsequent operat ion. Fasten at both ends and maximum 12 inches O.C. along sides. Bring grounding edge of accessories to true lines, plumb, level and straight. Install accessories to provide required depth of plaster and to bring plaster surface to required plane. Connect lengths of accessories as recommended by manufacturer to assure a continuous line. Where plaster abuts dissimilar materials, terminate with plaster casing bead. Place control joints at locations and at spacing shown on drawings. F. G. H. 1. J. K 3.03 CEMENT PLASTER A. B. C. D. Apply scratch coat with sufficient material to form good keys on metal lath. Embed and fill all spaces of lath and score horizontally. Do not apply brown coat sooner than 48 hours after application of scratch coat. Apply brown coat to scratch coat, bring out to grounds, straighten to a true surface, float and compact and leave sufficient texture to assure adequate bond for finish. On vertical surfaces, cold joints in brown coat shall not occur over cold joints in scratch coat. Surface shall be free from imperfections which may reflect in the finish coat. Apply finish coat to a nominal thickness of 1/8'. Apply finish coat and trowel to a smooth, consistent sand finish. Curing: Provide proper continuous moist curing for Portland Cement plaster, including periods that extend over into holidays or weekends. 1. Scratch Coat: Moist cure for at least 48 hours. 2. E. F. G. H. Brown Coat: Moist cure for at least 48 hours, then allow to day for 12 days before applying finish coat. 5/1/95 @ I I I I I I I I. I I I I I 1 1 I 3.04 CUTTING AND PATCHING A. Cut, patch, point-up and repair plaster as necessary to accommodate t work and to restore cracks, dents and imperfections. Repair or replace to eliminate blisters, buckles, excessive crazing and check cracking, dry* efflorescence, sweat-outs and similar defects, and where bond to the subs has failed. Remove temporary protection and enclosure of other work. Promptly rer plaster from door frames, windows, and other surfaces which are not t plastered. Repair floors, walls and other surfaces which have been sta marred or othetwise damaged during the plastering work. When plastc work is complete, remove unused materials, containers and equipment clean floors of plaster debris. I. 6. 1 END OF SECTION c . 1. @ 250 DIVISION 09 - BUILDING FINISHES SECTION 09900 - BUILDING PAINTING 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions" and of 'Supplementary General Provisions to SSPWC 1994' shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OIF WORK A. Work Included in this Section: 1. Exterior Locations to Include: a. At1 exposed exterior metal which are not factory finished, shall be painted. This includes flashing, drains, rain water leaders, structural metal, louvers, light supports, etc. All concrete shall be sealed. All exterior doors and frames and glass block frames shall be painted. All lath and plaster surfaces shall be painted. 2. Interior Locations to Include: Interior steel and sheet metal, which are not factory finished, shall be painted on all surfaces. Factory prime coat properly touched up, will be sufficient for fully concealed surfaces, such as those against or incorporated in walls. Back prime all sheet metal before installation. All interior doors and frames shall be painted. All lath and plaster surfaces shall be painted. All concrete shall be sealed. Interior surfaces of concrete block shall be painted per finish schedule. b. c. d. a. b. c. d. e. f. B. Work Not Included: 1. Surfaces not to be painted: a. b. c. Refinished materials such as baked and porcelain enamel, plated metals, etc., unless specifically noted to be painted. Stainless steel, bronze, and aluminum. Do not paint any moving parts or operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor and fan shafts, unless otherwise indicated. 5/1/95 @ 1 I d. Do not paint over any code-required labels, such as Underw Laboratories and Factory Mutual, or any equipment identifica performance rating, name, or nomenclature plates. Neatly r all such items, and remove masking at completion of paintii I. I C. Related Work Described Elsewhere: 1. Water Repellant Coatings. 2. Structural and Miscellaneous Metals 3. Sheet Metal 4. Doors 5. Plumbing and Electrical I I I I I I I I I I 1.03 DEFINITIONS A. Term "Paintingn as used herein includes emulsions, enamels, paints, sl varnishes, lacquers, sealers and other coatings, whether used as p intermediate or finish coats. The term 'exposed' shall mean visible from any position in any portion c space of area described. The term 'all surfacesn shall mean wherever the material or surface occu the project, irrespective of the location or use. B. C. 10 1.04 REGULATORY AGENCIES Paint materials and their application shall comply with current rules and regulatia California Air Resources Board (CARB) and Federal lead content regulations. 1.05 SUBMllTALS A. Samples: 1. 2. Submit with thirty (30) calendar days from award of contract. Samples of final finish shall be prepared on the job and shall be i member or area painted in place. Hand samples acceptable only approved by the City (min. &1/2" x 11' white cardboard) an transparent wood finish (min. 12" x 12" size on wood). Do not prepare final interior color samples until permanent lightins place and operating. Do not proceed with painting work until color samples have 3. 4. I accepted. 8. Products List: Submit with thirty (30) calendar days from award of contract a complete required products, manufacturer proposed, and each manufact recommended method of application. Product lists shall be arranged I I. 6B I 252 same format and order as the Schedule of Products hereinafter included in this Section of the Specifications. Submittals shall clearly indicate whether alkyd or latex systems are to be used for particular surfaces. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver paint materials to job site in unbroken containers bearing manufacturer's brand and product name and number and color designation. Store materials and equipment at site in properly ventilated areas assigned for this purposed. Do receiving, opening, and mixing of paint in this location. Opening and mixing operatiorls shall not take place in areas to receive adhesive applied finishes, deck coatings, fluid applied waterproofing, or on unprotected exposed slabs. Take necessary precautions to prevent fire. Remove soiled rages and waste from premises at end of each day and store others in metal containers with covers. 8. C. 1.07 JOB CONDITIONS Comply with paint manufacturer's recommendations as to environmental conditions under which paint materials and systems can be applied. Apply no materials in areas where dust is being generated or will be generated beffore coatings are thoroughly dry. 1.08 PROTECTION Protect adjacent surfaces from spattered or sprayed paint using adequate drop cloths, masking etc., as necessary. Repair or cause to be repaired any surfaces damaged by painting operations. 1.09 EXTRA MATERIAL After completion of work, deliver to City 1 gallon of each paint color required, exclusive of material required to properly complete the project. Provide in 1 gallon containers identified with appropriate labels. 2.00 PRODUCTS 2.01 MATERIALS A. Unless otherwise specified, materials shall be selected from the following manufacturers: Dunn-Edwards, Fuller O'Brien, Glidden, Pratt & Lambert, Sherwin-Williams, Sinciair and Frazee. B. Only pure, unadulterated, first quality materials are permitted. When manufacturer makes more than one quality of product, use only his best quality. Undercoats are to be of same manufacture as approved final coat. 5/1/95 @ 1 1 I 1 1 I I C. Materials left from previous work are not acceptable. If required by Architect, the Contractor shall furnish proof from the manufacturer that ma is of recent manufacture and has been purchased by the Contractor fot specific job. Specific products and systems are set forth in Schedules hereinafter inch in this Section. I. D. 2.02 COLORS A. Surface treatments, and finishes, are shown on the drawings and indicatc the "schedules' on drawings. Paint colors are shown on the Lands Prior to beginning work the Architect will furnish sample color chips for surl to be painted. Match the colors of the chips and submit samples, as spa herein, before proceeding with the work. Paint Coordination: Provide finish coats which are compatible with the F paints used. Review other sections of these specifications in which prime p are to be provided to ensure compatibility of the total coatings system fo various substrates. Upon requests from other subcontractors, fu information on the characteristics of the specified finish materials, to ensurc compatible prime coats are used. Provide barrier coats over incompi primers or remove and reprime as required. Notify the Architect in writii any anticipated problems using the coating systems as specified with subst Finish coat colors shall be factory mixed; no on-site 'mixing and matc Unless specifically noted otherwise, colors will not be changed within a su plane. Unless otherwise directed by City, paint prime coated access panels, grills, same color as adjacent surfaces, or if adjacent surface does not re painting, use color as directed. Where items of electrical equipment are installed in finished spaces and v same have been furnished prefinished without benefit of prior selection of or finish by City, said items of equipment shall be etched or otherwise pref and given one spray coat of compatible finish to cover in color as approvc Where ducts and piping are exposed in finished areas, such items w painted to match wall or ceiling color and will not be color coded or paid accent colors unless specifically noted otherwise on the Drawings. Paint surfaces visible through grills, registers and similar openings flat bl I Architect's 'Color Schedule". B. C. I@ primed by others. D. 1 permitted. E. F. I I I 1 Crty. I I I G. H. I. I I* @ 254 2.03 UFE OF FILM * The color of surfaces finished under this Section shall, at the end of one year, remain free from serious fading and the variation, if any, shall be uniform. The original adherence of materials shall be maintained for one (1) year and during this period there shall be no evidence of any blisters, running, peeling, scaling, chalking, streaks or stains. Washing with alkali-free soap and water shall remove surface dirt without producing the above or other deteriorating effects. 3.00 EXECUTION 3.01 CONDITION OF SURFACES Before commencing painting, Contractor shall make certain that the work to be finished is in proper condition to receive paint; that the surfaces are clean, dry, smooth and at proper temperature. Moisture meters shall be used to check for dryness. Surfaces which cannot be prepared or painted as specified, shall be immediately brought to the attention of the Architect in writing. Starting of work without such notification will be considered acceptance by the Contractor of the surface involved. 3.02 PROTECTION Surfaces not to be painted shall be carefully protected from damage by signs, barricades, and other protective devices to indicate all newly painted areas, and remove same when paint in each area has dried. 3.03 STORAGE Paint shall be stored in separate, well ventilated and lighted area. 'No Smoking" signs shall be placed over the door. Distribution shall be performed in shed under authorized supervision. Evaporative materials shall be kept tightly closed when not actually in use. Stir all materials before application to produce a mixture of uniform denstty, and as required during the application of the materials. Do not stir any film which may form on the surfaces of materials into the material. Remove the film and, if necessary, strain the material before using. 3.04 PREPARATION FOR PAINTING Painting shall not be started until finish carpentry, including corrections and adjustments, is complete, all glazing is installed, and the area free from all debris, thoroughly broom cleaned and dusted. Surface conditions shall be suitable for a first-class ffinish and shall be subject to the approval of an authorized representative of the paint manufacturer. 3.05 PREPARATION OF SURFACES: General: Hardware, plates, lighting fixtures and similar items in place but not to be painted shall be completely removed or protected and masked as required during painting. A. 5/1/95 @ 1 1 1 I I I I 1 I. 1 I I I 1 i 1 8. Wood and plywood shall be sandpapered to a smooth and even surface dusted thoroughly. After prime or stain coat is applied, nail holes and SUI imperfections shall be carefully filled with putty or plastic wood, tinted to rn prime or stain color and sanded to match adjacent texture. Coat of knot sc shall be applied to all knots, pitch pockets and sappy areas. All unpri millwork shall be given specified first coat on all surfaces immediately i arrival to the job site. Frames and trim shall be backprimed before installa Top and bottom edges of doors shall be painted after fitting is completec Ferrous Metal: Grease, oil, dust and mud shall be removed by washing mineral spiriis. Rust and loose mill scale shall be removed from unpri metal by sandblasting or wire-brushing to expose bare metal. Prime coat be applied immediately on the same day to prevent corrosions. Shop pri metal shall be examined and any abraded or bare area shall be spot prit Galvanized Metal Surfaces: Oil, dirt and grease shall be removed, wit surfaces washed with galvanized metal wash, applied in strict accordance recommendations of the manufacturer. Sheet metal shall be backprimed bc installation. Plaster or masonry shall be dry before any sealer or paint is applied. primer-sealer coat is dry, all visible suction spots shall be touched up bc applying succeeding coats. Work is not to proceed until all such suction s are sealed. In case of presence of high alkali conditions, surfaces shoul washed to neutralize. If paint to be applied is latex or emulsion type, wash 4 per cent solution of tetrapotassium-pyrophosphate in water - 5 ou dissolved in 1 gallon of water. If paint is conventional oil type, wash witt sulphate solution - 3 pounds of zinc sulphate to 1 gallon of water. Metals be clean, dry and free from mill scale and rust. Remove all grease and oil Concrete surfaces shall be wire-brushed clean. Surfaces which are glazc where traces of parting compound are present shall be sandblasted or etched (sandblasting is highly recommended). Acid etch, if specified, shi dilute muriatic acid. The acid shall then be removed with water. I completion of sandblasting or acid etching the Owner shall be notified in w by the painting contractor that all glaze and/or parting compound has completeiy removed. Concrete stains resutting from the weathering of corroded metals ca removed with a solution of 2 ounces of sodium metasilicate in 1 gallon v Stained areas on weathered surfaces should be thoroughly wetted with 1 before application of solution. Gently rubbing with a cloth wetted wit1 solution will generally remove the stain. In severe cases, two applications be required. f C. D. E. 1 surfaces. F. I I* @ 256 3.06 WORKMANSHIP A. Skilled mechanics shall be employed and paint applied in accordance with best practice to satisfaction of Owner. Paint shall be applied evenly without sags, drips, runs, brush marks, thin spots or other defects. Paint shall be applied at proper consistency, rrot thinned or othennrise altered, except in accordance with manufacturer’s printed instructions. Paint shall be applied to dry and properly prepared surfaces when temperature is not less than 50 degrees and weather conditions are favorable. Each coat of paint shall be subject to inspection and approval by Project Superintendent before application next coat. Each coat shall be lightly sanded and thoroughly brushed before application of succeeding coat. Prime and intermediate coats shall be tinted to have a slight variation from each other and shall be approximately the same color but lighter than the finish coat. FlaU paint may be applied by brush or roller. Semi-gloss enamel shall be applied by brush only on wood and on dosr frames, casework and trim. Semi-gloss enamel may be applied by fine textured roller on walls and ceilings. Finish coats shall be compatible with the prime paints used under other sections. Review other sections of these specifications in which prim paints are to be provided to insure compatibilrty of the total coatings system for the various substrates. 3.07 SCHEDULE OF FINISHES B. C. D. E. F. G. H. I. The following Schedule of Finishes lists the painting systems required for the respective surfaces. Where more than one finish lustre is indicated for any one system, verw with City before proceeding. Where bth alkyd and latex systems are given for the %me surface, Contractor may use either system at his option, except that the same system shall be used throughout the Project for the same surface. Where gloss-type finishes (except epoxy) are required for high humidity areas, use alkyd systems only; do not use latex systems. Submittals shall clearly indicate whether an alkyd or a latex system is being proposed for each surface; submittals without such identification or showing both alkyd and latex systerns for the same surface will be returned for resubmittal. EXTERIOR: A. Metal (Doors, frames, and Miscellaneous): 5/1/95 43 I 1 I I I I I. 1 I 1 I u 1 1. First Coat: a. Ferrous Metals: red oxide, zinc chromate or white corro b. Galvanized metal: Vinyl Phosphate wash pretreatment folk 2. Second and Third Coats (alkyd gloss): Enamelized house pair synthetic house and trim paint. resistant primer. by galvanized metal primer. I. B. Concrete: 1. Single coat of Thompsons Water Seal or equal. 1 C. Rooftop Equipment (Ducts, Pipes): 1. 2. First Coat: Primer, ferrous or galvanized per substrate (omit if prepri or factory finish, degloss if factory finish). Second and Third Coat: Acrylic Latex House Trim. D. Concrete Unit Masonry 1. See Section 071 81 - Water Repellent Coating. 1 E. Cement Plaster (Flat 100% Acrylic) 1. Two Coats: Stuc-0-Life 100% Acrylic. INTERIOR: A. Cement Plaster (Flat 100% Acrylic) 1. Two Coats: Stuc-0-Life 100% Acrylic. 1 B. Metal (Doors, Trim and Miscellaneous): 1. First Coat: a. Ferrous metal: red oxide, zinc chromate or white corrc b. Second and Third Coats: Semigloss or eggshell enamel as sela resistant primer. Galvanized metal: Vinyl phosphate wash pretreatment. 2. C. Concrete Unit Masonry 1 2. Second & Third Coat: Epoxy Enamel 1. First Coat: #895 X-Tra Seal 3.08 SCHEDULE OF PRODUCTS The following product numbers are given to establish the quality of materials de and need no further approval. Products of other manufacturers previously menti may be used subject to approval of City and the conditions of these Specificai L 1. @ 258 Product numbers are not to be construed as indicating the color desired. Product numbers shall not be construed as having CARB approval. Responsibility for use of approved products rests with Contractor. Product Edwards O'Brien Glidden Sinclair Kelly-hbore Exterior: Exterior Wood Primer - 220-23 1951 289 220 Enamelized House Paint 60 260-XX - 2400 1700 Synthetic House and Trim Paint 42-8 260-XX CA1800 250 - Red Oxide Primer 43-4 621 -04 521 0 15 1710 Zinc Chromate Primer 42-6 621 -08 - 26 - Galvanized Metal white Corrosion Dunn Fuiler- Acrylic Latex House Trim60 66.XX 3900 1300 1250 Primer 43-7 320-04 5229 25 1 722 Resistant Primer 43-5 320-04 - 14 I Interior: Semi-Gloss Alkyd Enamel 5 206-XX CA4600 1800 - Eggshell Alkyd Enamel 1-1 X 208-XX - 2200 - 3.08 CLEAN UIP A. At the end of each work day, material and equipment shall be returned to storage areas. Paint and oil saturated cloths shall be disposed of in a legal manner. At completion of painting, all paint spots and other soil shall be removed from surfaces not painted. Tools, equipment, storage shed, rubbish and debris, shall be removed from the premises. 6. END OF SECTION 5/1/95 @ 1 i I I 1 I 1 I 1 I. I I I I I ll I DIVISION 10 - BUILDING SPECIALTIES DIVISION 10162 - BUILDING METAL TOILET PARTITIONS 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the 'General Conditions" and of 'Supplementary Ge Provisions to SSPWC 1994' shall apply to all work of this Section with the same and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the Uniform Building Code. Where conflicts arise between the Uniform Building Codt the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section: 1. Toilet partitions. 2. Installation. B. Related Work Described Elsewhere: 1. Painting. 2. Toilet Accessories. 1.03 SUBMITTALS: Submit with thirty (30) calendar days after award of contract: A. 8. Samples: Color of final selection. C. I Shop drawings, complete, showing all details for fabrication and installal Copies of the current specification for fabrication and installation of the partitions by the selected manufacturer. 2.00 PRODUCTS 2.01 SYSTEM, TOILET PARTITIONS A. Bobrick Washroom Equipment, Inc., floor and ceiling anchored, stainless series 1010. 1 I. 614 260 2.02 COMPONENTS, TOllET PARTITIONS A. Panels, Doors, Pilasters Core: 11 gauge steel core welded to steel leveling bar. 1. 2. Face: Satin finish type 304 stainless steel. 3. Thickness a. Door Panels: 1 inch. 8. Pilaster Shoes: Stainless steel, 2 piece. C. Hardware and Accessories: Manufacturer’s standard design, heavy duty operating hardware and accessories of chromiumplated non-ferrous cast alloy (“Zamac’) . D. Anchorages and Fasteners: Manufacturer’s standard exposed fasteners of stainless steel, chromium-plated steel, to match hardware, with theft-resistant type heads and nuts. For concealed anchors, use hotdip galvanized, cadium plated, or other rust-resistant protectivecoated steel. 2.03 FABRICATION A. General: Furnish standard doors, panels, screens, and pilasters fabricated for partition system, unless otherwise indicated. Furnish units with cutouts, drilled holes, and internal reinforcement to receive partition-mounted hardware, accessories, and grab bars, as indicated. 8. Door Dimensions: Unless otherwise indicated, furnish 24“ wide inswinging doors for ordinary toilet stalls and 32‘ wide (clear opening) outswinging doors at stalls equipped for use by handicapped. C. Ceiling and Floor Anchored Partitions: Furnish galvanized steel anchorage devices, complete with threaded rods, lock washers and leveling adjustment nuts at pilasters, to permit connection to structural support above finished ceiling and at floor. Furnish devices which are designed to support pilasters from structure without transmitting load to ceiling finish. Furnish 3” high stainless steel trim piece, finished to match hardware, at each pilaster. D. Hardware: Furnish each compartment in partition system, as follows: 1. Hinges: Cutout inset type, adjustable to hold door open at any angle up to 90 degrees. Provide gravity type, spring-action cam type, or concealed torsion rod type, to suit manufacturer’s standards. 2. Latch and Keeper: Manufacturer’s standard surface-mounted or recessed latch unit, designed for emergency access, with combination rubber-faced door strike and keeper. Coat Hook: Manufacturer‘s standard unit, combination hook and rubber- tipped bumper. 3. 5/1/95 fB 1 1 I I I I I I. 1 I I 1 I 1 I 4. Door Pull: Manufacturer's standard unit. 3.00 EXECUTION 3.01 IN STAUTION f A. Install plumb, true, square. I B. Ensure proper centering of fixtures. C. D. Entire assembly, rigid, secure. E. F. Provide uniform clearances at panels and at doors. Finished installation free of chips, scratches. Conform with the Uniform Building Code Handicapped Requirements anc California Building Code, Title 24. Attach to masonry walls with expansion botts. G. 3.02 ADJUST AND CLEAN A. Hardware Adjustment: Adjust and lubricate hardware for proper operation hinges on inswinging doors to hold open approximately 30 degrees from cl position when unlatched. Set hinges on outswinging doors (and entr swing doors) to return to fully closed position. Perform final adjustments to pilaster leveling devices, door hardware, and ' operating parts of the partition assembly just prior to final inspection. Clean exposed surfaces of partitions, hardware, fittings and accessories touch up minor scratches and other finish imperfections using materials methods recommended by the partition manufacturer. Replace damaged units which cannot be satisfactorily field repaired, as dirc by City. B. C. D. 1 END OF SECTION I. @ 262 DIVISION 10 - BUILDING SPECIALTIES SECTION 10520 - lBUlLDlNG FIRE EXTINGUISHERS, CABINETS 1.00 GENERAL 1.01 GENERAL CONDITIONS The requirements of the "General Conditions" arrd of "Supplementary General Provisions to SSPWC 1994" shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section 1. Fire extinguisher cabinets. 2. Fire extinguishers. 6. Related Work Described Elsewhere 1. Rough Carpentry. 1.03 SUBMITTALS A. Within thirty (30) calendar days after award of contract, submit: 1. Shop Drawings: Complete. 2. Certificate of Compliance: UL 2.00 PRODUCTS 2.01 CABINETS A. Type: Semi-recessed, steel body, steel door. B. Specified Manufacturer: Larsens Manufacturing, Type 2409-5R for nominal 4 C. Acceptable Manufacturer: J.L Industries, Type 1816. D. Body: 18 gage steel, white painted. E. Trim: 18 gage, painted to match door; 1-1 /2 trim projection. inch recess. 5/1/95 @ I I I I I I I I. I I I I I E I I F. Door: H-Duo door, 18 gage steel with horizontal clear glass, painted prir with pull and snap catch. G. Quantity and Location: As shown on Drawings. f 2.02 FIRE EXTINGUISHERS A. B. Rating: 2A10 BC, 5 pound. C. Quantrty: 1 per cabinet. Type: Multi-purpose, UL Standard 299 certified, fully serviced and taggec 3.00 EXECUTION 3.01 I NSTAUTION A. In accordance with manufacturer’s directions for type of mounting requirc locations and at mounting heights indicated, or if not indicated, at heigh comply with applicable regulations of governing authoriities. 1 END OF SECTION I 1. @ 264 DIVISION 10 - BUILDING SPECIALTIES SECTION 10800 - BUILDING TOILET ACCESSORIES 1.00 GENERAL 1.01 GENERAL. CONDITIONS The requirements of the "General Conditions' and of "Supplementary General Provisions to SSPWC 1994" shall apply to all work of this Section with the same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1991 Uniform Building Code. Where conflicts arise between the Uniform Building Code and the specifications, the more restrictive shall apply. 1.02 SCOPE OF WORK A. Work Included in this Section 1. Furnish toilet accessories. 8. Related Work Described Elsewhere: 1. Rough carpentry. 2. Metal toilet partitions. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's technical data, parts list and installation instiuctions. Include maintenance and operating instructions. Samples: When requested, submit full-size samples of units to Architect. Acceptable samples will be returned and may be used in the work. directions far installation of anchorage devices in other work. 6. C. Setting Drawings: Provide setting drawings, templates, instructions and 2.00 PRODUCTS 2.01 ACCESSOIRIES A. Specified Manufacturer: Bobrick Washroom Equipment, Inc. B. Finish: Satin finish stainless steel unless otherwise noted. C. Quantities shown: Verify. 5/1/95 a9 I 1 t 1 t 1. 1 I. II 1 2.02 SCHEDULE OF TOILET ACCESSORIES 1. Soap Dispenser, TRA-1. a. Type: Countertop mounted. b. Catalog: 68665 I. 2. Waste Receptacle TRA-2 a. Type: Under counter. b. Catalog: 6269 1 3. Toilet Paper Dispenser, TRA-3 a. Type: Surface mounted. b. Catalog: 6274 4. Sanitary Napkin Disposal, TRA-4 a. Type: Surface mounted. b. Catalog: 6254 Grab Bars, Each Handicapped Toilet, TRA-5 a. Type: Surface mounted, exposed fasteners. b. Catalog: 5. 1) Toilet Side: 85507x48 2) Toilet Back: 66507x36 R 6. Stainless Steel Framed Mirror, TRA-6 a. Type: Surface mounted. b. Catalog: 62906 series, 48" x 36" Mop and Broom Holder, TRA-7 a. Type: Surface mounted. b. Catalog: 6224, 36" long, 4 holders. 7. I 8. Toilet Partition, TRA-8 B b. Catalog: Series 1010 a. Type: Floor and ceiling mounted. 9. Electric Hand Dryer, TRA-9 a. Type: Surface mounted. b. Catalog: 6709 1 I ! ! I. @ 266 3.00 EXECUTION 3.01 INSTALLATION A. Install toilet accessory units in accordance with manufacturer’s instructions, using fasteners appropriate to substrate and recommended by manufacturer of unit. Install units plumb, level and square, firmly anchored in locations indicated . 1. Use concealed fastenings wherever possible. 2. Provide exposed mounting devices and fasteners finished to match the accessories. Adjust toilet accessories for proper operation and venfy that mechanisms function smoothly. Replace damaged or defective items. Clean and polish all exposed surfaces after removing labels and protective coatings. B. C. END OF SECTION 5/1/95 @ I 1 I i 1 I 1 1. 1 I I I t 1 0 DIVISION 15 - BUILDING MECHANICAL AND PLUMBING SECTION 15400 - BUILDING PLUMBING f 1.00 GENERAL 1.01 GENERAL CONDITIONS The work under this Section includes everything necessary for and incidentr executing and completing the plumbing work, except as hereinafter specific excluded. The requirements of the "General Conditions" and of the "Supplemer General Provisions to SSPWC 1994" shall apply to all work of this section with same force and effect as though repeated in full herein. All work and materials herein specified shall meet the requirements of the 1 Uniform Building Code. Where conflicts arise between the Uniform Building Code the specifications, the more restrictive shall apply. 1 1.02 SUBMITTALS A. Within 30 days after the award of the Contract, the Contractor shall providi (6) brochures containing the following information: 1. Manufacturer's data on each fixture and piece of equipment, notins exact capacity and conditions. 2. Materials used for construction, including pipe, hangers, supports, valves. Prior to final acceptance of the work, the Contractor shall submit the follo to the City: 1. Record drawings. 2. 3. Guarantee. B. Certificate of sterilization of water supply. 1.03 SCOPE OF WORK Work included shall be as indicated on the drawings, including but not limited tc 1 following: A. B. C. Plumbing Fixtures and Equipment. D. Sterilization and Tests Sanitary Soil, Waste and Vent System. Domestic Cold and Hot Water System. C e* 49 268 1.04 CODES AND STANDARDS . A. All work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshall; the Safety Orders of the Division of Industrial Safety; the National Electric Code; the Uniform Plumbing Code; Local Building Codes; and other applicable codes, laws or regulations of bodies lawfully empowered and having jurisdiction over this project. Nothing in the plans or specifications is to be construed to permit work not conforming to these codes. 1.05 PERMITS A. This Contractor shall obtain all other permits, patent rights, and licenses that are required for the performing of his work by all laws, ordinances, rules and regulations or orders of any officer and/or body, shall give all notices necessary in connection therewith, and pay all fees relating thereto and all costs and expenses incurred on account thereof. No work shall be covered before inspection by the jurisdictional inspection and the Crty. City will provide permit for sewer connections in street right-of-way. 1.06 CUTTING AND PATCHING A. All patching of finished construction of building shall be performed under the secUions of specifications covering these materials. 1.07 GENERAL A. Unless otherwise specified herein, all equipment and fixtures shall be installed in accordance with the manufacturer's recommendations. Before submitting his bid, the Contractor for the work under this section shall carefully study all drawings, and shall make a careful examination of the premises. He shall definitely determine in advance, the methods of installing and connecting the apparatus, the means to be provided for getting any equipment into place, and shall make himself thoroughly familiar with all the requirements of the contract. After award off the contract, no subsequent allowances will be made to the Contractor due to his failure to comply with the above requirements and any other conditions affecting the installation and completion of all work. All cutting of concrete work by this Contractor shall be by core drilling or concrete saw. No cutting or coring shall be done without first obtaining the permission of the Ci's Representative. Special Note: Any work called for on plans shall be installed whether or not mentioned in these specifications. 8. C. D. 5/1/95 @ 1 1 f I R 1 I. 0 I I I I I e B 1.08 DAMAGE BY LEAKS A. This Contractor shall be responsible for damage to the grouods, walks, ro, buildings, piping systems, electrical systems and their equipment and contE caused by leaks in the piping systems being installed or having been instr herein. He shall repair at his expense all damage so caused. All repair v shall be done as directed by the Crty's Representative. f 1.09 EMERGENCY REPAIRS A. The City resetves the right to make emergency repairs as required to E equipment in operation without voiding the Contractor's guarantee bond relieving the Contractor of his responsibilities. EXPLANATION AND PRECEDENCE OF DRAWINGS A. 1 1.10 For purposes of clarity and legibility, drawings are essentially diagramrr and, although size and location of equipment are drawn to scale whei possible, Contractor shall make use of all data in all the contract docurr and shall venfy this information at building site. The drawings indicate required size and points of termination of pipes, suggest proper routes to conform to structure, avoid obstructions and pres clearances. However, it is not intended that drawings indicate all necei offsets, and it shall be the work of the Contractor to make the installatic such a manner as to conform to structure, avoid obstructions, pres headroom and keep openings, and passageways clear, without fu instructions or cost to the CQ. It is intended that all apparatus be located symmetrical with architec elements. Refer to architectural details in completing the correlating wor The Contractor shall fully inform himself regarding any and all peculiarities limitations of the spaces available for the installation of all work and matt furnished and installed under the Contract. He shall exercise due and parti caution to determine that all parts of his work are made quickly and E accessible. The Contractor shall study all drawings and specifications to determinc conflict with ordinances and statutes. Any errors or omissions shz reported, and any changes shall be shown in the as-buitt drawings an additional work performed at no cost to the Crty. Submittal of bid shall indicate the Contractor has examined the site drawings and has included all required allowances in his bid. No allow shall be made for any error resulting from Contractor's failure to visit jol and to review drawings, and bid shall include costs for all required dral and changes as outlined above, all at no cost to City's Representative. 1 8. C. D. E. F. ! I. @ 270 1.1 1 SUPERVISION AND COOPERATION A. This Contractor shall include the services of experienced superintendents for each subsection who shall be constantly in charge of the work, together with the qualified journeymen, helpers and laborers, required to properly unload, install, connect, adjust, start and operate and test the work involved, including equipment and materials furnished by others and by the Crty. The work under this section shall be in cooperation with the work of other trades to prevent conflict or interference and to aid rapid completion of the overall project. B. 1.12 OPERATIONS A. Cost of utilities for such operation shall be paid by the Contractor. 1.13 UTILITY SIERVICES DURING CONSTRUCTION A. All water and electric power used for construction shall be supplied by Contractor. 1.14 EXCAVATION AND BACKFILLING A. This section includes all excavation, protecting, backfilling and compacting for all plumbing piping to be laid in earth inside or outside the building, in accordance with Section 02200 - 'Earthwork". No backfilling shall be done until all work in trenches has been inspected, approved and recorded on as-buitt drawings. Lay water piping on minimum of 6 inches of fresh water sand and cover with 6 inches of the same. Soil and waste lines shall be laid to proper grade on firm or compacted soil with proper bell holes for all hubs. Water piping underground shall be laid to a depth not less than 24 inches below finished grade, including under concrete walks. Excavation and Backfilling shall be accordance with Section 02200 'Earthwork" of these specifications. B. C. D. E. F. 2.00 PRODUCTS 2.01 FllTlNGS AND PIPING A. Waste Above Grade: Service weight cast iron no-hub with neoprene gaskets and type 301 stainless steel clamping device as approved by the Cast Iron Institute. 511 195 @ I 1 I 1 I s I 1 1 I I 1 i B. Soil, Waste Below Grade: Service weight cast iron bell and spigot 1 neoprene compression type gasket joint. Vent piping 3' and smaller above slab schedule 40-A-1 20 galvanized steel I with 125 Ib. banded cast-iron fittings or hubless cast iron as in (A) above. All Domestic Water Piping: Above grade type 'L" copper tubing hard dr< with wrought copper 50/50 soldered sweat fittings. Below grade type copper tubing soft drawn with minimum number of silver soldered joints. C. f D. 1 2.02 PIPING SPECIALTIES A. 6. Unions in copper tubing 2" and smaller Crane or Nibco 633 or equal. Isolation Unions: Ebco or W & K dielectrics or equal armored type of same as pipe. Pipe Isolation: Trisolators or Potter-Roemer PR-isolators or equal. 2.03 VALVES AND FIlTlNGS A. 6. C. Ball valves 2' and smaller: Nibco, Crane or equal. D. 2.04 CLEANOUTS Gate valves 1-1 /2 and smaller: Nibco T-113 or S-113, Crane or equal. Globe valves 1-1/2' and smaller: Nibco T-235, Crane or equal. I. Stops: Acorn, T & S Brass or equal. A. Floor Cleanouts: J.R. Smith Fig, 4023, Wade or equal with polished r bronze non-skid adjustable round or square top. Wall Cleanouts: J.R. Smith Fig. 4472, Wade or equal series with chrome p cover and screws. 8. 2.05 PIPE HANGERS AND SUPPORTS A. Riser Clamps: Fee and Mason Fig. 241 or Super-strut C-720 over 4" Fee Mason Fig. 238 or Super-strut C-720 or equal. Offset Pipe Clamps: Fee and Mason Fig. 366 or Super-strut C-767 or 8 Pipe Isolation: Semco trisolators or Super-strut isolators or equal. Adjustable beam clamps: Fee and Mason Fig. 246 or Super-strut Fig. CL (where this type is not adaptable, an approved top beam, side beam or ch clamp by Fee and Mason or Super-strut will be acceptable) or equal. 8. C. D. 1 I I. 68, I 272 E. Trapeze Hangers: Super-strut A-1200 or Unistrut P-lo00 channel with pipe clamps and guides as required (include type to be used in submittal), or equal. 2.06 PLUMBING FIXTURES A. Reference is made to Acorn of Bradley Manufacturing Company, it is understood to mean that equivalent fixtures as manufactured by Elkay, Kohler or Eljer are acceptable if used throughout. Equivalent carrier, floor drains, etc. by dosam, Wade and Zum are acceptable. See plans for fixture specifications. B. 3.00 EXECUTION 3.01 PIPE INSTAUTION A. 6. No-Hub cast-iron Soil Pipe Institute Pamphlet #lo0 and the I.A.P.M.O. 18-6-75, Install all soil, waste and vent piping for all fixtures and outlets as shown on drawings. Piping shall be supported and strapped in an approved manner. Supports on sanitary piping in and under building shall run to a uniform grade. Contractor shall verify the point of connection as shown on drawings regarding invert elevation and location before starting work. Joints in copper tubing shall be made by first thoroughly cleaning the surface of the pipe and fittings, applying flux and swealing with 50/50 tin lead solder or silver solder below grade. Pipe shall be carefully-cleaned before installation. The ends of threaded pipe shall be reamed out full size with a long taper reamer so as to be partially bellmouthed and perfectly smooth. Flush out all water mains and sanitary drains with water so as to obtain free flow. Remove all obstructions and defects discovered. Remove and relay any sedions and pipe already laid and found to Ibe defective or which has had grade or joints disturbed. Openings in pipes, drains, fittings apparatus and equipment shall be kept covsred or plugged to prevent foreign substance from entering. Run piping free of traps, sags, or bends. Grade and valve for complete drainage and control of the system. All piping to be run to maintain headroom and keep passageways and openings clear. Run parallel and straight with adjacent walls or ceilings to present a uniform appearance. All piping, except where noted otherwise on plans, shall be concealed in walls or above ceilings. C. D. E. F. G. H. 1. 5/1/95 a9 1 1 I l 8 I I I. s 0 1 1 I I li J. Bending or forcing of pipe will not be allowed. Use fittings for all offset changes in alignment of piping. Proper provision shall be made for expansion and contraction by mean fittings and anchors and supports of all piping. Street elbows, bushings and long Screw fittings will not be allowed. Pre-set air chamber shall be installed at the supply to each water faucet. Unions shall be installed after each Screw-type valve, connections fo equipment, appliances and as required for erection and maintenance. unions shall be installed in concealed location. Install isolation unions on all connections between dissimilar metals (galvar steel, black steel to copper). No holes for pipe or equipment will be allowed in any structural mem without written consent of the Architect. Where pipes are to pass throug interfere with any member, or where notching, boring or cutting of the struc is necessary, the work shall be done by the General Contractor as directe the Architect. Unless otherwise specified herein, all equipment and fixtures shall be inst in accordance with the manufacturer's recommendations. Before submitting his bid, the Contractor for the work under this division carefully study all drawings and make a careful examination of the prem He shall definitely determine in advance, the methods of installing connecting the apparatus, the means to be provided for getting equipmeni place, and shall make himself thoroughly familiar with all the requiremen the contract. After award of the contract, no subsequent allowances wi made to the Contractor due to his failure to comply with the above requirerr or any other conditions affecting the installation and completion of all wo All scale and figured dimensions are approximate and are given for estil purposes only, Before proceeding with any work, this Contractor shall car check and verify ail dimensions, sizes, etc., and shall assume full respons to other parts of the equipment, and to the structure. Any minorchanges in work, which has not been installed, shall be made b Contractor without additional compensation, except changes which are ca by architectural revisions - which increase or decrease the size of the mat specified or indicated on the drawings. This Contractor shall subrr estimate of the cost of or credit for such changes he does not considei minor nature and shall proceed only upon the written authority of the ' Representative. K r. L M. N. t 0. P. Q. R. S. B T. I . I. @ 274 U. All piping shall be isolated from other piping, any part of the building, framing conduit, etc, with 1-inch strips of hair felt or pipe isolators. 3.02 CLEANOUTS A. As specified (see plans for size), cleanouts shall be caulked into pipe where shown on plans under countertops where they occur in walls to avoid their being too conspicuous. Cleanouts shall be accessible in all cases and shall be brought to surface on "Y" ranches. All cleanouts shall be provided with removable floor or wall plate as herein before specified. 3.03 PIPE HANGERS AND SUPPORTS A. Pipe straps shall be 8-gauge galvanized iron factory fabricated to fa against supporting surface when installed. Makeshift devices will not be acceptable. No plumbing tape is allowed. Miscellaneous Supports: Wall brackets, etc. , shall be provided where required in accordance with the best standard practice of the trade in a manner as approved by the Architect. In the event additional structural steel is required to transmit loads to main structure, same shall be provided at no additional cost B. to the city. C. Vertical 'no-hub" components shall be secured at each stack base and at sufficiently close intervals to keep the system in alignment and to adequately support the weight of the pipe and its contents. Trap arms and similar branchesmust be firmly secured against movement in any direction. D. 3.04 FIXTURE INSTAUTION A. All plumbing fixtures shall be bedded and caulked along joint at walls, and other intersecting surfaces with General Electric clear silicone. Plumbing fixture trim and exposed supplies and waste shall be brass with polished chroma plated finish. Individual loose key stops, or, so specified, screw driver stops, shall be provided for all supplies, and unless integral with valves or faucets, unless otherwise approved by Architect, shall be mounted under the fixture. Where drains are specified with clamping collars, the water proofing membrane shall be carefully cut to fit the drain, then anchored between drain and collar with rustproof bolts. Supplies shall be as scheduled with loose key stops. Traps above floor shall be cast brass "P' traps with bronze nuts unless ot he wise indicated. B. C. 0. E. 5/1/95 49 1 I I 1 1 1 1 I il I 8 I 11 I li F. Provide branch tailpieces off air vent lines where required. 3.05 REQUIREMENTS FOR ACCEPTANCE A. All of the following items must be completed prior to final inspections. exceptions will be made and no final payment will be made until all items completed. Thoroughly clean all parts of the piping, valves, and equipment. Exposed p which are to be painted shall be thoroughly cleaned of cement, plaster, other materials and all oil and grease spots shall be removed. Such surfs shall be carefully wiped and all cracks and corners scraped out. Exposed metal work shall be carefully brushed down with steel brushe! remove rust and other spots left smooth and clean. Trap elements shal removed during cleaning and flushing period, after which they shall be repk and adjusted. Electrical device covers shall not be installed until finish coat of pair completed. Device handles and receptacles shall be covered and/or prote during the painting operation to presewe the original factory bright new fir All domestic cold water lines shall be sterilized with chlorine, the chk residual concentration shall indicate not less than 50 parts per million and : be retained for a period of not less than twenty for (24) hours. All work certification of performance must be done by qualified personnel. r. B. C. D. E. 1. 3.06 TESTS AND ADJUSTMENTS A. No piping work, fixtures, or equipment shall be concealed or covered until have been inspected and approved by the City’s Representative, who sha notified when the work is ready for inspection. All work shall be complc installed, tested as required by this section and the State ordinances and Z Safety Orders and shall be leak-tight before inspection is requested. All 1 shall be repeated upon request to the satisfaction of those making All domestic water piping shall be flushed out, tested at 150 psi and shall b under pressure of supply main or a minimum of 40 psi for the balance c construction period. No air testing allowed. Piping tests shall be made with the medium and under pressure listed bc Use a calibrated Bristol Pressure Recorder on all tests. City’s Represenl shall install and remove each chart. Recorder range shall be 0-300 pouni required range for specific test. c inspection. B. C. f I. @ 276 TvPe of System Gauge Pressure Test Medium (Us. per sq. inch, or vacuum in inches) Soil, Waste, Vent Minimum of 10-foot Water Piping head of each joint for duration of check of three hour minimum, with no loss in head. Domestic Water 150 psi Water Test pressure in pounds per square inch, or inches of vacuum, gauge, are given an initial pressure to be applied to lines being tested, together with test medium. Tests are to be applied for a minimum period of twenty-four (24) hours and until tests are complete. Find pressures at the end of test period shall be no more nor less than that caused by expansion or contraction of the test medium due to temperature changes. D. E. F. 3.07 DRAWINGS OF RECORD A. In addition to the reproducible ‘as-buitt” required, two complete sets of blue lines plumbing drawings will be provided for the purpose of showing a complete picture of the work as actually installed. These drawings shall serve as work progress report sheets and the Contractor shall make all notations, neat and legible, thereon daily as the work proceeds. The drawings shall be available for inspection at all times and shall be kept at the job at a location designated by the City’s Representative. At completion of the work, these as-built drawings shall be signed by the Contractor indicating his approval, dated and returned to the City’s Representative. B. C. 3.08 GUARANTEE A. All work under this section shall be guaranteed in writing in accordance with the General Provisions. All material except as otherwise noted shall be new, free from defect and of the quality and rating shown or specified. B. 5/1/95 @ ll I 1 I 1 1 E I I. I 1 t 0 1 It I I) C. Any defect due to missing or improper material or faulty workmanship exi: or developing during the warranty period shall be corrected and the resu damage repaired without additional cost to the Cdy. END OF SECTION I. f I. a3 278 DIVISION 16 - ELECTRICAL SECTION 1601 0 - SUPPLEMENTARY CONDITIONS FOR ELECTRICAL SPECIFICATIONS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS: A. All work covered by this section of these specifications shall be accomplished in accordance with the respective drawings, information or instructions to bidders, general requirements, and the supplementary general conditions, special conditions, addenda or directives which may be issued by the Architect, herewith or otherwise, shall be complied with in every respect. Bidders shall determine the contents of a complete set of drawings and specifications and be aware that they may be bidding from a partial set of drawings, applicable only to the various separate contracts, sub-contracts, or trades as may be issued for bidding purposes only. The contract documents and the complete scope of work for the project are illustrated on the combined Architectural, Structural, Plumbing, Heating, Ventilating and Air Conditioning, and Electrical drawings and specifications. All drawings and specifications are on file in the Architect’s office and each bidder shall thoroughly acquaint himseJf with all of the details of the complete set of drawings and specifications before submitting documents for each separate contract and shall be considered as bound therewith in the event partial sets of plans and specifications are issued for bidding only. The submission of bids shall be deemed evidence of the review and examination of all drawings, specifications and addenda issued for this project as no allowances will be made because of unfamiliarity with any portion of the complete set of documents. B. 1.02 SCOPE: A. The work included under this specification consists of the furnishing of all labor, materials, tools, transportation, services, etc. , which are applicable and necessary to complete the installation of the systems specified in the ELECTRICAL SPECIFICATIONS, all as described in these specifications or as illustrated on the accompanying drawings. In general, the various lines and ducts to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards so as to complete the work in a neat and satisfactorily workable manner. Run work parallel or perpendicular to the lines of the building unless otherwise noted. The construction details of the building are illustrated on the Architectural and Structural Drawings. Be thoroughly acquainted with the details before submitting a bid as no allowances will be made because of unfamiliarity with these details. Place all inserts to accommodate the ultimate installation of pipe 5/1/95 B. C. @ 1 I I I I I I I. 1 1 I t 1 8 hangers in the forms before concrete is poured, and in masonry walls w they are under construction. All concealed lines shall be installed as requ by the pace of the general construction to preceded that general construct INSPECTION OF SITE: Visit the site, verity all existing items shown on plans or specified and be familiar with the working conditions, hazards, exis grades, actual formation, soil conditions, and the local requirements invol\ submission of bids shall be deemed evidence of such visit. All proposals s take these existing conditions into consideration and the lack of spe information on the drawings shall not relieve the Contractor of responsibilrty. 1.04 UTILITIES, LOCATIONS, AND ELEVATION: Locations and elevations of various utilities included within the scope of this work have been obtained 1 city and/or other substantially reliable sources and are offered separately I the Contract documents, as a general guide only, without guarantee a accuracy. Examine the site, verify the locations, elevations, and availabilfi all utilities and services required and be adequately informed as to their rei2 to work. The submission of bids shall be deemed evidence thereof. CODE REQUIREMENTS: All work shall comply with the provisions of tt specifications, as illustrated on the accompanying drawings, and shall sa all applicable state codes, local codes, ordinances, or regulations of governing bodies, and all authorities having jurisdiction over the work services thereto. In all cases where alteration to, or deviation from, drawings and specifications are required by the authority having jurisdic report the same in writing to the City and secure approval before proceet Upon completion of the work, furnish a statement from the inspecting autl- stating that the installation has been accepted and approved. Provide corn1 utility service connections as directed, and submit, as required, all neces drawings; secure all permits and inspections necessary in connection wit1 work, and pay all legal fees on account thereof. In absence of other applic local codes, acceptable to the Architect, the National Electrical Code shall E to this work. 1.03 1. II 1.05 1.06 MATERIALS AND WORKMANSHIP: A. All materials, unless otherwise specified, shall be new, free from any def and of the best quality of their respective kinds. All like materials used shz of the same manufacture, model and quality unless otherwise specified. All manufactured articles, materials, and equipment shall be applied, inst connected, erected, used, cleaned, adjusted, and conditioned as recomme by the manufacturers, or as indicated in their published literature, u specifically herein specified to the contrary. All work shall be performed by competent workmen and executed in a nea workmanlike manner providing a thorough and complete installation. B. C. i 1 I. @ B 280 shall be properly protected during construction, including the shielding of soft or fragile materials, and the temporary plugging of open conduits during construction. At completion, the installation shall be thoroughly cleaned and all tools, equipment, obstructions, or debris present as a result of this portion of the work shall be removed from the premises. All work shall be done in accordance with the NECA standards of Workmanship. 1.07 STORAGE AND PROTECTION: Provide adequate storage facilities for items furnished under these specifications which are subject to damage if exposed to elements. Take such precautions necessaty to properly protect apparatus from damage. Failure to comply with this provision will be sufficient cause for the rejection of the particular apparatus involved. 1.08 COOPERATION: A. All work under these specifications shall be accomplished in conjunction with other trades on this project in a manner which will allow each trade adequate time at the proper stage of Construction to fulfill his work. Maintaining contact and being familiar with the progress of the general construction and the timely installation of sleeves and inserts, etc., before concrete is placed shall be the responsibility of this trade as will the installation of the required systems in their several stages, at the proper time to expedite this work and avoid unnecessary delays in the progress of other work, and meet all requirements of progress schedules set up by the Architect, or in the sequence and at the time directed by the Architect. Should any questions ark between trades as to the placing of lines, ducts, conduits, fixtures, or equipment, or should it appear desirable to remove any general construction which would affect the appearance or strength of the structure, reference shall be made to the Architect for instructions. B. C. 1.09 SUBSTITUTIONS OF MATERIALS: A. Manufacturer's names are listed herein to establish a standard. The products of other manufacturers will be acceptable, if in the opinion of the Architect, the substitute material is of a quality as good or better than the material specified, and will serve with equal efficiency and dependabilrty, the purpose for which the items specified were intended. It is fully the Contractor's responsibility to assemble and submit sufficient technical information to fully illustrate that the materials or equipment proposed for substitution is equal or superior, as the Engineer is under no obligation to perform the service for the Contractor. The proposal shall be accompanied by manufacturer's engineering data, specification sheet, and a sample, if practical or if requested, and shall comply with all of the requirements of Section 01 640. In no event shall a proposal for substitution k cause for delay of the work. B. 5/ 1 /95 a9 I 1 C. Contractors' bids shall be based on the material mentioned or specified, any proposals for recommended substitution shall be made in writing to Architect as required in Section 01640 and allowing adequate time appropriate action. The Architect is under no obligation to consider appo of substitution material or equipment which would not benefit the Owner I savings, superior job, early completion of, or other such benefits. The project is laid out based on technical and physical data of equipn named first in the specifications. Be responsible for coordination and additional expense created by use of other than that which is named first ir specifications. This includes bearing the cost for changes thereby n necessary in work by other trades. Be fully responsible for delays cause substitution materials. Should a substitution be accepted and prove to be defective or unsatisfac in the opinion of the Engineer, for the service for which it was intended, material or equipment shall be replaced with the material or equip1 specified at no additional cost to the Owner. SCHEDULE OR MATERIAL AND EQUIPMENT: I. I 0. I I II 1 I 1. 1 1 1 B 1 R E. 1.10 A. Reference Section 01640. B. Clearly label by note calling to the Engineer's attention all items which t deviation from the contract documents. 1.11 SHOP DRAWINGS: A. Shop drawings and catalog data on all major items of equipment apparatus, and such other illustrative material as may be considered nece: by the Engineer and comply with the requirements of Section 01340, shc submitted by the Contractor in adequate time to prevent delay and cha during construction. Seven copies of all such data shall be submitted. T done in order to facilitate progress on the job, and failure on the part c Contractor to comply shall render him liable to stand the expense of an) all delays, etc., occasioned by failure in providing the necessary details. St this contractor fail to comply with the provisions, the Engineer reserve right to go directly to the manufacturer he selects and secure any detail v he may deem necessary; and should there be any charges in connectior this, all costs of same shall be borne by the Contractor. The approval of shop drawings or schedule by the Engineer shall not relie\ Contractor from responsibility for deviation from drawings or the specfw unless he has, in writing, called attention to such deviations at the tir submission and has obtained the approval of the Engineer thereon; nor it relieve him from responsibility for errors of any kind on shop drawing schedules. When such deviations are called to the attention of the Ens and no mention is made of extra cost, it will be assumed that the pror change will be made at no extra cost to the Owner. 8. i I. 49 1 282 1.12 DFlAWl NGS AND SPEC1 FI CAT1 ON S: The drawings shown diagrammatically the locations of the various conduits, fixtures, and equipment and method of onnecting and controlling them. It is not intended to show every connection in detail or all fittings required for a complete system. The systems shall include, but are not limited to, the items shown on the drawings. Exact locations of these items shall be determined by reference to the general plans and measurements at the building, and in cooperation with other Contractors, and in all cases, shall be subject to the approval of the Engineer. The Engineer resetves the right to make any reasonable change in the location of any part of this work without additional cost to the Owner. Should any changes be deemed necessary in items shown on the contract drawings, the shop drawings, descriptions, etc., the reason for the proposed changes shall be submitted to the Engineer far approval. Exceptions and inconsistencies in plans and specifications shall be brought to the Engineer's attention before bids are submitted; otherwise, the Contractor shall be responsible for the cost of any and all changes and additions that may be necessary to accommodate his particular apparatus. Lay out all work maintaining all lines, grades, and dimensions according to these drawings with due consideration for other trades and verify all dimensions at the site prior to any fabrication or installation; should any conflict develop or installation be impractical, the Engineer shall be notified before any installation or ffabrication and the existing conditions shall be investigated and proper changes effected without any additional cost. Titles of sections and paragraphs in these specifications are introduced merely for convenience and are not to be construed as a correct or complete segregation of the tabulation of the various units of material and/or work. The Engineer does not assume any responsibility, either dired or implied, for omissions or duplications by the Contractor due to real or alleged error in the arrangement of matter in the Contract Documents. A. B. C. D. E. 1.13 ENGINEER'S APPROVAL: A. In any statement under this contract where 'approval' is required or requested, it is understood that such approval must be obtained from the Engineer in writing before proceeding with the proposal and an adequate number of copies of any such proposal shall be submitted to the Engineer. The approval of the Engineer of any materials, changes, drawings, etc., submitted will be considered as generally only and to aid the Contractor in expediting his work. Such approval as may be given does not in any way relieve the contractor from the necessity of furnishing all materials and performing all work as required by the drawings and specifications. 6. 5/1/95 @ I 1 I 1 1 1 I I 1. I 1 I I i 1 LOCAL RESTRICTIONS: Become familiar with all rules and regulations of City, County, and State, or any authorii having jurisdiction over this proj and, if any work or material shown on the drawings or specified does comply with these rules and regulations as to size, type, capacity, and que make it known prior to the submission of a bid, which shall be deet evidence of compliance; otherwise, be responsible for the approval of all v or material, and in the event that any such authority should indicate disapprc correct same with materials approved by the Engineer at no additional co: the Owner. ELECTRIC WIRING: Except for such items as are normally wired up at 1 point of manufacture and so delivered, and unless specifically noted to contrary herein, the Electrical Contractor shall do all electric wiring of e character both for power supply and for all pilot and control wiring, inch the controls, starters, etc. The Owner or other Contractors will erect all m in place ready for connections and shall furnish with each such motor a st of the type specified and deliver it in good condition to the Electrical Contractor at the job. The Electrical Sub-Contractor shall mount all I starters as directed, furnishing supporting structures where necessary. Owner or other Contractors will furnish with each item requiring el& connections, the necessary instructions and wiring diagrams to the Contractor. Refer to the Specifications to determine the scope of the wo RESPONSIBILITY: This Contractor will be held responsible for the satisfac and complete exaction of all work specified or indicated. He shall proc complete finished operating systems and provide all incidental items reqi as part of his work, regardless of whether such item is particularly specifit indicated. I. le'4 1.15 1.16 I 1.17 HANGERS AND INSERTS: A. All hangers, brackets, clamps, etc., shall be of standard weight I Perforated strap hangers shall not be used in any work. When two (2) or I conduits are run parallel, they may be supported on trapeze hangers equ the Modem Co. Other hangers shall be constructed with rods and ha adjusters of adequate size to carry the loads imposed. Unless otherwise shown on the drawings, all horizontal runs of condui piping shall be suspended from the floor or roof construction, as the case be, by means of approved hangers spaced not farther apart than ten (10 on centers, except that hangers for piping 1-1 /4" in size and smaller sha be spaced more than nine (9) feet on centers. Vertical risers shall be supp by approved riser clamps or supports installed at the respective floor lint Supports and hangers shall be installed to permit free expansion contraction in the raceway systems. Where necessary to control expansiol contraction, the raceways shall be guided and firmly anchored; anchors be approved by the Engineer and shall be designed for equal effectivene both longitudinal and transverse thrust. No conduit shall be self-supportin! ! B. 1 C. I. @ 284 shall it be supported from equipment connections. Transmission of vibrations, noose, etc., shall be considered and any special suspension with vibration dampers to minimize transmission shall be used where necessary. Where ducts interfere with the proper location of hangers, furnish and install trapeze hangers. Trapeze hangers may be used to support groups of conduits turn parallel. Coordinate field priming of exposed hangers and supports before installation. Refer to Section 09900. EXCAVATION AND BACKFILLING: Contractor shall do all necessary excavating and backfilling for the installation of his work. trenches for underground piping and conduit shall be excavated to required depths with bell holes provided as necessary to insure uniform bearing. Care shall be taken not to excavate below depth, and any excavation below depth shall be refilled with sand or gravel firmly compacted. Where rock or hard objects are encountered, they shall be excavated to a grade six inches(6') below the lowermost part of the conduit and refilled to grade as specified. After the conduit has been installed and approved, the trenches shall be backfield to grade with approved materials, well tamped or puddled compactly in place. where streets, sidewalks, etc., are disturbed, cut, or damaged by this work, the expense of repairing same in a manner approved by the Architect shall be a part of this contract. D. E. 1.18 1.19 SENES AND ESCUTCHEONS: A. Generally where conduits pass through walls or floors, 22 gauge galvanized sheet iron sleeves shall be used, except those in beams, outside walls, or structural members which shall be standard galvanized steel pipe. The size of these shall be such as to permit readily the subsequent insertion of conduit of the proper size with adequate clearance for movement due to expansion and contraction. Where conduits pass through the outside walls, the inside diameter of the galvanized iron pipe sleeves shall be at least 1/2" greater than the outside diameter of the service pipe. After the conduits are installed, fill the annular space between the conduit and its sleeve with a mastic or caulk with bad. Use packing as required to accomplish this. Escutcheons, except as specifically noted or specified shall be installed on all conduits passing exposed through the floors, walls, or ceilings. Escutcheons shall be equal to the Crane No. 10 chrome plated sectional floor and ceiling plates and shall fit snugly around conduit. Solid chrome plates with set screws shall be used if sectional plates do not fit properly or stay in place. B. 1.20 PAINTING: Refer to Section 09900 for painting. 1.21 CUITING AND PATCHING: When cutting or patching becomes necessary to permit the installation of any work under this contract, or should it become necessary to repair any defects that may appear in patching up to the expiration of the guarantee, such cutting shall be down under the supervision of the 5/1/95 @ I 1 Engineer by the trade or Contractor whose work is to be disturbed. After necessary work has been completed, damage shall be repaired by Contractor or trade whose work has been disturbed. The cost of all s cutting and patching shall be paid by the Contractor requiring it to be dor I. 1 1.22 SCHEDULE OF WORK, CONTINUATION OF SERVICES: 1 A. The Contractor shall realize that the present building must continue in opera during the construction period, except as the Owner may direct otherwise The work under the various sections must be expedited and close coordina will be required in executing the work. The various contractors shall ped their portions of the work at such times as directed so as to insure me^ scheduled completion dates, and to avoid delaying any other Contractor. Under no condition shall any work be done in any areas of the present buil that would interfere with its natural use during the normal hours of occupa unless special permission is granted by the Owner. This is partici applicable when new connections are to be made to present lines or iten equipment in the building or where present equipment items in the buildins to be relocated and modified in any way. All modifications to existing items of electrical equipment, the removal 01 existing equipment and the installation of new materials, including the neces interconnections between old and new portions of the various systems, shr accomplished at times scheduled so as not to interfere with the normal u: the building, except as otherwise directed by the Engineer and the Owne Existing electrical systems shall continue to function with a minimur interruptions in service. This Contractor shalt install any temporary I connections, etc., required to maintain electrical services. This shall incluc interior facilities and exterior facilities. B. I 1 I I I. I ! I 8 I t l B C. D. E. 1.23 TEST AND LOAD BALANCING: A. Test all circuits to assure them to be free of grounds. Prove and test en available at the load side of disconnect switches and the final poi connection to driven equipment. Make all reasonable tests as required b Engineer to prove the integrrty of the work and leave the complete elec installation in first class condition and ready for operation. Balance the load on each phase when connection the various branch cii and in each panelboard. When all load is turned on and the system operation at 100% demand, the initial unbalance shall not exceed 10%. Furnish at the completion of the job, a final inspection certificate from the inspection authority. 8. C. I I. @ 286 1.24 GUARANTEE: A. The entire system shall be guaranteed to be complete and installed in accordance with these plans and specifications. Guarantee all new materials and workmanship for a period of one year from and after date of acceptance of installation. Replace, during the period of the guarantee, any parts found to be defective in their operation, without cost to the Owner. Incandescent lamps shall be excepted from requirements of this guarantee, but all electric discharge and quartz lamps shall be covered under the guarantee. B. C. END OF SECTION 5/1/95 @ i I t I 1 II 8 I. i 1 I 1 I 1 I n SECTION 161 1 1 CONDUITS PART 1 - GENERAL I. 1.01 SCOPE: Provide a mechanically and electrically complete conduit sys I 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section O( B. Concrete ...................................... SectionO: C. Masonry ....................................... Section 01 D. Flashing and Sheet Metal Section 9; E. Painting ....................................... SectionO! F. Supplementary Electrical Provisions ................... Section 1 ( G. Wires and Cables Section 1( H. Supporting Devices ............................... Section 1( .......................... ................................ 1.03 QUALITY ASSURANCE: A. Source Quality Control: Test to meet applicable Underwriters’ Laboratories Standards. 8. Reference Standards: 1. underwriters’ Laboratories No. 1 - Flexible Metal Electrical Conduit, 1 2. Underwriters’ Laboratories No. 6 - Rigid Metal Electrical Conduit, 1 3. Underwriters’ Laboratories No. 360 - Liquidtight Flexible Steel Cor Electrical; 1979. 4. Underwriters’ Laboratories No. 651 - Rigid Nonmetallic Elec Conduit, 1979. 5. Underwriiters’ Laboratories No 797 - Electrical Metallic Tubing, I! 6. National Electrical Code. 1.04 Submittals: A. Samples: Provide samples upon specific request. B. Product Data: If materials are by manufacturers other than those spec submit product data giving complete description for sited employed, ma types, and installation methods. 1. 2. C. Certificates: Labels of Underwriters’ Laboratories, Inc. affixed to each item of mal If materials are by manufacturers other than those specified, SI certification what material meets applicable Underwriters’ Laboratc Inc. Standards. 1.05 PRODUCT DEUVERY, STORAGE, AND HANDLING: Protect conduits finishes from damage. I. 1.06 COORDINATION: 288 A. Sequencing: Install conduits before concrete is placed, and in advance of masonry work. Install conduits through roof in time to be flashed prior to roofing application. 1. 2. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURES: A. B. Nonmetallic Conduits: Carlon and SEDCO. C. MeUallic conduits: Triangle, Pittsburgh, Spang, and NEPCO. Others: As listed with products. 2.02 MATERIALS: A. Rigid Metal Electrical Conduit: Hotdipped galvanized steel with zinc coated threads and an outer coating of zinc bichromate, complete with one coupling and one end thread protector. Electrical Metallic Tubing: Welded, electro-galvanized thin wall steel tubing. Flexible Metal Electrical Conduit: Hotdipped galvanized steel strip core with integral copper ground wire on sizes 1-1/4" and smaller. Liquidtight Flexible Metal Electrical Conduit: Hotdipped galvanized steel strip core with extruded polyvinyl jacket, OZ/Gedney Type UAG. Rigid Nonmetallic Electrical Conduit: Schedule 40 heavy wall plyvinylchloride, high impact resistant. 1. Rigid nonmetallic conduit systems, rigid metal electrical conduit. 2. Other conduit systems; same material as the conduit with which they are installed. 3. All types: size 1-1/4" and larger factory manufactured. G. Bushings: 1. 1 -1/4' and smaller: High-impact them-setting phenolic, 1 50°C, 0- YGedney Type 'A'. 2. 2" and larger: Hotdipped galvanized with thermosetting phenolic insulation, 150°C, 0-YGedney Type "B". 1 -1/2' and smaller: Zinc plated heavy stock steel, 0-YGdney. 2' and larger: Cadmium plated malleable iron, 0-YGedney. B. C. D. E. F. Elbows and Bends: H. Locknuts: 1. 2. Hubs: Cadmium plated malleable iron, tapered threads, neoprene @O' ring, insulated throat, 0-YGedney. I. 1 I 1 1 I I I I I. I B i t I i I 8 J. E.M.T. Compression Couplings: Gland compression type, zinc plated s body, cadmium plated malleable iron nut, 0-Ugedney. K. E.M.T. Compression Couplings: Gland compression type, zinc plated s body, cadmium plated malleable iron nut, 0-YGedney. L Liquidtight Conduit Connectors: Cadmium plated malleable iron body and cadmium plated steel ferrule, insulated throat, integral cast external ground 0-YGedney. Seals for Walls and Floor Penetrations: Malleable iron body, oversize sle sealing ring, pressure clamp and rings and sealing grommet, hex head screws, 0-Z/Gedney Type FSK. Fire Seals: Heat activated intumescent material, elastomeric sealing ring, so1 head cap screws, steel pressure discs and flange, 0-Z/Gedney Type CF Restore penetrations to fire rated authority. Nelson Flame Seal. 0. End bells: Hotdipped galvanized, threaded malleable iron, 0-UGedney - THS. P. Expansion Fittings: Hotdipped galvanized malleable iron with bon jumpers. 1. 2. Q. Escutcheons: Chrome plated sectional floor and ceiling plates, Crane No R. Accessories: Reduces, bushings, washers, etc., shall be cadmium pl malleable iron of the forms and dimensions best suited for the applicatbi S. ldenttfying Tape for Underground Conduits: Polyethylene tape, 6' wide, continuous printing along length, Broody Identoline: 1. For electric power conduits: yellow with black letters 2. I. M. N. Linear - 0-YGedney Type AX and TX. Linear with deflection - 0-YGedney Type AXDX. For other services: green with black letters. PART 3 - EXECUTION 3.01 INSPECTION: A. Examine surfaces to which conduits are to be secured for: 1. 2. Do not start work until defects and deviations are corrected. Defects which will adversely affect the execution and quality of wc Deviations from allowable tolerances for the building material. B. 3.02 I NSTAUTION : A. Size conduits as indicated on the drawings and as required by the NEC fc number and sizes of wires to be drawn into the conduit. Do not use cc sized less than l/2' unless specified othenrvise. I. 290 8. Conceal conduits from view in all areas except mechanical and electrical equipment rooms and crawl spaces. Should it appear necessary to expose any conduit; 1. 2. Install all conduits at elevations and locations to avoid interference with grading of other work, the structure, finished ceilings, walls. Avoid causing cutting of masonry units. To prevent displacement, securely support and hold in place all conduits insUalled in advance of other work and to be concealed in the building structure. Carefully lay out conduits run within the structure, such as floors, beams, walls, to avoid densities excessive for the construction. Relocate those conduits when excessive densities occur. Run conduits embedded in structural slabs in the middle of the slab below the top and above the bottom reinforcing steel. Maintain a minimum l-l/T cover except where penetration is made. Do not install conduit larger than 1 ' in slabs. Ream, remove burrs, and swab inside conduits before conductors are pulled in. Cap or plug conduits with standard manufactured accessories as soon as the conduits have been permanently installed in place. Bends and offsets in 1' and srnaller conduits may be done with approved bending devices. Do not install conduits which have had their walls crushed and deformed and their surface finish damaged due to bending. Where space conditions prohibit the use of standard ells, elbows, and conduits, use cast ferrous alloy fittings of such forms and dimensions as best required for appdication. J. Make all conduit joints mechanically tight, electrically continuous, and watertight. Pitch conduits in a manner to avoid creating moisture traps. K. Install insulated throat threaded hubs on conduits entering enclosures without threaded hubs. Connect and couple E.M.T. with compression type fittings. Do not use indenter and set screw fittings. Install and neatly rack exposed conduits parallel with and perpendicular to building walls. Do not install exposed diagonal conduit runs. Route and suspend conduits crossing expansion joints to permit expansion, contraction, and deflection utilizing approved fgtings to prevent damage to the building, conduits, and supporting devices. Do not run conduits exposed on the roof unless approval is obtained prior to installation. Bring to the attention of the Owner's Representative immediately, and Rearrange the work to facilitate an approved installation. C. D. E. F. G. H. I. L M. N. 0. I II I I I I I I I. 1 I I I 1 II I P. Do not place conduits in close proximrty to equipment, systems, and ser lines, such as hot water supply and return lines, which could be detrimentc the conduit and its contents. Maintain a minimum 3" separation, excer crossing, which shall be a minimum 1". Connect motors, equipment containing motors, equipment mounted or isolated foundation, transformers, and other equipment and devices which subject to vibration and which require adjustment with flexible metallic COP from the device to the conduit serving it. Size the flexible conduit length n than 12 diameters, but less than 18 diameters. Rigidly support the point attachment on each side of the connection. Use external bonding jumper! sizes 1-1/2" and above. Install escutcheons on all exposed conduits passing through interior fla walls, or ceilings. Install fire seals on all conduits passing through fire rr partitions. Install wall and floor fire seals on all conduits passing thrc exterior walls and floors, or use standard galvanized steel pipe slec diameters 12" greater than the outside diameter of the sleeved conduit ar the annular space with mastic or caulk with lead. Install rigid metal electrical conduit for feeders and subfeeders, and for all I in damp or wet locations, in concrete slabs, and in hazardous areas. Install electrical metallic tubing for branch circuits concealed in walls and al ceilings for sizes 2' and smaller. Install rigid non-metallic tubing in concrete with manufactured spacers bi exterior to the building where permitted by code. Use rigid metal elea conduit for elbows and where exposed. Install end bells on conduits stubbed through slabs and foundations electrical enclosures. Install flexible metal conduit where specified above and where permitted b authorities having jurisdiction, for final connections to lighting fixtures H have isolated junction boxes. Use liquidtight flexible conduit for exl applications, and in damp locations. Install minimum 3/16" polyethylene pull cords in all empty raceway sysl tagged with the identification of service intended and location of opposite I. Q. R. S. T. U. V. W. X. I END OF SECTION I. 292 SECTION 161 20 WIRES AND CABLES PART 1 - GENERAL 1.01 SCOPE Provide systems of wires and cables for electric power, fire alarm, signaling, and control. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00700 6. Equipment ....................................... Division 11 C. Controls and Instrumentation ........................ Section 15900 D. Supplementary Electrical Provisions ................... Section 1601 0 E. Conduits ....................................... Section 161 11 F. Wire Connections and Devices ....................... Section 16121 G. Controls ....................................... Section 16900 H. Fire Alarm System ................................ Section 16721 1.03 QUALITY ASSURANCE: A. Source Quality Control: Test to meet applicable Underwriters’ Laboratories, I nc., Standards. 6. Reference Standards: 1. Underwriiers’ Laboratories No. 83 - Thermoplastic insulated Wires and 2. Underwriters, Laboratories No. 493 - Thermoplastic Insulated 3. National Electrical Code: Cables, 1980. Underground Feeder and branch Circuit Cables, 1979. 1.04 SUBMITTALS: A. Samples: Provide samples upon specific request. 6. Product Data: If materials are by manufacturers other than those specified, submit product data giving complete description for sizes employed, material types, and electrical ratings. 1. 2. C. Cedificaies: Labels of Underwriters’ Laboratories, IN., fixed to each item of material. If materials are by manufacturers other than those specified submit certification that material meets applicable Underwriters’ Laboratories, Inc. Standards. Submit in accordance with Section 01340. 3. B I 1 i I I I I ' 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING: A. Deliver wires and cables to the project in full unbroken cartons or reels mal with conductor size, insulation type, and Underwriiers' Laboratories, Inc. la Store wires and cables in a manner to prevent damage from the elem personnel, equipment, and moisture. Handle wires and cables in a rnanner to prevent damage to conduc insulation and identifying markings. 8. C. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Wires and cables: 1. Triangle 2. Anaconda 3. General Cable Corporation Other items as specified with materials. B. I 2.02 MATERIALS: Io copper. A. Type THHNRHWN: 6OOV thermoplastic insulated, nylon jacketed, 90"Cr B. C. Pull Cords: 1/8" nylon. D. Pulling compound: Ideal 'Yellow 77'. Type XXHW: 600V, cross-linked polyethylene insulated, 90°C, copper. I 1 I I I I I 2.03 FABRICATION: Copper: Soft drawn annealed, conductivity of 98% of pure copper. Conductors: No. 10 AWG and Smaller - Solid/No. 8 AWG and Larger - Stranded. I A. 9. C. Insulation: Factory colorcoded by pigmentaion where available. PART 3 - EXECUTION 3.01 INS P ECTl ON A. Examine the system in which the wire is to be installed for defects in equif and installation which may cause damage to the wire. Do not start work until defects have been corrected and until permiss obtained from the Owner's representative. 9. I. 294 3.02 INSTALLATION: A. Install wire in the systems designated: 1. 2. 3. Use pulling compound where necessary. Do not exceed manufacturer's recommended pulling force. Do not bend wire less than the manufacUurer's recommended minimum bending radius. THHNTTHWN, XHHT for light and power branch circuits and control wiring. THHNnHWN, XHHW for feeders, sub-feeders, motor circuits and high ambient temperature locations. Insulation types suitable for the temperature, moisture and elements to which exposed. B. Install wire types: 1. 2. 3. C. Consistently color code wiring continuous throughout the work: 1. 120/208 Volt Systems: 480/277 Volt Systems: a. Phase A - Black a. Phase A - Brown b. PhaseB-Red b. Phase B - Yellow c. Phase C - Blue c. Phase C - Orange d. Neutral - White d. Phase Neutral -White e. Ground - Green e. Ground - Green Switch legs, travelers, and special systems continuous throughout the work as selected by the Contractor. Where factory colors are not available code ends of conductors with 1- 1/2" colored tape. Circuits of multiple phases passing through enclosures shall have phases grouped to reduce the reactance effect. 1. 2. 3. D. E. Minimum Sizes: For 20 amp light and power branch circuits: a. No. 12AWG b. c. Other circuits sized to limit voltage drop per NEC and per plans. 12OV longer than 60 feet from first outlet to panel: No. 10 AWG. 12OV longer than 120 feet from first outlet to panel: No. 8 AWG. 2. 3. Control Wiring: No. 14 AWG, unless otherwise specified. 3.03 FIELD QUALITY CONTROL: A. Field Test Prior to Energization: Test all wiring insulation levels with megohm meter: 1. Plhase to Phase 2. Phase to Neutral 3. Phase to Ground Perform tests according to manufacturer's recornmendations. 8. 1 1 I I I I I I. 1 I I I I 1 I I C. D. Test results shall be in accordance with manufacturer’s recommendations Correct defects revealed by above tests. END OF SECTION I. <I I. 296 SECTION 161 21 WIRE CONNECTIONS AND DEVICES PART 1 - GENERAL 1.01 SCOPE: Provide wire connections and devices to be readily identifiable, mechanically and electrically secure wiring system. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00700 B. Supplementary Electrical Provisions ................... Section 1601 0 C. Wires and Cables ................................ Section 16120 1.03 QUALITY ASSURANCE: A. Source Qualrty control: Test to meet applicable Underwriters' Laboratories, Inc. Standards. B. Reference Standards: 1. Underwriters' Laboratories No. 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors, 1979. 2. Underwriiers' Laboratories No. 510 - Insulating Type, 1976. 3. National Electrical Code. Job Conditions: Connections shall be made in atmospheres that are free from dirt, moisture, and elements which may be damaging. C. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: Listed with materials. 2.02 MATERIALS: A. Spring connectors: Ideal 'Wingnut', 3M-Scotch, Buchanan, and Thomas & Betts. B. Terminal connectors: 0-YGedney type XW, Bumdy, and Thomas & Betts. C. Splice Connectors: 0-YGedney, Type XW with Type XWL cover, Bumdy. D. 'T' and Parallel Connectors: 0-YGedney Type XTP with Type XTPC cover, Burndy. E. Vinyl Plastic Tape: 3M-Scotch #330r #99, Plynwuth and Okonite. F. G. H. Wire Ties: Thomas and Betts 'Ty-Rap', Ideal, and Panduit. Rubber Tape: Okonite Series 602-10, 3M-Scotch and Plymouth. Colored Tape: 3M-Scotch 191, Plymouth. I I I I I I. Wire tags: Self-laminating, cloth, wrap-on type by Thomas 81 Betts, Ideal, and Brady. PART 3 - EXECUTION I. 3.01 IN SP ECTl ON A. Examine wires to be jointed, tapped, spliced, terminated, and their connecting devices for defects which may affect the mechanical and electrical integrii of the connection. Do not proceed until defects are corrected. connection, clean conductors. 0 8. 3.02 PREPARATION: Remove proper amount of insulation necessary for 3.03 INSTALLATION: A. I terminal strips. e No. 10 Wire and Smaller: Connect with spring connectors, terminate at No. 8 Wire and Larger: Connect and terminate with above specified tape half-lapped to produce a dielectric value equal to wire insulation. Train, hold, clamp, and tag wiring in cabinets, pull boxes, panels, and junction boxes with above specified devices. Splices in feeders and mains may only be made where designated on thc drawings and where prior approval is obtained from the Engineer. Solder connections permitted for low voltage control circuits only. Clean conductors and make mechanically tight by "Western Union' or 'Pig-Tail" splice, solder, insulate with half-lapped rubber and vinyl plastic tape to produce a dielectric value equal to wire insulation. 3.04 FIELD QUALITY CONTROL: Test: Connections shall be resistance testa with megohm meter as specified for wire. ADJUSTMENT: Assure that wire connectors made by others in equipmei furnished by others are mechanically and electrically sound prior to energization. 'I END OF SECTION B. C. D. 1. I 1 I I I I I E. 3.05 I. 298 SECTION 161 33 CABINETS PART 1 - GENERAL 1.01 SCOPE: Provide cabinets for installation of wiring and equipment. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00700 8. Masonry ....................................... Section04220 C. Painting ....................................... Section 09900 D. Supplementary Electrical Provisions ................... Section 1601 0 E. Panelboards .................................... Section 16160 F. Motor and Circuit Disconnect ........................ Section 16170 G. Controls and Instrumentation ........................ Section 16900 H. Fire Alarm System ................................ Section 16721 1.03 QUALITY ASSURANCE: A. Source Quallty Control: Test to meet applicable Underwriters’ Laboratories, Inc. Standards. B. Reference Standards: 1. 2. National Electrical Code. Underwriters’ Laboratories, Inc. applicable standards. C. Design Criteria: National Electrical Manufacturer’s Association construction types based on environment. 1. Indoor - NEMA Type 1 2. Outdoor - NEMA Type 3R 1.04 SUBMITTALS: A. Shop Drawings shall include dimensions, knockout sizes and locations, material types and gauges, finishes, and installation method. Submit in accordance with Section 01340. Certificates shall include labels of Underwriters’ Laboratories, Inc., and National Electrical Manufacturer‘s Association affixed to each item. 8. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. General Electric B. Westinghouse C. Square D D. Gould E. RSE Sierra 1 B I 1 I 8 1 I. 1 11 t l MATERIALS: A. For Panelboards: 1. 2. Same manufacturer as panelboard, boxes of code gauge steel, welded with edges turned to receive trim, and galvanized. Trim and Doors No. 12 gauge steel minimum, hinged door, flush tumbler lock and catch keyed alike throughout the work, factory enamel finish, suitable for field color coat. a. b. 1. 2*02 Flush - Overlap minimum 3/4 inches top, bottom, and sides. Surface - Same size as cabinet. PART 3 - EXECUTION 3.01 INSPECTION: A. Examine structure to which cabinets are to be secured for defects which affect the execution and quallty of work. Do not start work until defects are corrected. B. 3.02 PREPARATION: e A. Carefully measure and lay out exact locations. B. Provide supports 3.03 I NSTAUTION: A. B. Provide cabinets where indicated and where necessary. Provide flush type in finished areas centered in paneling and other Architectural features. Provide surface type in equipment rooms and above accessible finished ceilings. Install lighting and power cabinets with tops 6 feet 6 inches above finish6 floor. Install cabinet fronts straight and plumb. Arrange so that panelboards w centered in door opening. C. D. E. I F. Install cabinet trim and doors straight and plumb. s as scheduled. G. On inside of doors, provide engraved nameplate giving correct designati a I 8. 300 3.04 ADJUSTMENT AND CLEANING: A. 6. Adjust trims and doors for vertical and horizontal alignment.. Clean surfaces to be painted. END OF SECTION I # I I 1E 1 1 1 I. li t I 1 R 1 I SECTION 16134 OUTLET BOXES PART 1 - GENERAL f 1.01 SCOPE: Provide outlet boxes for the installation of wiring devices, lightir 1.02 RELATED WORK SPECIFIED ELSONHERE: fixtures, fire alarm, nurse call, T.V., and power and control connections. A. Conditions of the contract .......................... Section O( 8. Masonry ....................................... Section OL C. Painting SectionOE D. Supplementary Electrical Provisions ................... Section 1 f E. Wiring Devices .................................. Section 1E F. Lighting ....................................... Section If G. Telephone Raceway System Section 16 ......................... H. Controls and Instrumentation ........................ Section It I. Fire Alarm System ................................ Section 1t J. Nurses’ Call System Section If K T.V. Antenna System .............................. Section 1t COORDINATION: Install outlets at times required to prevent delays in thc work and to avoid cutting of masonry units. ....................................... .............................. 1.03 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Appleton Electric Company 8. Hubbell C. Steel City D. Crouse Hinds 2.02 MATERIALS: Flush mounted outlet boxes: Standard, stamped galvanize steel with factory conduit knockouts, one piece and welded construction. Series 45 and 450 square boxes with Series 846 and 847 covers. Series M1 , M2, M3 - 250 and Series M1 , M2, M3 - 350 Masonry boxes WI Series 846 and 847 covers. Series 3G and GC-5075 switch boxes with Series 3GC and 3GC-75 cove Covers OCR concrete rings with Series OCP and OCP-3/8 back plates. Series 40 and 400 octagonal boxes with Series 8409 raised covers. Series SX expandable bar hangers. A. 8. C. D. E. F. I 3. c 302 PART 3 - EXECUTION 3.01 INSPECTION: A. Examine building structure to which outlet boxes are to be secured for defects which affect the execution and quality of work. Do not start work until defects are corrected. B. 3.02 PREPARATION: A. Carefully measure and layout locations in conference with the Owner's representative. Owner may change outlet box locations a distance of 5 feet before rough-in without additional costs. B. 3.03 INSTALIATION: A. In dry walls for single and two gang outlets provide 4s and 4D boxes, for 3 or nnore outlets use masonry boxes. In block and masonry walls provide masonry boxes of depths required for wall thickness. In poured concrete and plastered walls provide 4s and 4D boxes for single gang outlets and 2G and 3G-5075 boxes for muttiple ganged outlets. In concrete ceilings provide OCR rings. In other ceilings provide 40 and 40D boxes. Omit covers if standard canopy and device plates entirely cover the ceiling opening. In exposed work, exterior of buildings, in wet location, and flush in non- waterproofed walls below grade provide FS and FD boxes. Submit for approval special boxes for special devices and applications. Size according to device and application in accordance with NEC. Install outlet boxes finished to within 1/8" of finished surfaces. Install center of boxes at heights above finished floor: 1. 2. 3. 4. 5. B. C. D. E. F. G. H. I. Wall Switches and Fire Alarm Manual Stations - 42" Convenience Receptacles - 12 inches or as noted on plans. Telephone Outlets - 12 inches. Boxes indicated above counters - 4 inches above trim. Refer to Architectual Elevations. Refer to Emergency Call System specifications for mounting heights of Emergency Call devices. backsplash and J. K Install wall switch outlet boxes on the strike side of doors as finally hung. Group outlets on circuits with homeruns as indicated on the drawings. E I I I 1 T E 1. 3.04 1 E e I I 1 1 I L M. N. 0. P. Do not provide through-the-wall and back-to-back boxes. Provide standard manufactured plugs in unused openings of boxes. Provide boxes at the terminal of conduit runs to outlets and devices. Provide plaster rings and covers where required by the building structure. In brick finished walls, locate to work brick in a brick course where possit and to permit conduits and raceways to enter from the rear without cuttin brick, where possible. Provide 3/8 inch studs and lighting fixture outlet boxes where shop drawit of fixtures require and elsewhere as may be required for fixtures. Rigidly attach to structure and ceiling supporting members in suspended ceilings to avoid cutting mechanical ceiling members. Center outlets in paneling and in other Architectural features. Locate light fixture outlets in uniform relation with ceiling tiles. Provide minimum 24" between outlet boxes on all fire-rated walls. CLEANING: Clean surfaces to be painted. Refer to Section 09900. 1. Q. R. 1 S. T. U. END OF SECTION I. 304 SECTION 16140 WIRING DEVICES PART 1 - GENERAL 1.01 SCOPE: Provide wiring devices and cover plates for outlets designated to receive them. 1.02 REIATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00700 B. Supplementary Electrical Provisions ................... Section 1601 0 C. Outlet Boxes .................................... Section 16134 1.03 QUALITY ASSURANCE: A. Source Quality Control: Tests to meet applicable Underwriters’ Laboratory, Inc. applicable standards. 1. 2. National Electrical Code. 3. National electrical Manufacturer‘s Association, No. WD-1 , Wiring B. Reference Standards: Underwriters’ Laboratories, Inc. applicable standers. Device, 1967. 1.04 SUBMITTALS: A. B. Certificates: Samples: Provide samples under specific request. 1. 2. Labels of Underwriters’ Laboratories, Inc., affixed to each item of material. If materials are by manufacturers other than those specified, submit manufacturer‘s product data describing materials and electrical ratings. Submit in accordance with Section 01340. , PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Arrow-Hart B. Pass and Seymour C. Hubbell 2.02 MATERIALS: A. Wirirrg Devices: Refer to Schedule. B. Cover Plates for Wring Devices: Smooth finish plastic of same manufacturer as device. I li I 1 1 1 I 1. I t I E I I 1 C. Cover Plates for Telephone Outlets: Same as for wiring devices except wi 3/8' or 1 " rubber grommets as required by telephone supplier. Weatherproof Cover Plates: Corrosion resistant finish metal plate, die cas cover, and gasket. Provide ivory colored cover plates and devices on light colored walls and brown colored cover plates and devices on dark walls and where installed brick interior of the building. Cover Plates for Surface Mounted Outlet Boxes: Zinc coated sheet steel rounded edges, same size as outlet box. D. 1. E. F. PART 3 - EXECUTION 3.01 INSPECTION: A. Inspect boxes into which wiring devices are to be installed for defects whi affect the quality and execution of work. Do not start work until defects are corrected. 6. T 3.02 PREPARATION: A. B. Determine where types of wiring devices are to be installed: Verrfv devices are of correct size, capacity, type, and NEMA configuration ADJUSTMENT: Align device and cover plate vertically and horizontally 3.03 1 assuring flush fitting. 3.04 WIRING DEVICE SCHEDULE: A. B. C. D. E. F. G. 125V, 15A, duplex receptacle, NEMA 51 5R, #5262. 125V, 2OA, duplex receptacle, NEMA 520R, 445739. 125/250V, 3OA, 3 wire receptacle, NEMA 1030R, #9344. 135/25OV, 5OA, 3 wire receptacle, NEMA 10-50R, #7985. 120-277\/, 20A, single pole wall toggle switch, #1991. 120-277\/, 2OA, three-way wall toggle switch, #1993. 125V, 15A, clock hanger receptacle, NEMA 51 5R, #5708. END OF SECTION So 306 SECTION 161 60 PANELBOARDS PARTS 1 - GENEWL 1.01 SCOPE: Provide distribution switchboard and branch circuit panelboards for the electrical distribution system. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00700 6. Painting ........................................ Section 09900 C. Supplementary Electrical Provisions ................... Section 1601 0 D. Cabinets ....................................... Section 16133 E. Fuses ......................................... Section 16181 1.03 QUALITY ASSURANCE: A. Source Quality Control: Tests to meet applicable Underwriters’ Laboratories, Inc. standards. B. Reference Standards: 1. 2. 3. 4. National Electrical Code. Underwriiters’ Laboratories No. 50 - Cabinet and Boxes. Underwriters’ laboratories No. 67 - Panelboards. National Electrical Manufacturer’s Association No. PB-1 Panelboards. 1.04 SUBMITTALS: A. Subunit shop drawings in accordance with Seciion 01340. Include layouts showing cabinet dimensions, conduit entrances, electrical ratings, bussing connections, single line diagrams, device locations and ratings, and cable termination provisions. 1. 2. 3. 6. Certificates: Labels of Underwriters’ Laboratories affixed to each item of material. Label of Underwriters’ Laboratories approval for service entrance use, where applicable, affixed to material. If materials are by manufacturers other than those specified, submit certification that materiil meets applicabk Underwriters’ Laboratories, Inc. standards. C. Instructions: Submit manufacturer‘s wriien recommendations for storage and protection, installation, field testing, and periodic maintenance. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. RSE Sierra B. General Electric C. Square D I B I i I I JI ll io t I i. 1 IE D. Westinghouse E. Gould 2.02 MATERIALS: f A. Main Switchboard: 1. Furnish and install a totally enclosed, dead front, safety type switchboard designed for 480/277 volts, three phase, 4 wire solid neutral service as scheduled and mounted on 6" thick concrete pac The switchboard frame work shall be made of formed steel angles securely bolted or riveted together and have minimum No. 12 gaui steel plate enclosures. Adjacent to each switch unit provide a lamacoid plastic name plate engraved with proper circuit designatic screw-on type only. At top of switchboard and supported on the frame, there shall be provided a pull box for termination of the conduits to the board. It shall not be less than 18" in height and shall be built as an integral part of the switchboard. The front of the pull box shall be removal: and the bottom shall consist of ebonized asbestos panels drilled fc cables and bussing. The entire exterior of the switchboard and pu box enclosures shall be painted with prime coat and finished smoc with 2 coats of gray enamel, ASA. 33. Switches over 600 ampere capacity shall be Pringle or General Electric Company bolted pressure contact type of capacity and number of poles indicated and equipped with Bussman Hi-Cap, current limiting fuses only. Switches 600 ampere and below shall be quick-make, quickbreak capacity and number of poles indicated. Switches 600 amperes and below shall be equipped with rejection type fuse clips to accept only high capaclty type fuses. Furnish current limiting type fuses. Main busses shall be tin plated aluminum sized on the basis of a current density to hold temperature rise to 50 degrees C above 40 degrees C ambient. The bus structure shall be braced to withstan the mechanical forces exerted during a fault as shown on the drawings. symmetrical. The switchboard shall bear the label of approval of the Underwritel Laboratories and shall be built to NEMA and IEEE Standards. Sek copies of shop drawings of the proposed board shall be furnished 2. 3. 4. 5. 6. 7. 8. I comply with these specifications. B. Branch circuit panelboards: G. E. Type NLAB and NHB. Three phase, 4 wire, solid neutral design with sequence bussing f full capacity neutral. Provide scheduled circuit breakers, 10,OOO amps, R.M.S. intempt rating. Provide main lugs only unless scheduled otherwise. 1. 2. 3. 4. Provide cabinets. Refer to Section 16133. 5. 1 6. Construct in accordance with U.1 and NEMA Standards. I. 1 308 C. Circuit breakers: 1. 2. 3. 4. Wire with sequence phasing. Resettable, quick-make, quick-break, bolt-in place type, tripfree, with separate trip position from on and off positions. Multiple pole breakers with common trip and one operation handle. Do not provide handle ties. PART 3 - EXECUTION 3.01 PREPARATION: A. Carefully measure and lay out exact locations of panelboards in conference with the Owner’s representative. Assure that panelboards may be installed without adversely affecting the integrity and appearance of the building structure and with the clearances required by the National Electrical Code. B. 3.02 IN STAMTI ON: A. B. Provide panelboards of the types and ratings .scheduled where indicated. Provide flush or surface mounted types where indicated and scheduled. 1. Refer to Section 161 33. 2. Provide multi-section cabinets as required and scheduled. 3. Provide hinged doors with flush tumbler lock and catch, all locks keyed alike. 4. Provide 2 keys for each panelboard. Provide supports to the building structure, independent of raceways. Install tops of cabinets at 6 feet 6 inches above finished floor. Install panelboards in cabinets, centered in door openings. 1. For panelboards: Engraved, lamacoid plastic nameplate, giving 2. For switchboard circuits: Engraved, lamacoid plastic nameplate, 3. For branch circuit panelboards: Neatly kypewriien circuit directory in 4. C. D. E. F. Provide identification: panelboard designation, voltage, phase, wire and ampacity. giving circuit numbers and equipment identification. cardholder inside panelboard door. ldentdy rooms served using room numbers corresponding to those finally established at the project. All nameplates to be screw on types, no cement. 3.03 FIELD QUALITY CONTROL: A. 6. Perform manufacturer‘s recommended field test prior to energization. Provide copies of test results to the Owner’s representative. END OF SECTION 1 ll 1 1 1 1 16 U I I. I I I SECTION 161 70 MOTOR AND CIRCUIT DISCONNECTS PART 1 - GENERAL 1. 1.01 SCOPE: Provide disconnect switches for branch circuit, motor circuits, and item of equipment. I 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section OC B. Painting ....................................... SectionOE C. Equipment Divisor D. Mechanical ........................................ Divisoi E. Supplementary Electrical Provisions ................... Section 1E F. Cabinets ....................................... Section 1E G. Fuses Section 1E I 1.03 QUALITY ASSURANCE: A. ........................................ ......................................... Source Quality control: Test to meet applicable Underwriters’ Laboratorie Inc. standards. B. Reference Standards: 1. 2. 3. National Electrical Code. Underwriiers Laboratories, No. 98 - Enclosed Switches. National electrical Manufacturer’s Association No. KSI-1975, Enclo! safety Switch Standard - Type HD. 1.04 SUBMITTALS: A. Submit shop drawings in accordance with Section 01340. Include encloz dimensions, type, electrical ratings, fuse provision, installation instruction! and nameplate nomenclature. B. Certificates: 1. 2. Labels of Underwriters’ Laboratories, Inc. Affixed to each item of material. If materials are by manufacturers other than those specified submi certification that material meets applicable Underwriiers’ Laboraton Inc. standards. COORDINATION: Provide switches sized as required by the National Electrical Code based on the equipment actually furnished under Division 11 or Division 1 or provided by the Owner. 1.05 PART 2 - PRODUCTS I 2.01 ACCEPTABLE MANUFACTURERS: 1. B. Alley Bradley A. General Electric 8 31 0 C. Square D D. Westinghouse E. Gowld 2.02 MATERIALS: A. For single phase motors under 1/2 horsepower Allen Bradley Bulletin 600 single phase manual switch, toggle type, with locking attachment, neon pilot light, heater elements sized per motor nameplate rating, NEMA 1 enclosure indoors, NEMA 4 enclosure exterior, in damp and wet locations, flush and sutface as specified for outlet boxes. For other 250 volt equipment: NEMA Type HD, General Electric Type TH, fusible and non-fusible as required by NEC, with cover interlocks, with cabinets, with threaded hubs. Refer: Section 16181 and Section 16133. B. PART 3 - EXECUTION 3.01 IN SPECTl ON: A. Inspect building structure to which disconnects are to be secured for defects which affect the execution and quality of work. Do not start work until defects are corrected. B. PREPARATION: Carefully measure and lay out exact locations maintaining working clearances required by the National Electrical Code. 3.02 3.03 I NSTAUATION: A. Provide disconnects where indicated and where required by the National Electrical Code. Install within sight of equipment served. Provide final connection to equipment served. Provide nameplate secured to cabinet with designation of equipment served, operating voltage, and circuit designation. 8. C. D. END OF SECTION 1 I 1 I I I 1 1 SECTION 161 81 FUSES PART 1 - GENERAL I. 1.01 1.02 RELATED WORK SPECIFIED ELSEWHERE: SCOPE: Provide fuses for overcurrent protection in fusible devices. A. Conditions of Contract. Section OC B. Supplementary Electrical Provisions ................... Section 1 t C. Panelboards .................................... Section 1t D. Motor and Circuit Disconnects Section 1t ............................ ....................... 1.03 QUALITY ASSURANCE: A. Source Quality Control: Test to meet applicable Underwriiers’ Laboratoric Inc. standards. 8. Reference Standards: 1. Underwriters’ Laboratories, Class RK1 2. Underwriters’ Laboratories, Class RK5 3. Underwriters’ Laboratories, Class L 4. National Electrical Code ’’ 1.04 SUBMITTALS: I A. Product Data: Provide manufacturer’s bulletins, and minimum melting ant total clearing time charts for each type of fuse. Certificates: Labels of Underwtiers’ Laboratories, Inc. affixed to each iten mat e rial. COORDINATION: Size fuses in accordance with the National Electrical C for the equipment actually furnished to the project under Division 11, Divi 15, or by the Owner. B. 1.05 8 1 I 1 I 1 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: Bussman only. I 2.02 MATERIALS: A. Class RK1: 1. 250V; LPN-RK, Lowpeak 2. 600V; LPS-RK B. Class RK5: 1. 2. WV, FRS-R, Fusetron 250V, FRN-R, 600~. FRS-R, Fusetron le 31 2 C. Class L; KRP-C, Hi-Cap D. Or as otherwise shown on the drawings. PART 3 - EXECUTION 3.01 INSTALLATION: A. Provide Class RK5 fuses for motors, feeder circuits, and other circuits not specified below 0-600 amps. Provide Class RK1 fuses for lighting loads, 0-600 amps: 1. For fluorescent ballasts - Type GIR. 2. For other ballasts and control circuits - ‘Type KTK. Provide Class L fuses for all applications, 601 amps and larger. SPARES: In addition to fuses consumed during testing, furnish lo%, but not less than three each of each size and type fusss used for the project and store where directed by the Owner. Mount spare fuses in a NEMA #1 lockable cabinet with full plywood backboard. See Section 16133. 9. C. 3.02 END OF SECTION i 1 1 I 1 I 8 I I i I 1 I 1 SECTION 16190 SUPPORTING DEVICES PART 1 - GENERAL f 1.01 SCOPE: Provide miscellaneous materials for the supporting of electrical 1.02 RELATED WORK SPECIFIED ELSEWHERE: material and equipment. A. Conditions of the Contract .......................... Section 00 6. Concrete Section03 C. Masonry ....................................... Section 04 D. Supplementary Electrical Provisions ................... Section 16 E. Conduits. Section 1€ F. Cabinets.. Section If G. Outlet Boxes .................................... Section 1E ...................................... ...................................... ..................................... PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Kindorf 8. Unistrut 1. C. Caddy 2.02 MATER I ALS: A. Continuous slotted channel: #12 gauge, steel, electro-galvanized, with z B. Hanger Rods: Continuous thread, electro-galvanized, with zinc chromate C. D. One-hole pipe straps: Series HS-100, galvanized steel. E. chromate, bases and dimensions as required for applications. sizes as required for loads imposed. Hex head cap screws and nuts: No. H-113 and No. H-114 respectively. Single bok channel pipe straps: Steel, with machine screw and nut, Seri C-105 and Series C-lo6 F. Lay-in pipe hanger: Series C-149. G. Conduit and pipe hanger: Series 6N. H. . Beam Clamps: Series 500, RC, EC, and PC for applications. 1 I. Concrete inserts, spot: Series 0-356 or No. D-255. J. Concrete inserts, channel: Series D-980 or Series D-986. I. I 31 4 K. Riser Clamps: Series C-210. L Cable Supports: 0-Ygedney Type S. PART 3 - EXECUTION 3.01 I N STALLATION: A. B. C. Carefully lay out and provide concrete inserts. Securely fasten and support conduits and raceways to the building structure. Suspend horizontal runs of conduit and raceways from the floor and roof construction by rod hangers spaced 10 feet or less on centers for sizes 2-1/2 inches and greater and 9 feet or less on centers fir sizes 2 inch and smaller. Fasten single runs of conduit to the structure with one-hole pipe straps and beam clamps or hang on rod hangers. Support multiple runs of conduit and raceways from continuous channel inserts or from trapeze hangers constructed of rod hangers and channels. Fasten single conduits to rod hangers with adjustable lay-in pipe hangers or for 2 inches and smaller conduits with Series 6H pipe hangers. Fasten conduits to channels with pipe channel straps. Support conduits and raceways within 3 feet of each end of each bend, of each termination, and at other intervals to maintain horizontal and vertical alignment without sag and deformation. Do rrot use cable, strap, and wire hangers and fasteners. Provide riser clamps for conduits at floor lines. Provide wire and cable supports in pull boxes for risers in accordance with NEC Section 300-19 and Table 300-1 9(a). Install supports to permit equally distributed expansion and contraction of conduits and raceways with expansion joints. Use guides or saddles and U-bolts and anchors designed for equal effectiveness for both longitudinal and transverse thrusts. Submit complete details for review. Do not support conduits and raceways from equipment connections. Provide special supports with vibration dampers to minimize transmission of vibrations and noises. Provide trapeze hangers for conduits and raceways where routing interferes with ducts. Provide hangers, racks, cable cleats and supports for wires and cables in cable chambers and other locations to make a neat and substantial installation. D. E. F. G. H. 1. J. K L M. N. 0. 1 1 1 II 1 8 1 1. 1 1 i I I 1 t I P. Provide angle iron and channel supports to the floor and structure for panelboards, cabinets, pull and junction boxes. Provide supports as specified for conduits and raceways for outlet boxes and pull boxes 100 cubic inches and smaller. Provide supports sized for the ultimate loads to be imposed. f Q. 3.02 CLEANING: Clean surfaces to be painted. I END OF SECTION I. 31 6 SECTION 16402 SECONDARY ELECTRIC SERVICE PART 1 - GENERAL. 1.01 SCOPE: Provide primary and secondary electric service feeder cables and conduits from the utility company point of service to the service disconnect. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. 8. C. D. E. F. Conditions of the Contract . . . . . . . . . . . . . . . . . . . . . . . . . . Section 00700 Supplementary Electrical Provisions . . . . . . . . . . . . . . . . . . . Section 1601 0 Conduits . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Section 16111 Wires and Cables . . . . . . . , . . . . . . . . . . . . I . . . . . . . . . . . Section 16120 Grounding . . . . . . . . . . . . . . . . . . . . . . . . . u . . . . . . . . . . s Section 16450 Concrete . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . e Section 03300 1.03 COORDINATION: Coordinate service connections point of service, metering requirements, and service characteristics with the utility company. PART 2 - PRODUCTS 2.01 CONDUCTORS: Refer to Section 161 20, wires and Cables. Service entrance conductors shall be of a type approved for the purpose by the National Electrical Code, and shall be installed without splice from the pad mounted transformer to the service main equipment. 2.02 RACEWAYS: Refer to Section 161 1 1 , Conduits. Service entrance shall be rigid steel conduits, concrete encased underground from the pad mounted transformer to the service main equipment in the building. PART 3 - EXECUTION 3.01 DESCRIPTION OF SYSTEM: Secondary electric service shall be 480/277 3.02 PREPARATION: Lay out service route, establishing routing, elevations and 3.03 IN STALlATI ON: votts, three phase, 4 wire, 60 Hz., alternating current. terminus at the project. A. B. C. Provide spare cable at the transformer as directed by the utility company. Provide for grounding in accordance with Section 16450 Arrange for and provide final connection by utility company. 1 1 D. E. Provide for metering as directed by the utility company. Install underground primary service raceway and conductors in accordanc with requirements of the serving Power Company. f 1 END OF SECTION il I i I i t. 1 1 i I t 8 I 1 I. 31 8 SECTION 16420 ELECTRIC SERVICE ENTRANCE PART 1 - GENERAL 1.01 DESCRIPTION A. Refer to Section 16010: General Requirements For Electrical Work. B. Furnish all labor, materials, services, equipmerit and appliances required in conjunction with installation of the electric service entrances as indicated on the Contract Drawings and as described herein. 1.02 COORDl NATION A. Electrical services shown on the drawings reflect information obtained from the electric utilrty company. Venfy all data with the electrical utility company and install facilities in exact complicance with utility company requirements. Refer to Section 1601 0 for directions concerning charges assessed by the electric utility company. 6. PART 2 - PRODUCTS 2.01 MATERIALS A. Determine the work that will be provided by the electric utilrty company and provide all other work required for a complete installation of the ektric service entrance. Work shall include, but not be limited to, conductors, conduit, connectors, supports, excavation and backfill. Provide concrete work as required by the electric utility company. Material shall be as specified in other sections of the specifications and as required by the electric utility company. 6. C. D. PART 3 - EXECUTION 3.01 Crty to reimburse contractor for all utilrty company charges associated with providing permanent electrical service to new improvements. 3.02 I NSPECTI ON A. Fully inspect the project site to determine the scope and check for any conflicts or obstructions in installing the electrical service entrance. Perform work necessary to accommodate conflicts and obstructions under this Division. I 1 I I I 1 II I 1. I 1 1 I I 1 I B 6. Provide work in accordance with other sections of the specifications, the National Electrical Code, the National Electrical Safety Code and the Ele< Utility company. END OF SECTION t I. 320 SECTION 16421 ELECTRIC METERING THIS SECTION CONCERNS METERING ONLY AS IT RELATES TO THE POWER COMPANY. PART 1 - GENERAL 1.01 DESCRIPTION A. Refer to Section 16010: General Requirements For Electrical Work. B. Furnish all labor, materials, services, equipmerit and appliances required in conjunction with the installation of electric service entrance metering facilities as required by the electric utility company and as specified herein. S U E3M I TTALS: Manufacturing Data: Submit copies of manufacturer’s specifications for products used. 1.02 PART 2 - PRODUCTS: 2.01 MAUERIALS : Materials shall be as required by the electric utility company. Furnish all materials required by power company for electric metering facilities. PART 3 - EXECUTION 3.01 INSTALIATION: Venfy all wbrk required for the installation of electric metering facilities with the electric utility company. Install all equipment furnished by power company and furnish other material and labor as required by the power company to receive electric service. END OF SECTION 1 1 I I 1 8 I SECTION 16450 GROUNDING PART 1 - GENERAL I. 1.01 SCOPE: Provide a system of grounding conductors, conduits, and connections to provide a grounded electrical system and raceway system 1 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00 B. Concrete ...................................... Section 03 C. Metals Divisic D. Domestic Water. ................................. Section 15 E. Supplementary electrical Provisions ................... Section 1 e F. Conduits ....................................... Section 1E G. Wires and Cables Section 1E H. Transformers. ................................... Section 1E ........................................... ................................ 1.03 QUALITY ASSURANCE: Provide grounding of electrical system in accordance with the National Electrical Code. PART 2- PRODUCTS I e 2.01 1 I GROUNDING ELECTRODE: Bond together the following items to serve a the electric service grounding electrode: Minimum 20 feet number 3/0 AWG copper conductor encased in concreti footing or grade beam to contact with earth in two opposite directions. Building domestic water service entrance piping on house side of meter; provide bonding jumper across meter. A. 8. C. Structural steel building framework. 2.02 GROUNDING ELECTRIC CONDUCTOR: Shall be sized in accordance wi National Electrical Code to connect these items to the building bus in tht service main equipment. EQUIPMENT BONDING JUMPER: Shall be sized in accordance with the National Electrical Code and be conducted on the supply side of the ser Refer to system ground detail on drawings. a 1 1 I 1 2.03 I main equipment. 2.04 PART 3 - EXECUTION 3.01 I N STALLAT1 ON: A. Provide equipment grounding conductors for: I. 322 1. Flexible metallic conduit 2. Rigid non-metallic conduit 3. 4. Panels serving patient rooms. 5. Conductor splices and connections in inaccessible locations shall be made by thermal fusion weld process. Outlets in patient rooms and where noted on plans. All branch conduit runs as shown on ttne drawings. B. END OF SECTION I 1 I 1 1 1 u 1. I I 1 R I 1 1 I SECTION 16460 DRY TYPE TRANSFORMERS i. PART 1 - GENERAL 1.01 DESCRI PTlON 1 A. B. Refer to Section 1601 0: General Requirements for Electrical Work. Furnish all labor, materials, services, equipment and appliances required conjunction with the installation of transformers as indicated on the contrc drawings and as described herein. 1.02 SUBMITTALS: Manufacturing Data: Submit copies of manufacturers’ specifications for products used. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide dry type, three phase, delta-wye connected transformers with KV rating as required and/or as indicated on drawings. Provide transformer cooled by natural convection of air with: 1. Steel enclosure 2. Class H insulation 3. 4. 5. 6. 7. 8. 9. 10. 1 1. 150 degrees Centigrade temperature rise rating at 40 degrees Centigrade ambient at full rated load. Suitable for indoor or outdoor installation as required or indicated the drawings. Compartment located where primary and secondary connections ( be made. Use 60 degrees Centigrade conductors with compression type terminals. Secure cover plates secured with captive type hardware. Transformer coils shall be of the continuous wound construction 4 shall be impregnated with non-hygroscopic, thermosetting varnish The entire transformer enclosure shall be degreased, cleaned, phosphatized, primed, and finished with a grey, baked enamel. The maximum temperature of the top of the enclosure shall not exceed 50°C rise above a 40°C ambient. The core of the transformer shall be visibly grounded to the enclo by means of a flexible grounding conductor sized in accordance \ applicable NEMA, IEEE, and ANSI standards. Provide transformer rated 30 KVA and less with two 5 percent full capacity taps below rated voltage in primary. Provide transformers rated greater than 30 KVA with four 2-1/2 pe full capacity taps below and two 2-1/2 percent above rated voltag 12. 13. primafy. I. 324 B. The average audible sound level shall not exceed 45 DE3 for transformers rated at 75 KVA and below, nor 55 DB for transformers rated above 75 KVA, when measured in accordance with NEMA Standard TRI-2.068. PART 3 - EXECUTION 3.01 VOLTAGE ADJUSTMENT: When final connedion has been made, check secondary voltage at dry type transformers and make tap adjustments required to obtain correct voltage. 3.02 VIBRATION ISOLATION A. Provide isolation procedures described below in addition to those provided by the transformer manufacturer: 1. For floor or roof transformer installation,, use pad type vibration isolators, Korfund Elasto-Grip, waffle, or equal, sized to load 50 pounds per square inch. Install one at each corner of the transformer. For wall hung transformer installations, use pad type vibration isolators, Korfund Elasto-Grip, waffle, or equal, sized to load 50 pounds per square inch. Locate pads between hanger and wall. Use steel spring type Korfund Series "P', sized for 1/2" deflection with consideration to the weight of the transformer, installed at each corner. Install spring type isolators on both floor mounted transformers and transformers hung from structure such that vibration is not transmitted to the building structure. 2. 3. 4. 3.03 CONNECTIONS A. Provide solderless lug bonding connection on the inside of the transformer enclosure in accordance with NEC. Make primary and secondary connections with liquid tight flexible metal conduit to prevent transformer vibration from being transferred to the building structure of conduit system. B. END OF SECTION 1 I 1 I I I I I I. 1 i I 1 1 1 II SECTION 16470 SWITCHBOARDS PART 1 - GENERAL f 1.01 DESCRIPTION A. Refer to Section 16010: General Requirements for Electrical Work. B. Furnish all labor, materials, services, equipment and appliances required conjunction with the installation of switchboards as indicated on the Coni Drawings and as described herein. 1.02 SUBMITTALS: Manufacturing Data: Submit copies of manufacturers’ specifications for products used. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide a switchboard consisting of the required number of vertical secti bolted together to form one metal enclosed, rigid switchboard with the following features; 1. The sides, top and rear covered with removable screw-on code gi steel plates. 2. Include all protective devices and equipment as listed on drawing: with necessary interconnections. 3. Tin plated aluminum bus. 4. Bus bars mounted on supports of high impact nontracking insula1 material braced to withstand mechanical forces exerted during 100,OOO amp RMS symmetrical short circuit conditions, or as reqL by serving utility. Chemically clean steel surfaces and treat to aid bonding between paint l metal surfaces. Provide high tensile strength hardware on conductors a suitable protective finish. Secure a ground bus to each vertical section of structures and extend it entire length of the switchboard. Provide switchboard with adequate lifting means, capable of being rollec moved into installation position and bolted directly to the floor without tt Use A-8-C type bus arrangement - left-to-right, topto-bottom and front-t rear throughout. Switchboard shall be entirely accessible from the front including cable and bus connections, unless specifically noted otherwist 8. C. D. 1 use of floor sills. E. I. 326 F. Provide group mounted, quick-break protective devices with bar connection straps, with device line and load connections accessible from the front. Where "spaces" are scheduled furnish entire bus except device connecting straps. Provide full height wiring gutter covers for quick access to wiring terminals. Furnish record drawings providing the following information; 1. Complete rating 2. Short circuit withstand-abilrty of bus and Lowest rated device. 3. Overall outline dimensions including space available for conduits. 4. Circuit schedule showing circuit number 5. Device description 6. Feeder circuit identification 7. Conductor ratings and one-line diagram with each circuit device numbered. G. H. Provide switchboards meeting UL Standard #UL891 and NEMA Standard PB-2. The UL label shall appear on all switchboard sections which contain UL listed devices. Provide ground fault protection on each main devices, rated 480/277 ground wye, 1000 amps or larger, as follows: 1. I. UL listed ground sensor relay system equal to General Electric GSR. Provide ground break components for each system with coordinated ground sensor (CR) and integral test winding. Provide with solid state relay to operate shunt trip circuit on the switch and monitor panel. Use time relay with the following features: a. b. c. 2. Continuously adjustable current pick-up settings of 100 to 1200 amperes. Continuously adjustable time delay setting from instantaneous (.03 seconds) to one second. Memory function to recognize and initiate tripping on intermittent ground fautts. a. Indicates relay operation b. Provides means for testing the system with or without interruption of electrical service. c. Does not permit the ground fault system to be inadvertently left in an inactive or "off state. Use ground sensor for zero sequence arrangement on the main service entrance devices. 3. Install panel which; 4. J. Approved manufacturers: Westinghouse, General Electric, GouM ITE, Square 0, or RSE Sierra o&. PART 3 - EXECUTION 3.01 I N STAMTI 0 N Install distribution switchboards on concrete foundations in accordance with other sections of the specifications. A. I 1 i il 1 1 II g 1. 1 I 1 I 1 t R I B. Terminate service and feeder conduits only in the switchboard section containing the lugs or device to which they are to be connected. END OF SECTION f I. 328 SECTION 16500 U GHTl NG PART 1 - GENERAL. 1.01 SCOPE: Provide lighting fixtures, lamps, accessories for interior and exterior illumination of the building. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Corrditions of the Contract .......................... Section 00700 6. Finishes .......................................... Division9 C. Supplementary Electrical Provisions ................... Section 1601 0 D. Conduits.. ..................................... Section 16111 E. Outlet Boxes .................................... Section 16134 F. Concrete ...................................... Section 03300 1.03 QUALITY ASSURANCE: A. Manufacturers: Exceptions to manufacturers listed with each item shall be made in accordance with Section 01340. 6. Laboratory Testing: Photometric testing shall be by Independent Testing Laboratories, Inc., based on Illuminating Engineering Society published procedures, and shall include candlepower distribution tabulation and zonal cavrty coefficient of utilization tabulation. C. Reference Standards: Test to meet applicable Underwriters’ Laboratory, Inc. applicable standards. 1. 2. 3. 4. 5. 6. 7. Underwriters’ Laboratories No. 57 - Fixtures, Electric Lighting. Underwriiers’ Laboratories No. 1570 - Fixtures, Fluorescent Lighting. Underwriiers’ Laboratories No. 1752 - Fixtures, High Intensity Discharge Lighting. Underwriiters’ Laboratories No. 1571 - Fixtures, Incandescent Lighting. Underwriters’ Laboratories No. 935 - Ballast, Fluorescent Lamps. Underwriters’ Laboratories No. 1029 - Ballast, High Intensity Discharge Lighting. Certified Ballasts Manufacturers Association - Lamps and ballast combinations safety and performance standards. 1.04 S U E3 M I TTALS : Subunit manufacturer’s literature giving materials, finishes, dimensions, coefficients of utilization, and lamp types for each fixture which is the product of one of the listed acceptable manufacturers. Subinit large scale shop drawings and copies of independent testing laboratory test report, along with manufacturer‘s literature for each fixture which is the product of any manufacturer not listed as acceptable. Subject samples of fixtures upon specific request. A. 6. C. 1 8 1 I 1 8 I I. I I 1 I 1 I D. E. Certificates: Labels of Underwriters’ Laboratories, Inc., Certified Ballasts Make submittals in accordance with Section 01340. Manufacturers, and Electrical Testing Laboratories affixed to each item of material. f PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: As listed in lighting Fixture Schedule I the drawings. 2.02 MATERIALS: A. Outlet Boxes: Refer to Section 16134. 6. Conduits: Refer to Section 161 1 1. C. Wires and Cables: Refer to Section 16120. D. Fixtures: Of types scheduled, type letter referring to designation on the Drawings. 1. Manufacturers: General Electric, Westing house, ITT, Sylvania. 2. Incandescent: Inside frosted, 130 volts, of sizes scheduled. 3. Fluorescent: E. Lamps: a. Standard cool white b. 4Owatt lamps 1) 2) 4. High Intensity Discharge: I b. Select proper operating position and voltage. Equal to General Electric F4O/CW. Rated not less than 3050 lumens output after 100 ho a. Phosphor coated F. Ballasts: 1. Fluorescent: a. High power factor b. Voltage required for application c. d. Sound Rating - A e. U.L Class P, where not available provide dual element fusi Equal to General Electric Co. 2. High Intensity Discharge: a. High power factor b. Voltage required for application c. Lownoisetype d. Starting to -20°F. G. Accessories: Manufacturer‘s standard mounting rings, trim flanges, han bars, spacers, supports, plaster frames of nonferrous material or cadmii plated steel. Do not use painted steel plaster frames. I. m 330 PART 3 - EXECUTION 3.01 INSPECTION: A. Inspect Architectural drawings and specifications, including ceiling atternates, to determine ceiling material to be installed. Inspect Architectural reflected ceiling plans. Inspect installed ceiling components for defects affecting the qualtty and execution of work. 8. C. 3.02 PREPARATION: A. 8. Veri ceiling material and alignment. Lay out exact locations of fixtures in accordance with reflected ceiling plans, fixtures’ and switches’ outlet boxes and suppsrts. Provide outlet boxes and conduit. Provide appropriate hardware to support from ceiling system. C. D. 3.03 INSTAUTION: A. B. Provide lighting fixtures, lamps, switches, and control systems, and wiring. If designation omitted on drawings, provide same type fixture employed in rooms of similar usage. Provide spacers for fixtures mounted on low densrty ceiling material. Provide plaster frames for recessed fixtures in plaster ceilings. Install fixtures in fiber decking and formboard so outlet boxes and openings will not be sight exposed. Prepare fixtures and trim required to be painted. Refer to Section 09900. outlet boxes to coincide with suspension hangers and knock-outs. Install in accordance with manufacturer‘s instructions, submittal data, and details on drawings. C. D. E. F. G. Note: Outlet boxes locations on drawings are diagrammatic only. Position H. 3.04 ADJUSTMENT AND CLEANING: A. Adjust lamp positions for desired effects. 1. 2. Adjust lamp positions for desired effects. Align fixtures with building walls and tile joints. I 1 I 1 I I I I 1. 1 I 1 I I I I I 6. CLEANING: 1. 2. Remove dirt, grease, and foreign materials from fixtures. Remove fingerprints, smudges, and dirt from fixtures’ lenses and lamps. t 3.05 UGHT FIXTURE SCHEDULE: As listed on the drawings. END OF SECTION De 332 SECTION 16900 CONTROLS AND INSTRUMENTATION PART 1 - GENERAL, 1.01 SCOPE: Provide control and instrumentation wiring, raceways, and connections for items of items of equipment and control systems. 1.02 REIATED WORK SPECIFIED ELSEWHERE: A. Conditions of the Contract .......................... Section 00700 6. Equipment ....................................... Division 11 C. Temperature Controls ............................. Section 15900 D. Supplementary Electrical Provisions ................... Section 1601 0 E. Conduits ....................................... Section 161 11 F. Wires and Cables ................................ Section 16120 G. Motor and Circuit Disconnects ....................... Section 161 70 H. Mechanical and Electrical Coordination ................ Section 1601 2 1.03 COORDINATION: A. For equipment furnished under Division 11, obtain equipment supply and wiring requirements from the Contractor supplying the equipment. For equipment furnished under Division 15, obtain complete temperature control system drawings, and supply and wiring requirements from the Contractor furnishing the systems. 6. PART 2 - PRODUCTS 2.01 MATERIALS: Refer to Section 161 1 1, Conduits; Section 161 20, Wires and Cables; and Section 161 70, Motor and Circuit Disconnects for material requirements. PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS: A. Other trades will furnish and set in place all mtors, ready for connection. Other trades will furnish and deliver all starters and other equipment for motors which they furnish. The Electrical Contractor shall set in place all such starters, switches, and control devices, furnish supports, boxes, etc., as necessary, and shall furnish and install all interconnecting wiring and make all Connections ready for operation. Completely connect all electrical consuming items of mechanical equipment, etc., provided by other trades. Outlets of various types have been indicated at equipment locations, but no indications or exact location or scope of work is indicated on the drawings. 6. I I I I 1 I Be I I I 1 I 1 1 C. Refer to details and information furnish by the Owner and various equipm suppliers for equipment wiring requirements and to the Plumbing, Heating Ventilation, and Air Conditioning Specifications for the scope of the connections to equipment provided under those sections, and determine from the various trades, by actual measurements at the site, and by direc from the Owner and the Architect the exact locations of all items. Roughi in drawings, wiring diagrams, etc., required for the proper installation of tt electrical work shall be furnished by applicable trades furnishing equipme Request the drawings and information required in writing to the equipmer supplier in ample time to permit preparation of the drawings and to permi proper installation of all wiring. Obtain from those furnishing equipment 1 size and type of service required for each motor or piece of electrical equipment and verii that the service to be installed is compatible. t I 3.02 INSTALLATION: A. All conduits shall terminate in conduit boxes on motors where possible. when motors are directconnected, the conduit may continue rigid into th box, but when motors drive through betts and have sliding bases, a piecl flexible liquid tight conduit not less than 12' long shall be connected between the rigid conduit and the motor terminal. Where motors are not provided with conduit boxes, terminate the conduit in a condulet at the Where disconnecting switches are not provided integral with the control equipment for motors, provide and install a disconnect switch in the circi each motor where indicated or required by code. Switches shall be insti as close as possible to the motor or controls they serve and they shall b within sight of the motor or control circuit. Be responsible for installing all conductors and protective devices servin equipment motors furnished by other's in strict conformance with all applicable codes, regardless of any discrepancy in plans and/or mechar equipment sizes variations, unless covered by directives issued by the C I motor. B. C. I END OF SECTION r.