HomeMy WebLinkAboutScott Fence; 2006-02-07; PWM07-07ENGCarlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Mark Biskup
(760) 602-2763 •
Mail or Deliver to:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
Date Issued: OCTOBER 23, 2006
Request For Bid No.: PWM07-07ENG
CLOSING DATE: NOVEMBER 6, 2006
Bid shall be deposited in the Bid Box located
in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until 4:00 p.m. on the date of Bid
closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid No.
PWM07-07ENG.
DESCRIPTION
Labor, materials and equipment to remove and dispose of existing fencing and install new fencing for
CMWD Reservoir "C" per specifications provided in Appendix "A"
No job walk-through scheduled, however a site visit is recommended prior to bidding the job.
Contractors may arrange a site visit by contacting: OPENED, WITMESSED AND RECORDED:
Project Manager: Mark Biskup
Phone No. (760) 602-2763
DATE
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
City/State/Zip'
Name
Fax
-1 -Revised: 5/17/00
License Detail Page 1 of 2
California Home Tuesday, November 07, 2006
License Detail
Contractor License # 581918
CALIFORNIA CONTRACTORS STATE LICENSE BOARD
DISCLAIMER
A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be
aware of the following limitations:
. CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for
{ complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information.
. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed.
. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
. Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base.
Extract Date: 11/07/2006
* * * Business Information * * *
SCOTT FENCE
921 GRAND AVENUE
CARLSBAD, CA 92008
Business Phone Number: (760) 720-3766
Entity: Sole Ownership
Issue Date: 11/29/1989 Expire Date: 11/30/2007
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Classifications * * *
(Class Description
SC13 FENCING ;
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number WLI1182945 in the amount of $10,000 with the bonding
company
INTERNATIONAL BUSINESS AND MERCANTILE REASSURANCE COMPANY.
Effective Date: 01/01/2004
Contractor's Bonding History
* * * Workers Compensation Information * * *
This license has workers compensation insurance with the
CALIFORNIA INSURANCE COMPANY
Policy Number. 460077850102 Effective Date 06/01/2006 Expire Date: 06/01/2007
Workers Compensation History
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 11/07/2006
License Detail Page 2 of 2
Personnel List
License Number Contractor Name Personnel Name
Request Request Request
Salesperson """"'
2006 State of California. Conditions of Use Privacy Policy
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 11/07/2006
Name and Title of Person Authorized to sign
contracts.
Signature
Name
Title
Date
JOB QUOTATION
ITEM NO.
1
2
3
UNIT
LS
LF
LS
QTY
1
373
1
DESCRIPTION
Demolition and Disposal of Existing Fence
Install Fence with Barbed Wire
Install 16-ft wide Double Gate with Barbed
Wire
TOTAL PROJECT PRICE (SUM OF /7EMS 1, 2 AND 3)
PRICE
* 3130. «o
< Vtl^O.eo
* l-2.fcO.oo
* |VZ.Oo,eo
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
opening, unless otherwise stipulated by the Carlsbad Municipal Water District. Award will be made
by the Purchasing Officer to the lowest, responsive, responsible contractor. The District reserves the
right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the
bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless
price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as
non-responsive for the reason of the inability to determine the intended bid. The District reserves the
right to conduct a pre-award inquiry to determine the contractor's ability to perform, including but not
limited to facilities, financial responsibility, materials/supplies and past performance. The
determination of the District as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
Company/Business Name Contractor7^ LicenseTCumber
Authorized Signature
Printed
Jfi
Date
Classification^)
III 30/0 1
iJame and Title Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:35
OR
(Individuals) Social Security #:
-2-Revised: 5/17/00
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work to be performed under the contract in excess of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or
necessity in accordance with the provisions of the Subletting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
-o~
-o -
Business Name and Address
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: ^^
— O-
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised: 5/17/00
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Mark Biskup
(project manager)
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract
shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773
and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the
contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in execution of the contract.
False Claims
Contract hereby agrees that any contract claim submitted to the District must be asserted as part of
the contract process as set forth in this agreement and not in anticipation of litigation or in
conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false claim to a public entity.
These provisions include false claims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028
pertaining to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding
on public contracts for a period of up to five years and that debarment by another jurisdiction is
grounds for the Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from
participating in contract bidding.
Print Name:
-4- Revised: 5/17/00
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the Carlsbad Municipal Water District, a Certification of
Commercial General Liability and Property Damage Insurance and a Certificate of Workers'
Compensation Insurance indicating coverage in a form approved by the California Insurance
Commission. The certificates shall indicate coverage during the period of the contract and must be
furnished to the District prior to the start of work. The minimum limits of liability Insurance are to be
placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least
A-:V and (2) are admitted and authorized to transact the business of insurance in the State of
California by the Insurance Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than $500,000
Subject to the same limit for each person on account of one accident in an amount not less than
$500,000
Property damage insurance in an amount of not less than $100,000
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
"any auto" and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the District prior to such cancellation.
The policies shall name the Carlsbad Municipal Water District as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City and the District, and its officers and employees, from all claims, loss, damage,
injury and liability of every kind, nature and description, directly or indirectly arising from or in
connection with the performance of the Contract or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including those related to safety
and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may
be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except
for loss or damage caused by the sole or active negligence or willful misconduct of the City or the
District. The expenses of defense include all costs and expenses including attorneys' fees for
litigation, arbitration, or other dispute resolution method.
-5- Revised: 5/17/00
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of
any disputes between the parties arising out of this agreement is San Diego County, California.
Start Work: I agree to start within 10 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed.
CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
C >-4 } II I **-*>* i*~\^> Water Act of 1911, and a Subsidiary District of
the City of Carlsbad
By:
(e-mail address)
^j/Execu1ive Manager
1200 Carlsbad Village Drive
Carlsbad CA 92008
By:.
(sign here)
(print name and title)ATTEST:
(e-mail address)
(address)
(city/state/zip)
(telephone no.)
(fax no.)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the
secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, General Counsel
-6-Revised: 5/17/00
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
1,State of California
Countv of O f\M . 1} 1 (f_<3 H
V ss.
/<; » vo-^ _
£ On l\lfl\l(OjfyiLp^ A~l .AG&L0 before me. P, ( ) , raA^le-Jk - f^flrcura
6
1
-'"".^X
X
^A
1
1
|
j
ft
'c>
'j,
X
/-
c'
/•
S:
,\
4
,':
/ :
personally appeared K<°viT 5v
i xj^^v p- " PARIKH
- /C«-fi&4 Comm. #1573346
(/) feSf^ija NOTARY PUSUC-CAUFOBIIAs* V^^*W7 San Diego Counlv
3 ^JJSiily My Comm. Expires Apr. }6, 2009
' Name and Title of Officer (e g 'Jane Doe. Notary Public')
-r&
Namelsf of Signerfst
u personally known to me
JS? proved to me on the basis of satisfa'cto
evidence
/4rto be the personj#f whose namefsjuffl^f
subscribed to the within instrumenran
*t acknowledged to me that he/sjje/they execute
S the same in his/Jiefftbelr authorize
W capacity(je^5, and that by his/her/the
=s signature(s)" on the instrument the person(«jC'c
^* the entity upon behalf of which the person(j
acted, executed the instrument.
WITNESS my hand and official seal.
*~~ Signature ot Notary Publn^
/->i->i-ir^»i A i
AH
j
%
• i'<d \
d 0
J !
5^ $
I
*>
!
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent ^
fraudulent removal and reattachment of this form to another document. ^
£Description of Attached Document v>
Title or Tvpe of Document: iav |<:l-v"»rjt Kl HAVid \o<Le K/rxTi-. -Dfsr- "6
M'WflV i^/orlDocument Date: 1 rr^ j fel <$-(_£>
Siqner(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Sianer's Name:
IS Individual
D Corporate Officer — Title(s):
D Partner — D Limited D General
D Attorney-in-Fact
u Trustee
G Guardian or Conservator
u Other:
Signer Is Representma:
» ^ev\ir<3i-C-^~" /
Number of Paqes: u?1
f
^0
5
^^^^^^^^^^^^^^^^^^H OF'SIGNERH'N| ^^BSiTop-df mump here
XX^X^~&<^<^X^X^
<5
4
^H
H
H.»,
/<?G<;<2>;5».'
APPENDIX "A"
"C" TANK WATER RESERVOIR
TECHNICAL SPECIFICATIONS
FOR FENCE INSTALLATION
1. GENERAL
The specifications for the work include the attached Technical Specification: Section
02830, Chain link Fence and Gates, as well as the Standard Specifications for Public
Works Construction, (SSPWC), 2006 Edition, and supplements thereto, hereinafter
designated "SSPWC", as written and promulgated by Joint Cooperative Committee of
the Southern California Chapter American Public Works Association and Southern
California Districts Associated General Contractors of California, and the specifications
which follow herein.
Precedence of Contract Documents: If there is a conflict between Contract
Documents, the document highest in precedence shall control. The precedence shall
be the most recent edition of the following documents listed in order of highest to
lowest precedence:
1) Permits from other agencies as may be required by law.
2) Technical Specifications in this document.
3) Standard Plans.
a) San Diego Area Regional Standard Drawings (attached with revisions).
b) State of California Department of Transportation Standard Plans.
4) Standard Specifications for Public Works Construction.
5) Reference Specifications.
6) Manufacturer's Installation Recommendations.
SCOPE OF WORK
1) Remove and dispose of existing fence, post and concrete footings
2) Install 373 lineal feet of 8tft tall, 9 gauge, 1-inch mesh fence with 3 stands of barbed
wire on top.
3) Install 16 ft wide 8 ft tall, double gate (two 8-ft sections) with barbed wire.
4) Material and installations shall conform to technical specifications and drawings
within.
3. SITE INFORMATION
A. See Exhibit "A" for the Location Map.
Miscellaneous Reservoir Fencing General Requirements
Contract No. 3822 - 1 of 7
4. SCHEDULE
Complete all fieldwork within four (4) calendar weeks. Unless otherwise approved by the
Engineer, all work shall be performed during weekend hours, specifically between
7:00 a.m. Saturday and 5:00 p.m. Sunday. Shut down of the lift station shall be
coordinated with City crews. Work shall commence within 30 calendar days of the notice
to proceed. For each consecutive calendar day in excess of the time specified for
completion of Work.
5. GENERAL REQUIREMENTS
A. Contractor Experience
The Contractor's supervisor(s) performing the work must be qualified to perform
the work as noted in these specifications and have a minimum of five (5) years
experience in completing the type of work described in this Contract.
B. Water Pollution Control
Contractor shall exercise every reasonable precaution to protect channel, storm
drains, and bodies of water form pollution. It shall conduct and schedule
operations so as to avoid or minimize muddying and silting of said channels,
drains, and waters. Water pollution control work shall consist of constructing
those facilities (BMPs) which may be required to provide prevention, control, and
abatement of water pollution.
C. Equipment Storage
Equipment storage locations shall be selected by the Contractor, subject to
written approval by the Engineer. When any material or equipment is to be
stored outside the street right-of-way, or sewer easement, Contractor shall first
obtain written permission from the property owner of the property where storage
is to be made and file with the City of Carlsbad said written permission together
with a written release from the property owner absolving the City of Carlsbad
from any and all responsibility in connection with the storage of equipment on
said property.
D.
The Service Provider's supervisor(s) must be able to communicate both verbally
and in writing with City staff as well as with his crew. The Service Provider's
supervisor must demonstrate the capability to read, interpret, and understand the
Safety/OSHA requirements, drawings, and specifications as necessary. All work
and equipment utilized shall conform to Fed-OSHA and CAL-OSHA Title 8
requirements.
Miscellaneous Reservoir Fencing General Requirements
Contract No. 3822 2 of 7
E. Sound Control
The noise level from the Contractor's operation shall conform with Carlsbad
Municipal Code: CC § 8.28.
F. Air Pollution Control
The Contractor shall comply with air pollution control rules, regulations,
ordinances, and statutes, which apply to any work performed pursuant to the
contract.
G. Access to Work Area
All work shall be conducted within the City property or easements dedicated for
such work. If access to the work area is made through property other than the
street right-of-way, or property with appropriate easement, Contractor shall first
obtain written permission from the property owner.
H. Acquisition of Water
Water acquisition shall be arranged though the City's Operations and
Maintenance Division. Any connection the public water system shall be made
through the permission of the City. All operation of valves in the public water
system shall be done by authorized City staff only. Connection to the public
system may require City approved backflow device.
Engineer
Engineer shall be defined for the purpose of this contract as the Public Works
Engineering Division's Deputy City Engineer or authorized representative of.
The Engineer shall inspect the work determining the acceptability and fulfillment
of work; decide on all questions, which may arise as to the quality and
acceptability of work performed and as to the manner of performance and rate of
progress of the work.
J. Pre-bid Walk Through
There is no scheduled pre-bid walk through. While not required, a pre-bid walk
through may be arranged by contacting Mark Biskup at (760) 602-276
Miscellaneous Reservoir Fencing General Requirements
Contract No. 3822 3 of 7
SECTION 02830 - CHAIN LINK FENCE AND GATE(S)
PART 1 - GENERAL
1.1 THE REQUIREMENT
A. The CONTRACTOR shall furnish all tools, equipment, materials, and supplies
and shall perform all labor required to complete the work as indicated on the
Drawings and specified herein.
B. This section covers the work necessary for the chain link fence and gate(s),
including removal of a portion of existing fence and reinstalling the chain link
fence and gate(s) as shown on the Drawings and specified in the Contract
Documents.
1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Standard Specifications for Public Works Construction (SSPWC) Sections 206-6
and Section 304-3: Chain Link Fence.
B. San Diego Regional Standard Drawings M-5, M-6 and M-20.
C. ASTM F 567.
1.3 CONTRACTOR SUBMITTALS
A. Manufacturer's catalog data showing all fencing components and details of
fencing, gates, extension arms, tension bands and bars, sleeves, ties and clips.
B. Certificates of Compliance from the Manufacture attesting that all materials meet
the requirements specified herein.
C. A layout drawing showing spacing of post and location of gate, corner, end and
pull post.
D. Three (3) sets of each submittal shall be provided to and approved by the City
Engineer prior to installation.
1.4 QUALITY ASSURANCE
A. Comply with the applicable Reference Specifications of the GENERAL
REQUIREMENTS.
1.5 DELIVERY STORAGE AND HANDLING
A. Deliver materials to the site with sufficient protection, bracing, etc., to ensure
arrival in undamaged condition. Store materials in original bundles at the
designated location on level supports off the ground to provide protection against
oxidation caused by ground contact.
Miscellaneous Reservoir Fencing Chain Link Fence and Gate(s)
Contract No. 3822 4 of 7 02830
PART 2 - PRODUCTS
2.1 GENERAL
A. All materials and fittings shall be in conformance with SSPWC Section 206-6
Chain Link Fence or as otherwise shown on the Drawings.
B. No salvaged parts from the existing fence shall be used in the construction of the
new fence.
C. Like items of materials provided hereunder shall be the end products of one
manufacturer in order to achieve standardization for appearance, maintenance,
and replacement and shall be approved by City Engineer or authorized
representative.
2.2 POSTS, RAILS AND BRACES
A. The materials for posts, rails and braces shall be in conformance with SSPWC
Section 206-6.2.
2.3 TRUSS OR TENSION RODS
A. Truss or tension rods used in construction shall be in conformance with SSPWC
Section 206-6.5.
2.4 FITTINGS
A. All required fittings and hardware shall be galvanized and in conformance with
SSPWC Section 206-6.6.
2.5 FABRIC
A. Fabric shall be galvanized 9 gauge wire with 1-inch pattern and otherwise
comply with SSPWC Section 206-6.3.1
2.6 BARBED WIRE
A. Barbed wire shall be in conformance with SSPWC Section 206-6.7.
2.7 REPAIR OF DAMAGED COATINGS
A. Repairs to abraded or otherwise damaged zinc coating shall be made in
conformance with SSPWC Section 206-6.8
2.8 GALVANIZED GATES
A. Gates shall be swing or sliding as indicated, complete with latches, stops,
keepers, hinges, or rollers and roller tracks.
Miscellaneous Reservoir Fencing Chain Link Fence and Gate(s)
Contract No. 3822 5 of 7 02830
B. Gate frames shall be constructed of tubular members welded at all corners or
assembled with fittings. On steel, welds shall be painted with zinc-based paint.
Where corner fittings are used, gates shall have truss rods of 5/16-inch minimum
nominal diameter to prevent sag or twist. Gate leaves shall have vertical
intermediate bracing as required, spaced so that no members are more than
8 feet apart. Gate leaves 10 feet or over shall have a horizontal brace or one
5/16-inch minimum diagonal truss rod. When fence has barbed wire top, the end
members of the gate frames shall be extended 1 foot above the top horizontal
member to which three strands of barbed wire, uniformly spaced, shall be
attached by use of bands, clips, or hook bolts.
C. Fabricate frames of standard weight pipe 1.9-inch outside diameter, weight
2.72 pounds per linear foot.
D. Hinges shall be pressed or forged steel or malleable iron, nonlift-off type, offset
for 180-degree opening, one and on-half pairs for each leaf over 6 feet wide.
E. Gate latches, stops, and keepers shall be provided for all gates. Latches shall
have a plunger-bar arranged to engage the center stop, except that for single
gates of openings less than 10 feet wide a forked latch may be provided.
Latches shall be arranged for locking with padlocks. Center stops shall consist of
a device arranged to be set in concrete and to engage a plunger-bar of the latch
of double gates. No stop is required for single gates. Keepers shall consist of a
mechanical device for securing the free end of the gate when in the full open
position.
1. Double Gates: Size and configuration shall be as indicated. Provide gate
stops for all double gates, consisting of mushroom type or flush plate with
anchors. Set in concrete to engage the center drop rod or plunger bar.
Provide locking device and padlock eyes as an integral part of the latch,
requiring one padlock for locking both gate leaves.
F. Rolling gate track rollers shall be malleable iron or' heavy pressed steel
construction, with provision for regular grease lubrication. Ground rollers shall
have malleable iron or heavy pressed steel hubs with similar provision for
lubrication. Gate track shall be Schedule 40 pipe, firmly attached to support posts
on 7-foot maximum centers. Gates more than 8 feet in height shall have three
tracks. Rolling gate frames shall be constructed similar to swing gates except
diagonal bracing shall reflect different support type.
G. Cantilever gate rollers shall have heavy malleable rollers, needle or ball bearings
with fittings for regular lubrication. Maximum spacing of support posts is 10 feet.
Additional weight supporting posts with lower roller shall be provided on 10-foot
maximum centers. Support posts shall be 4-inch diameter, Schedule 40,
set 36-inch minimum depth. Top and lower rails of gate shall be 2-3/8-inch OD,
Schedule 40 pipe. Vertical support posts shall be on 6 foot maximum spacing,
1-7/8-inch OD, Schedule 40 pipe, all diagonal bracing 1-5/8-inch OD, Schedule
40 pipe, all connections welded and painted.
Miscellaneous Reservoir Fencing Chain Link Fence and Gate(s)
Contract No. 3822 6 of 7 02830
H. Keeper: Provide keeper for all vehicle gates, which automatically engages the
gate leaf and holds it in the OPEN position until manually released.
2.8 CONCRETE
A. All footings shall be 520-C-2500 concrete, SSPWC Table 201 -1.1.2.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Fence Construction shall be in conformance with SSPWC Section 304-3.2.
B. Installation of Gates shall be in conformance with SSPWC Section 304-3.3
omitting top rail in lieu of tension wire.
3.2 REMOVAL AND DISPOSAL OF EXISTING FENCE
A. Existing fence including concrete footings shall be removed and disposed of.
3.3 CLEANUP
A. Upon completion of the fence installation, clean up all waste material resulting
from the operation to the satisfaction of the Project Manager.
* * END OF SECTION * *
Miscellaneous Reservoir Fencing Chain Link Fence and Gate(s)
Contract No. 3822 7 of 7 02830
SITE PLAN
REMOVE EXISTING GATE AND
CONSTRUCT 6 FT. HIGH CHAIN LINK
GATE WITH BARBED WIRE EXTENSIONS!
MODIFIED SDRSD M-5
REMOVE EXISTING FENCING AND
CONSTRUCT NEW 6 FT. HIGH CHAIN
FENCE WITH BARBED WIRE EXTENSIONS
MODIFIED SDRSD M-6
(\/ \ TANK
'C* TANK FENCING PLAN
"C" TAN
SIT
C* TANK LOCATION MAP
PROJECT EXHIBITPROJECT NAME
C" TANK FENCING PROJECT
Distance between gate posts is gate length shown on plans
Fittings -Post Top
Gate Post
Repeat
opposite
side
Length of gate leaf
Truss Intermediate
Same as
fence height Roadway or ground
254mm (10 ) diameter stop footing
Omit if roadway is concrete
HALF ELEVATION DOUBLE SWING GATE
NOTES
1 All footings shall be 309kg/M3-C-22-Mpa (520-C-2500) concrete.
2. The following items shall be furnished and installed only when shown
on the plans and/or called for in the special provisions'
a. Barbed wire
b. Extension post
3. Chain link fence shall conform to Section 206-6 of the Standard
Specification for Public Works Construction unless specifically noted
on this drawing.
Latch post
Truss Panel
Lock type
fork latch
Tie fabric
top and
frame with
11 gage
wire.
51mm (2")
Diameter of footing = 4 times
outside diameter of post.
.Clear opening
shown on plans.
Gate Post
10mm (3/8") dio.
tension rod &
tightener for gates
over 914mm (3')
51mm (2")J
PENSION POST AND BARBE
HoT USED
WIRE
•305mm (12") min. dia.
LEGEND ON PLANSWALK GATE
—-oo—--O—
Revision
ORIGINAL
Add Metric
By Approved
A.Kercheval
T. Stanton
Date
12/75
03/03
SAN DIEGO REGIONAL STANDARD DRAWING
CHAIN LINK GATE
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
Birperson R.C.E. 19246 Date
DRAWING
NUMBER M-5
t3 1m (10') max.3.1m (10') mox
Corner or
End Post
Fastener
Crown for drainage
Ground Line
L51mm (2")T , ». Depth = 762mm (2-6") for
51mm (2 ) fence height of 1 5m (5') or
— under. Depth = 914mm (3'-0")
for fence height of over 1.5m
-Footing
-51mm (2")
Diameter of footing = 4 times-
outside diameter or post.
NOTES
1 All footings shall be 309kg/M3-C-22-Mpa (520-C-2500) concrete.
2 The following/items shall .be~ furnished and installed only when
shown on the plans and/or called for in the special provisions.
a. Barbed Wire
b Extension Arm
c Top Horizontal Roil
3 Cham link fence shall conform to Section 206-6 of the
Standard Specifications for Public Works Construction
unless specifically noted on this drawing.
4 See Standard Drawing M-20 for additional details.
EXTENSION ARM AND BARBED WIRE
LEGEND ON PLANS
Revision
ORIGINAL
Add Metric
By Approved
A.Kercheval
T. Stanton
Date
12/75
03/03
SAN DIEGO REGIONAL STANDARD DRAWING
CHAIN LINK FENCE
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
trSirperson R.C.E. 19246 Date
DRAWING
NUMBER 1-6
Line Post
Horizontal brace with truss rod may be used
as an alternate to a diagonal brace.
Tension Wires
Portland cement
concrete
END AND CORNER
POST ASSEMBLY
Tension Wires
Line posts at 305m (lOOO')max. intervals braced
and trussed in both directions. —
Line Post
Gate
Gate post
Horizontal brace with —.
10m (3/8") steel truss ]\
rods. /J
LINE POST BRACING
Latch post
V Diagonal brace or horizontal
brace with truss rods
Length as specified
203mm (8') Max _ VerticQ|
Portland cement
concrete
305m (10')
GATE ASSEMBLY
Revision
ORIGINAL
Add Metric
By Approved
Bahmaman
T. Stanton
Date
4/86
03/03
SAN DIEGO REGIONAL STANDARD DRAWING
CHAIN LINK FENCE
DETAILS
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
Cltairperson R.C.E. 19246 Dote
DRAWING
NUMBER 1-20