Loading...
HomeMy WebLinkAboutEdge Development Inc; 2007-06-05; PWS07-13ENGRECORDED REQUESTED BY ^ CITY OF CARLSBAD \Ts AND WHEN RECORDED PLEASE ' J\ MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2008-0623903 DEC 05, 2008 4:04 PM OFFICIAL RECORDS SAN DIEGO COUNTY RECORDER'S OFFICE QREQORYJ. SMITH, COUNTY RECORDER FEES: 0.00 PAGES: Space above this line for Recorder's use. PARCEL NO: N/A NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter 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, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on July 22, 2008. 6. The name of the contractor for such work or improvement is Edge Development, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Fire Station No. 6, Project No. 3901. 8. The street address of said property is in the City of Carlsbad. CITY OF CARLSBAD Robert T. Johngon, Jr. City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on {jQjLt.efmbaji^S 200 if , accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed onAAijLn,kmJ^> . 200^ , at Carlsbad, California. AB #19,645 = Resolution 2008-313 = ORRATNE M. WO irx'City Cle1 Word\Masters\Forms\Notice of Completion (City)3/9/98 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS, GENERAL PROVISIONS, SUPPLEMENTAL PROVISIONS AND TECHNICAL SPECIFICATIONS FOR FIRE STATION NO. 6 CONTRACT NO. 3901 BID NO. PWS07-13ENG BOOK1 OF 2 Revised 11/01/06 Contract No. 3901 Page 1 of 204 Pages TABLE OF CONTENTS Item Page Notice Inviting Bids 10 Contractor's Proposal 14 Bid Security Form 18 Bidder's Bond to Accompany Proposal 19 Guide for Completing the "Designation of Subcontractors" Form 21 Designation of Subcontractor and Amount of Subcontractor's Bid Items 23 Bidder's Statement of Technical Ability and Experience 24 Bidder's Certificate of Insurance for General Liability, Employers' Liability, Automotive Liability and Workers' Compensation 25 Bidder's Statement of Re Debarment 26 Bidder's Disclosure of Discipline Record 27 Non-Collusion Affidavit to Be Executed By Bidder and Submitted With Bid 29 Contract Public Works „ 30 Labor and Materials Bond 36 Faithful Performance/Warranty Bond 38 Optional Escrow Agreement for Surety Deposits In Lieu Of Retention 40 Revised 11/01/06 Contract No. 3901 Page 2 of 204 Pages GENERAL PROVISIONS Section 1 Terms, Definitions Abbreviations And Symbols 1-1 Terms 43 1-2 Definitions 44 1-3 Abbreviations 48 1-4 Units of Measure 51 1-5 Symbols 52 Section 2 Scope and Control of the Work 2-1 Award and Execution of Contract 52 2-2 Assignment 52 2-3 Subcontracts 52 2-4 Contract Bonds 53 2-5 Plans and Specifications 54 2-6 Work to be Done 55 2-7 Subsurface Data 56 2-8 Right-of-Way 56 2-9 Surveying 56 2-10 Authority of Board and Engineer 56 2-11 Inspection 57 Section 3 Changes in Work 3-1 Changes Requested by the Contractor 57 3-2 Changes Initiated by the Agency 57 3-3 Extra Work 59 3-4 Changed Conditions 62 3-5 Disputed Work 63 Section 4 Control of Materials 4-1 Materials and Workmanship 66 4-2 Materials Transportation, Handling and Storage 70 Section 5 Utilities 5-1 Location 70 5-2 Protection 71 5-3 Removal 71 5-4 Relocation 71 5-5 Delays 72 5-6 Cooperation 72 Section 6 Prosecution, Progress and Acceptance of the Work 6-1 Construction Schedule and Commencement of Work 73 6-2 Prosecution of Work 73 6-3 Suspension of Work 73 6-4 Default by Contractor 74 6-5 Termination of Contract 74 6-6 Delays and Extensions of Time 74 6-7 Time of Completion 75 6-8 Completion, Acceptance and Warranty 76 6-9 Liquidated Damages 76 6-10 Use of Improvement during Construction 77 Revised 11/01/06 Contract No. 3901 Page 3 of 204 Pages Section 7 Responsibilities of the Contractor 7-1 Contractor's Equipment and Facilities 77 7-2 Labor 77 7-3 Liability Insurance 78 7-4 Workers' Compensation Insurance 78 7-5 Permits 79 7-6 The Contractor's Representative 79 7-7 Cooperation and Collateral Work 80 7-8 Project Site Maintenance 80 7-9 Protection and Restoration of Existing Improvements 81 7-10 Public Convenience and Safety 82 7-11 Patent Fees or Royalties 88 7-12 Advertising 88 7-13 Laws to Be Observed 88 7-14 Antitrust Claims 89 Section 8 Facilities for Agency Personnel 8-1 General 89 8-2 Field Office Facilities 90 8-3 Field Laboratories 91 8-4 Bathhouse Facilities 91 Section 9 Measurement and Payment 9-1 Measurement of Quantities for Unit Price Work 91 9-2 Lump Sum Work 91 9-3 Payment 92 Revised 11/01/06 Contract No. 3901 Page 4 of 204 Pages SUPPLEMENTAL PROVISIONS TO PART 2 AND 3 OF THE SSPWC Part 2 Construction Materials Section 200 Rock Materials 200-2 Untreated Base Materials 96 Section 201 Concrete, Mortar And Related Materials 201-1 Portland Cement Concrete 97 Section 203 Bituminous Materials 203-1 Paving Asphalt 100 203-6 Asphalt Concrete 103 203-11 Asphalt Rubber Hot Mix (ARHM) Wet Process 105 203-13 Asphalt Pavement Crack Sealants 105 Section 204 Lumber And Treatment With Preservatives 204-1 Lumber And Plywood 106 Section 206 Miscellaneous Metal Items 206-7 Traffic Signs 106 206-8 Light Gage Steel Tubing And Connectors 109 206-9 Portable Changeable Message Sign 110 Section 207 Pipe 207-25 Underground Utility Marking Tape 111 Section 209 Signals, Lighting And Electrical Systems 209-1 General 113 209-2 Materials And Installation 117 209-3 Controller Assemblies 141 209-4 Traffic Signal Faces And Fittings 142 209-5 Detectors 160 209-6 Lighting 170 209-7 Removing, Reinstalling Or Salvaging Electrical Equipment 184 209-8 Payment 184 Section 210 Paint And Protective Coatings 210-1 Paint 185 210-3 Galvanizing 186 Section 213 Engineering Fabrics 213-2 Geotextiles 187 213-3 Erosion Control Specialties 187 Section 214 Pavement Markers 214-5 Reflective Pavement Markers 187 Section 215 Fencing 215-1 Environmental Fencing 188 Revised 11/01/06 Contract No. 3901 Page 5 of 204 Pages PART 3 Construction Methods Section 300 Earthwork 300-1 Clearing and Grubbing 189 300-2 Unclassified Excavation (Blasting Operations) 189 300-9 Geotextiles For Erosion Control And Water Pollution Control 192 Section 302 Roadway Surfacing 302-5 Asphalt Concrete Pavement 193 302-11 Asphalt Pavement Repairs and Remediation 194 Section 303 Concrete And Masonry Construction 303-6 Stamped Concrete 196 Section 306 Underground Conduit Construction 306-1 Open Trench Operations 196 Section 307 Street Lighting And Traffic Signals 307-3 Street Lighting Construction 199 307-4 Traffic Signal Construction 199 Section 310 Painting 310-5 Painting Various Surfaces 200 310-7 Permanent Signing 201 Section 312 Pavement Marker Placement And Removal 312-1 Placement 201 Section 313 Temporary Traffic Control Devices 313-1 Temporary Traffic Pavement Markers 201 313-2 Temporary Traffic Signing 202 313-3 Temporary Railing (Type K) And Crash Cushions 203 Revised 11/01/06 Contract No 3901 Page 6 of 204 Pages TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01110 Summary of Work 01200 Price and Payment Procedures 01310 Project Management and Coordination 01323 Construction Schedule - Network Analysis 01330 Submittal Procedures 01423 Reference Standards 01450 Quality Control 01458 Testing Laboratory Services 01500 Temporary Facilities and Controls 01573 Storm Water Pollution Prevention Plan 01600 Product Requirements 01630 Product Substitution Procedures 01730 Execution Requirements 01732 Cutting and Patching 01770 Closeout Procedures DIVISION 02 - SITE WORK 02220 Hazardous Material Data 02221 Building Demolition 02223 (Replaced with Section 02300) 02230 Site Clearing 02231 Geotechnical Data 02300 Earthwork 02510 Water Distribution 02530 Sanitary Sewerage 02554 Natural Gas Distribution 02751 Cement Concrete Pavement 02810 Irrigation System 02826 Automatic Gates 02920 Lawns and Grass 02930 Landscape Planting 02935 Landscape Maintenance DIVISION 03 - CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03300 Cast-ln-Place Concrete DIVISION 04 - MASONRY 04051 Mortar and Grout 04730 Simulated Stone Veneer 04820 Reinforced Unit Masonry Assemblies DIVISION 05 - METALS 05120 Structural Steel 05500 Metal Fabrications 05515 Ladders 05520 Handrails and Railings Revised 11/01/06 Contract No. 3901 Page 7 of 204 Pages DIVISION 06 - WOOD AND PLASTICS 06100 Rough Carpentry 06174 Wood Web Joists 06180 Glue Laminated Structural Units 06200 Finish Carpentry 06412 Laminate-Clad Wood Casework DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07132 Elastomeric Sheet Waterproofing 07190 Water Repellents 07213 Batt Insulation 07320 Roof Tiles 07550 Modified Bituminous Membrane Roofing 07620 Sheet Metal Flashing and Trim 07631 Gutters and Downspouts 07724 Roof Hatches 07900 Joint Sealers DIVISION 08 - DOORS AND WINDOWS 08110 Steel Doors and Frames 08214 Plastic Faced Wood Doors 08360 Sectional Overhead Doors 08520 Aluminum Windows 08710 Door Hardware 08800 Glazing DIVISION 09 - FINISHES 09220 Portland Cement Plaster 09260 Gypsum Board Systems 09441 Thin-Set Epoxy Terrazzo 09511 Suspended Acoustical Ceilings 09650 Resilient Flooring 09688 Carpet Glue-Down 09900 Painting DIVISION 10 - SPECIALTIES 10165 Plastic Laminate Toilet Compartments 10350 Flagpoles 10400 Identifying Devices 10503 Metal Wardrobe Lockers 10520 Fire Protection Specialties 10810 Toilet Accessories oRevised 11/01/06 Contract No 3901 Page 8 of 204 Pages DIVISION 11 - EQUIPMENT 11005 11146 Miscellaneous Equipment Vehicle Exhaust Removal System DIVISION 15 - MECHANICAL 15041 Disinfection of Piping 15044 Hydrostatic Testing of Pressure Pipelines 15064 PVC Pressure Pipe (AWWA C900) And Fittings 15100 Resilient Wedge Gate Valves (RWGV's) 15300 Automatic Fire Sprinklers 15400 Plumbing 15800 Heating, Ventilation and Air Conditioning DIVISION 16 - ELECTRICAL 16000 16726 16750 16770 16785 Electrical Public Address and Music Equipment Voice and Data Communication Cabling Television Surround Sound Speaker System Master Antenna Television System APPENDICES Appendix A Appendix B Appendix C Appendix D B. Standard Drawings Utility Work Orders for Electric, Natural Gas, Telephone Service and CATV Limited Asbestos & Lead Survey for Old Fire Station No. 6 Resource Agency Permits INFORMATION FOR CONTRACTOR TO OBTAIN A COPY OF CURRENT PLANHOLDERS LIST, CONTACT THE PURCHASING DEPARTMENT AT (760) 602-2460 QUESTIONS PERTAINING TO PLANS AND CONTRACT DOCUMENTS, CONTACT SENIOR CIVIL ENGINEER, TERRY SMITH, AT (760) 602-2765. Revised 11/01/06 Contract No. 3901 Page 9 of 204 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 2:00 P.M. on March 20, 2007, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows Construction of a 6,183 square foot fire station facility with two apparatus bays, offsite water and sewer pipelines, Rancho Santa Fe Road median improvements, traffic signal installation and demolition of the existing temporary fire station facility FIRE STATION NO. 6 CONTRACT NO. 3901 BID NO. PWS07-13ENG INSTRUCTIONS TO BIDDERS AND BID REQUIREMENTS This bid and the terms of the Contract Documents and General Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department Each bid must be accompanied by security in a form and amount required by law The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the escrow agent The escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department The specifications for the work include City of Carlsbad Technical Specifications and the Standard Specifications for Public Works Construction, Sections 2 & 3, 2006 Edition, hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association, as amended Specification Reference is hereby made to the plans and specifications for full particulars and description of the work The General Provisions (Part 1) to the SSPWC do not apply Revised 11/01/06 Contract No 3901 Page 10 of 204 Pages The City of Carlsbad encourages the participation of minority and women-owned businesses The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer BID DOCUMENTS The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are 1 Contractor's Proposal 2 Bidder's Bond 3 Non-Collusion Affidavit 4 Designation of Subcontractor and Amount of Subcontractor's Bid 5 Bidder's Statement of Technical Ability and Experience 6 Acknowledgement of Addendum(a) 7 Certificate of Insurance The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract 8 Bidder's Statement Re Debarment 9 Bidder's Disclosure Of Discipline Record 10 Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) ENGINEER'S ESTIMATE: All bids will be compared on the basis of the Engineer's Estimate The estimated quantities are approximate and serve solely as a basis for the comparison of bids The Architect's Estimate of the construction cost is $4,130,000. SPECIALTY CONTRACTORS: ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury This invitation to bid does not involve federal funds The following classifications are acceptable for this contract: "B" - General Building. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract The escrow agreement may not be substituted at a later date OBTAINING PLANS AND SPECIFICATIONS Contract Documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008-7314, for a non-refundable fee of $75 00 per set The project geotechnical report is available for viewing at the Faraday Center or can be purchased for $15 If plans and specifications are to be mailed, the cost for postage should be added m¥ Revised 11/01/06 Contract No 3901 Page 11 of 204 Pages INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents No oral response will be made to such inquiry Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids PREVAILING WAGE TO BE PAID The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773 1 of the Labor Code Pursuant to section 1773 2 of the Labor Code, a current copy of 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 the execution of the Contract The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777 5 of the Labor Code and section 4100 et seq of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act" The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107 5 The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work PRE BID MEETING A pre-bid meeting will be held on March 7, 2007 at 10 00 A M in the mam conference room at the City's facility located at 5950 El Cammo Real, Carlsbad A tour of the site will be available immediately following the meeting UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder In case of a discrepancy between words and figures, the words shall prevail In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals All prices must be in ink or typewritten Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid m¥ Revised 11/01/06 Contract No 3901 Page 12 of 204 Pages BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the General Provisions section of this contract All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond The bonds are to be accompanied by the following documents 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements Insurance is to be placed with insurers that 1) Have a rating in the most recent Best's Key Rating Guide of at least A- VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner Auto policies offered to meet the specification of this contract must 1) Meet the conditions stated above for all insurance companies 2) 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 Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance The Contractor shall be required to maintain insurance as specified in the Contract Any additional cost of said insurance shall be included in the bid price The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited BUSINESS LICENSE The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract Approved by the City Council of the City of Carlsbad, California, by Resolution No 2006-354, adopted on the 5th day of December, 2006 February 2, 2007 Date ~ fcAf^N RHtaND^ZrTTssistant City Clerk UPublish Date- February 7, 2007 <?% Revised 11/01/06 Contract No 3901 Page 13 of 204 Pages CITY OF CARLSBAD FIRE STATION NO. 6 CONTRACT NO. 3901OPENED, WITNESSED AND REjf CONTRACTOR'S PROP City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, General and Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3901 in accordance with the Plans, Specifications, General and Supplemental Provisions and addenda thereto and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: FIRE STATION NO. 6 CONSTRUCTION BID PROPOSAL 1 . Base Bid: The construction of Fire Station No. 6 and all related on-site and off-site improvements (Contract No. 3901). TOTAL BID AMOUNT (in dollars) $ <-} ft) Pi TOTAL BID AMOUNT (in words) m i lli>Jn ~fv u r^J-h /iw ^ wd 0 nc( &> j/l yi c/t lU Dollars and _ Y\0 _ Cents : ALTERNATE BIDS 1 . Additive Alternate No. 1 , as described in Specification Section 01 200; if the scope of work is revised by adding the work as described in Additive Alternate 1 , add the sum of S //V,*f!SO.OO _ ADDITIVE ALTERNATE BID AMOUNT (in words): - - ^/K^'r^-ft^iTft\^--fVvwr Kumred thir-fy _ Dollars and _ <W _ Cents ' Price(s) given above are firm for 90 days after date of bid opening. The basis for awarding the contract will be the Contractor's Base Bid Amount regardless of whether the City chooses to award the alternate bid item. However, it is mandatory that the Contractor provide a cost for the alternate bid item. The Contractor's bid proposal will be considered non-responsive if the Contractor fails to provide a cost for the alternate bid item. Addendum(a) No(s). 1 / 2 _ has/have been received and is/are included in this proposal. Revised 11/01/06 Contract No 3901 Page 14 of 204 Pages The Undersigned has carefully checked all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the City may administratively authorize award of the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 723993 , classification A, B, C8 which expires on June 30, 2008 , and that this statement is true and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City § 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is a bid bond (Cash, Certified Check, Bond 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 requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted N/A (2) Signature (given and surname) of proprietor (3) Place of Business (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail Revised 11/01/06 Contract No. 3901 Page 15 of 204 Pages License Detail Page 1 of2 California Home Friday, March 30, 2007 Welcome to California License Detail Contractor License # 723993 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 71246) 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 <j , .„„.„„. Extract Date 03/30/2007 * * * Business Information * * * EDGE DEVELOPMENT INC 27368 VIA INDUSTRIA SUITE 101 TEMECULA, CA 92590 Business Phone Number (909) 269-0776 Entity Corporation Issue Date 06/14/1996 Expire Date 06/30/2008 * * * License Status * * * This license is current and active All information below should be reviewed. * * * Classifications * * * Class Description B GENERAL BUILDING CONTRACTOR A GENERAL ENGINEERING CONTRACTOR «C-8 CONCRETE * * * Bonding Information * * * \ CONTRACTOR'S BOND: This license filed Contractor's Bond number 6244751 in the amount of $12,500 with the bonding company SAFECO INSURANCE COMPANY OF AMERICA Effective Date 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(I) The Responsible Managing Officer (RMO) STEPHEN SIMEON PROPHET certified that he/she owns 10 percent or more of the voting stock/equity of the corporation A bond of qualifying individual is not required Effective Date 02/02/2000 BQI's Bonding History * * * Workers Compensation Information * * * http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 03/30/2007 License Detail Page 2 of 2 This license has workers compensation insurance with the SEA BRIGHT INSURANCE COMPANY Policy Number BB1060614 Effective Date 01/01/2006 Expire Date 01/01/2008 Workers Compensation History * * * Miscellaneous Information * * * j Date ] Description I r06/27/2000 , CLASS REMOVED ' Personnel listed on this license (current or disassociated) are listed on other licenses Personnel List Other Licenses License Number Contractor Name Personnel Name Request Request Request S^person RenM^i **£?"> """* ©2006 State of California Conditions of Use Privacy Policy http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 03/30/2007 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 made by a general partner) (3) Place of Business. (Street and Number) City and State (4) Zip Code Telephone No. (5) E-Mail IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted EDGE Development, inc. (2) (Signal Mark Stinnett, Senior Vice President (Title) (3) Incorporated under the laws of the State of California Impress CorpbrafejSea^here^ r w'-| (4) Place of Business 27368 Via Industriar Ste. 101 (Street and Number) City and State Temecula, CA (5) Zip Code 9259° Telephone No. (951) 296-0776 (6) E-Mail mstinnett@edge-dev.com NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED Revised 11/01/06 Contract No 3901 Page 16 of 204 Pages ACKNOWLEDGMENT State of California County of Riverside On March 27,2007 before me, Lynnette N. Warren, Notary Public (here insert name and title of the officer) personally appeared Mark Stinnett, Senior Vice President of EDGE Development, Inc. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal Signature LYNNEttE N. WARREN Comm.# 1410752 NOTARY PUBLIC-CALIFORNIA San Diego County MyCorran Expires April 12,2007 (Seal) List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: K. Payne Wagoner Principal, Secretary, C.E.O. Stephen S. Prophet Principal. C.O.O. Stephen D. Rogers President Kathi A. Richards C.F.O. Al Calvet Senior Vice President Mark Stinnett Senior Vice President Please see attached -Corporate Resolution Revised 11/01/06 Contract No. 3901 Page 17 of 204 Pages EDGE DEVELOPMENT, INC. a California corporation ACTIONS BY BOARD OF DIRECTORS WITHOUT A MEETING BY UNANIMOUS WRITTEN CONSENT (Annual Board of Directors Meeting) Pursuant to the California Corporations Code and the Bylaws of Edge Development, Inc., ("Corporation") the undersigned, being all of the Directors of the Corporation, unanimously authorize and consent to the following resolutions and actions of the Board of Directors, without a meeting of the Directors of the Corporation: WHEREAS, the undersigned Directors are desirous of electing officers in accordance with the annual Board of Directors meeting procedures of the Corporation; IT IS, THEREFORE, RESOLVED, the following individuals are elected to the specified position opposite their names and shall serve until the next annual meeting of the Directors of the Corporation, or until their successors are duly elected and qualified; Name Office K. Dayne Wagoner Chief Executive Officer and Secretary StephenS Prophet Chief Operations Officer Stephen D. Rogers President Kathi A. Richards Chief Financial Officer Al Cavet Senior Vice President Mark Stinnett Senior Vice President WHEREAS, the undersigned Directors are desirous of confirming the state of affairs of the Corporation and its activities since the last annual meeting of the Directors; IT IS, THEREFORE, RESOLVED, all actions of the officers of the Corporation subsequent to the last annual meeting of the Directors are hereby affirmed, ratified and approved. DATED: March 16, 2006 Kenneth D. Wagone Stephen S. Prophet, Director 460.01 l/DD1837.mp EDGE DEVELOPMENT, INC. a California corporation CERTIFICATE OF AUTHORITY I, K. Dayne Wagoner, secretary of Edge Development, Inc., a California corporation, ("Corporation"), do hereby certify as follows: 1. By resolution of the board of directors the following persons are authorized to execute contracts and bid documents on behalf of and in the name of the Corporation: K. Dayne Wagoner Stephen S. Prophet Stephen D. Rogers Kathi A. Richards Al Cavet Mark Stinnett 2. There has been no amendment, modification, or revocation of the above resolution. v*'^ - '- Signature: Name: K. Dayne Wagoner, S^retary Dated: March 16,\20( [AFFIX SEAL] 460011/DD1904 **Please see attached Bidder's Bond BID SECURITY FORM (Check to Accompany Bid) FIRE STATION NO. 6 CONTRACT NO. 3901 (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified "Cashiers check payable to the order of CITY OF CARLSBAD, in the sum of . dollars ($ ), this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the 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 pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) Revised 11/01/06 Contract No 3901 Page 18 of 204 Pages BIDDER'S BOND (To Accompany Proposal) FIRE STATION NO, 6 CONTRACT NO. 3901 KNOW ALL PERSONS BY THESE PRESENTS: SAFECO INSURANCE That we, EDGE DEVELOPMENT. INC. , as Principal, and COMPANY.JIF AMF.KTP.A , as Surety are held and firmly bound unto the City of CarisbacL,California., in un amount as follows: (must be at least ten percent (10%) of the bid amount) ^ftpAfrflt? KMfSTTfiT -prp for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: FIRE STATION NO. 6 CONTRACT NO. 3901 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. Revised 11/01/06 Contract No, 3901 Pags 19 of 204 Pages In the event Principal executed this bond as an individual, it is agreed that the death of Principal sh^i not exonerate the Surety from its obligations under this bond. ^ - XT' Executed by PRINCIPAL this 19TH day of .MARCH _,200J PRINCIPAL: EDGE DEVELOPMENT. (named Pnndtoal) B: V. - — *V- — -^\By: (sign here) KENNETH PAYNE WAGONER (print name here) PRINCIPAL /SECRETARY Signatory) (sign here) MARK STINNETT (print name here) SENIOR VICE PRESIDENT Executed by SURETY this . Of MARCH , 20 07 >. SURETY: SAFECO..INSURANCE COMPANY OF AMERICA_ (name of Surety) 330 NORTH BRAND BOULEVARD, SUITE 680 GLENDALE, CA 91203 .. (address of Surety) 818/956-4200 (titie and organization of signatory)KAREN JEAN HALL, ATTORNEY-TT?ACT -'-^ (printed name of Attomey-in-Fac§ ^"/ (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind Ihe corporation^ APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney Revised 11/01/06 Contract No. 3901 P.age 20 of 204 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT SSSSSSSSSSSS No 5193 personally appeared [x) personally known to me - OR -1 —*—^- DEBORAH D DAVIS COMM #1412744 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY MyComm Exp APRIL 21, 2007 DEBORAH D. DAVIS, NOTARY PUBLIC NAME, TITLE OF OFFICER -EG, "JANE DOE, NOTARY PUBLIC' ' MARK STINNETT NAME(S) OF SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL SECTION OPTIONAL SECTION "—i CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document Q INDIVIDUAL [X] CORPORATE OFFICER(S) SENIOR VICE PRESIDENT TITLE(S) Q PARTNER(S) [[] LIMITED Q GENERAL [] ATTORNEY-IN-FACT [] TRUSTEE(S) Q GUARDIAN/CONSERVATOR ["I OTHER (,I/t// SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) i THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT TITLE OR TYPE OF DOCUMENT, NUMBER OF PAGES DATE OF DOCUMENT. | Though the data I ~*4 it could prevent! uested here is not required by law, lilent reattachment of this form ^^j^ygS^j^SfJ^S^Sty; SIGNER(S) OTHER THAN NAMED ABOVE. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 State of_CALIFORNIA I County of.SAN DIEGO Qn3/19/2007 DATE before me DEBORAH D. DAVIS, NOTARY BUBLIC ' NAME, TITLE OF OFFICER -EG, 'JANE DOE, NOTARY PUBLIC" personally appeared KENNETH PAYNE WAGONER. KAREN JEAN HALL , NAME(S) OF SIGNER(S) Q3 personally known to me - OR - D proved to me on the basis of satisfactory evidence ^ to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed * the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument DEBORAH D DAVIS COMM #1412744 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY MyComm Exp APRIL 21,2007 WITNESS my hand and official seal A- SIGNATURE OF NOTARY OPTIONAL SECTION ••• OPTIONAL SECTION — CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document Q INDIVIDUAL IP CORPORATE OFFICER(S) PRINCIPAL/SECRETARY TITLE(S) L~] PARTNER(S) [3 LIMITED Q GENERAL [X| ATTORNEY-IN-FACT Q TRUSTEE(S) Q GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Though the data requested here is not required by law, it could prevent (rj^^ent reattachment of this form TITLE OR TYPE OF DOCUMENT. NUMBER OF PAGES DATE OF DOCUMENT. SIGNER(S) OTHER THAN NAMED ABOVE. SAFECO POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERALINSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE,WASHINGTON 98185 No 8062 KNOW ALL BY THESE PRESENTS That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***^***^***^****W*****»********«C«HELENMALONEY| JOHNG MALONEY, MARK D IATAROLA, KAREN JEAN HALL, MATTHEW C GAYNOR, DEBORAH D DAVIS. Escondido, California*** its true and lawful attorney(s)-m-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7th day Of February. 2005 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article V, Section 13 - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-m-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided however, that the seal shall not be necessary to the validity of any such instrument or undertaking " Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (n) A copy of the power-of-attorney appointment, executed pursuant thereto, and (in) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof" I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect .,vS.-J - - -IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ^ , , this 19TH day of MARCH 2007 CHRISTINE MEAD, SECRETARY S-Q974/SAEF 2/01 ® A registered trademark of SAFECO Corporation 02/07/2005 PDF Company Profile Page 1 of 2 Company Profile SAFECO INSURANCE COMPANY OF AMERICA SAFECO PLAZA SEATTLE, WA 98185-0001 800-332-3226 Former Names for Company Old Name: SELECTIVE AUTO & F INS CO AMER Effective Date. 11-02-1953 Agent for Service of Process MICHAEL CARROLL, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656-2624 Unable to Locate the Agent for Service of Process17 Reference Information NAIC # " 24740 NAIC Group # 0163 California Company ID # 1442-3 Date authorized in California October 07, 1953 License Status UNLIMITED-NORMAL Company Type Property & Casualty State of Domicile WASHINGTON Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance For an explanation of any of these terms, please refer to the glossary AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enfoicemcnl Action Documents Company Performance & Comparison Data Composite Complaint Studies http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 03/30/2007 Company Profile Page 2 of 2 Want More? Help Me Find a Company Representative in M\ Area Financial Rating Organizations Last Revised - January 17, 2007 12 57 PM Copyright © California Department of Insurance http://interactive.web.insurance.ca.gov/webuser/idb_co_prof_utl.get_co_pr... 03/30/2007 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTORS" FORM REFERENCES Prior to preparation of the following "Subcontractor Disclosure Form", Bidders are urged to review the definitions in Section 1-2 of the General Provisions to this Contract, especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Own Organization", "Subcontractor" and 'Work". Bidders are further urged to review section 2-3 SUBCONTRACTS of the General Provisions. CAUTIONS The standard "Greenbook" clause that requires the bidder to perform a minimum of 50% of the work with his own forces shall not apply to this contract. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor whom the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor licensed as a contractor by the State of California whom the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. The Designation of Subcontractors form must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non- responsive. Suppliers of materials from sources outside the limits of work are not subcontractors. The value' of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor or the Subcontractor as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor- installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor installing said item. When a Subcontractor has a Carlsbad business license, the number must be entered on the proper form. If the Subcontractor does not have a valid business license, enter "NONE" in the appropriate space. V Revised 11/01/06 Contract No. 3901 Page 21 of 204 Pages Determination of the subcontract amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract documents and the General and Supplemental Provisions. The decision of the City Council shall be final. Contractor is prohibited from performing any work on this project with a subcontractor who is ineligible to perform work on a public works project pursuant to Labor Code Sections 1771.1 or 1777.7. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. Revised 11/01/06 Contract No. 3901 ' Page 22 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Demolition KM Earthwork ITS,. Page ] of 1 3 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS . ,- Site Utilities Landscape f Page 2 of 13 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Conor ete-Biju\rJUAJ \D \W\ Page __J? of 1 3 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Masonry D\ me h Elfrrv S&n Y? 1 Steel "TH -<sVC£A Page _^_ of 1 3 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." oRevised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Rough Carpentry Casework Dow . ( o Page _ j> of 1 3 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an astensk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS la-t i o a -ftocrf Tiles •y\A \\ Page __§ of 1 3 • pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the Information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." ORevised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Sheot to Page Z__ of 1 3 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the Information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." oRevised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS\ _v * a, -aC t, -, « ** ^ % V* ? ^Sr^^V5 TA,^^'*'>.4- ^ «, , Subcontractof Name and Aluminum Windows Cement 'Plaster MZ. o Page £L_ of 1 3 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an astensk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Gypsum Board ~Tvibb<>, " Ceramic Tile Page 9 of _1 3 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the Information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." oRevised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS \°\ Painting e c Page ]_p_ of 13 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the Information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS , « ^ . •¥-*License Plumbing HO 0 ! «~t?YD . C 4-9** Vehicle Exhaust Removal Page ]__ of 1 3 pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an astensk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 1 1/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act.11 The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Fire Sprinklers HVAC Page _ 1_2..__ of 1 3 pages of this Subcontractor Designation form Pursuant to section 4104 (a){2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS (TO ACCOMPANY PROPOSAL) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preparing this bid for the Work and that the listed subcontractors will be used to perform the portions of the Work as designated in this list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contract Code, "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, or in the case of bids or offers for construction of streets and highways, including bridges, in excess of one-half of one percent (0.5%) or ten thousand dollars ($10,000), whichever is greater, and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. SUBCONTRACTOR'S BID ITEMS Electrical Traffic Signal Page _ - 3_ of __1 3 pages of this Subcontractor Designation form Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the information preceded by an asterisk may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." Revised 11/01/06 Contract No. 3901 Page 23 of 204 Pages City of Carlsbad Fire Station No 6 Designation of Subcontractors Portion of Work Demolition Earthwork Site Utilities AC Paving Landscape Building Concrete Site Concrete Masonry Structural Steel Rough Carpentry Casework Coil Doors Roofing Aluminum Windows Cement Plaster Gypsum Board Ceramic Tile Painting Plumbing Subcontractor Name and Location of Business Interstate Waste & Demolition Inc 695 W La Cadena Drive Riverside, CA 92501 Mountain Movers Engineering Contractors 699 Casso Rd San Marcos, CA 92069 Kimmel Construction 642 Vale View Drive Vista, CA 92081 J D Paving, Inc 1412 Barham Drive San Marcos, CA 92078 Beach Cities Landscape, Inc 891 1 Olive Drive Spring Valley, CA91977 Quintessa Construction, Inc 2210Encmitas Blvd , Ste S Encmitas, CA 92024 Integrity Concrete 540 Opper Street Escondido, CA 92029 New Dimension Masonry Inc 1018 Cudahy Place, Ste, A San Diego, CA 92110 Tri Steel PO Box 461 644 Escondido, CA 92046 Shelby Framing 41 775 Elm Street, Ste 301 Murneta, CA 92562 Stolo Cabinets, Inc 860 Challenger Street Brea, CA 92821 Overhead Door Co of Inland Empire 12401 S LaCadenda Drive Colton, CA 92324 Sylvester Roofing 306 N El Norte Parkway Escondido, CA 92026 C&C Glass 1 067 Broadway Chula Vista, CA91912 Standard Drywall, Inc 9902 Channel Road Lakeside, CA 92040 Tubbs Enterprises, Inc 2620 Aurora Glen Escondido, CA 92027 Tile Tech Installers, Inc 1402 San Simeon Street Oceanside, CA 92054 EC Painting Co 1845 Burlington Place Escondido, CA 92026 Are & R Plumbing 4785 Orcutt Avenue San Diego, CA 92120 License No. & Classification 771900 C21.D06 767120 A 644823 B, C34 652554 A 525901 C27 882061 A, B, C8, C5 799802 C8, C29 630794 C29 779514 C51 667658 B 267920 B, C6 492369 D28 516696 C39 851092 C17 444328 B, C2, C9, C35 314739 C9, C33, D50 857454 C54 272850 C33 867198 C36 Amount of Work by Subcontractor in Dollars $ 33,380 00 $ 180,00000 $ 251,73500 $ 40,13200 $ 47,087 00 $ 105,59000 $ 225,457 00 $ 270,880 00 $ 197,89000 $ 278,19000 $ 210,00000 $ 37,995 00 $ 25,600 00 $ 41,95600 $ 72,850 00 $ 51,40000 $ 31,92000 S 26,81100 $ 131,10000 City of Carlsbad Fire Station No 6 Designation of Subcontractors Type Work be Performed Vehicle Exhaust Removal Fire Sprinklers HVAC Electrical Traffic Signal Full Company Name, Address and Phone APS Aair Purification Systems 9040 Kenamar Drive, Ste 402 San Dieqo, CA 92121 Aztec Fire & Safety 8109 Commercial Street La Mesa, CA91942 Christian Brothers Heating & Air Conditioning, Inc 11140 Thurston Lane Mira Loma, CA 91752 Precision Electric Company 9834 River Street Lakeside, CA 92040 Select Electric, Inc 1425 Presioca Spring Valley, CA91977 License No. & Classification 621360 C34 852201 C16 499547 C20 534116 C10, B 297034 A, C10, C31 Amount of Work by Subcontractor in Dollars $ 39,373 00 $ 33,14000 $ 99,855 00 $ 330,249 00 $ 160,94200 ***Please see the attached Project Profile List BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) FIRE STATION NO. 6 CONTRACT NO. 3901 The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. ;«*i>-,3iieted itract Revised 11/01/06 Contract No. 3901 Page 24 of 204 Pages o cn g W "^ O)1 00 ^ o 2& 3. cn a) ^ r™rs =• jo0. Q- *• N»S= -—i. CD joo co 3 o o Q- °o <co 8 ETl - — fti' i — U/ CQ CO<° *< CO <D 3,o s S 8! s</> w a i S «D 3 ° CO3 ocn 3- go "i? ft3 aio -6 3 s a "O m>r Us S z CD CD o- £ Q.CQ <flM05 "~go 0 oo0 CD I— ->•ro 0) 00cn ?r -gCO CD CO0 m°c/> CD 5 3O ~is ^ o£> § C CD Lake Elsmore U SDamn Watters, AsSuperintendent(951)674-3194£°«— i- ^^o^"T 01 Mi 00 S 0°o> 3-3"C/) 0) 0> O ? 2aft0) T3 <" ef =!• s" o 53 "< 2 <33 a> 3>< ^j CD cr 3 b> §> — 9-Oi CL«Q v ~ ^ wg'g 03^ w - 2 o" § ^.<°8 fl* SK 3 C: STN) — - S ^gQ)^ CO i. Q- CO-n 9. 3 o IIII i-z CQ O CD CD a $ 5 egCO =- §/-j Q_ -J-g — cnc ^ -5- 0) CQ cS-M a cTcr ° 2. 9L ^cu ~ 2,CQ ^ CD f2. U1 Q. ' — <«N> "o OO"o O O ~0 ~D -»• O O) •>! 1 f- ™ | ^- 3 -t^O^ CO > jo CD Q)fO 3-* oN) ^"^1 'SC7C3T)sin O) O ^"< SQ|Ct^^ji co ^c? °M Q. CDcn cn co SM 1 -^ ^ o °cn 3- cn O CT o1 f~o c 8 » 3 cE^cT H =5 5- WCD CQ CQ S' X W 3" S"- (D- CO T3 o ±Q. rr(5 C O ^r £-5- w^ - CO CQ CD " a) E O "0 ^ 2.CD O — 3- 3 z° Q> CD 3 ^J $ CQ i or. o n > 3 003. 0 =rC/) </) C/-> ?*• oO CD =rCD O 3 _j ^•-•• — ? 3" 2, 03 W Q) => 8 ro°- § coQ> 5> P CD 2. gVrf^1 /n *^— ' 1 0 ° 3 ^ oQ) cn -9« 9 §c < =J 3 CD CD3 3 to00_Ji. O 0 P"oO O CD I" COM Q) K)cn ;*• O) CO CD CD0 m w w ^ O (0 CD W- Q.O <t> >D CD Lake Elsmore U SDamn Watters, AsSuperintendent(951)674-31941° yu^o .^^ii 0 ^5 oO 13 O) 5 e/> (/>(/> H If isag Q. " = §5" Q) -N & 2 ~O Oi S§^ §J|CD $ < CO oCD =r o 3 c 3CD O C/) 9 c 3w E3 ofl) — C± H to O Q. D 3 CD °- 0 ^^ -^ •" "H §00) 1 ? 0 i ^^3 S r-T3 P- 5-£D C -!— * ~* Q) JD e.| w £2- o CD ^— Is- Q)O— nCD <ft ro oooooo H toCD 0 3 Ss °C -D Q) Q) "* do ^> ^ cog1 c^S CD °-City of TemeculaBill McAteerProject Manager(951)694-6444CD -»• S^, -^1 s O) O cB 3o> ^~w $ o CO I 5L§ g<5" «» £2-5 SQ) 2 ZJ »i. a a> 3*-*• cr — <t u. 3 § ^3o ... cn -ifjf 5 0 CO 5 ° CO o^S<5 co ocn r* 3Q. 0 3 § S z3 CO m -oro-s CD ro o3 i. °Q) Q. cn3 13 q-C CQ C5T0 aa 3 oc _». ^n^?^ w -iCD O /-,sx — * ( — 1 ft- CD 0 3 cn CO O ^T Tl=! CD ~-J — H -n—i fn 1 1 Q) f-t- ^3 CD CD CD ?LQ. « roOo 0oo T: ^J CQ g Z <D § CO3 ;:;Q- CD— * O 5iV -J>CQ jo coro ^j- W CD o> 2- Ps2 " 2 ^ 2.oo g1 c -*o 3 CQ n:slit8* I -^ Q. -<(Da> ww» —1»<•o (D O ^ O T * >o 3 =o £•= 33 5•* P* 0o Q)r* o'3 Contact PersoiPhone3 r5* BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) FIRE STATION NO. 6 CONTRACT NO. 3901 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Workers Compensation Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in The Notice Inviting Bids and the General Provisions for this project for each insurance company that the Contractor proposes. 2) 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. Revised 11/01/06 Contract No. 3901 Page 25 of 204 Pages ACORD^ CERTIFICATE OF LIABILITY INSURANCE vg&j* PRODUCER •jallagher Construction ' Bervices [580 California St. , Suite 1100 San Francisco CA 94104-1098 Phone: 800-500-7202 Fax:415-391-1882 INSURED EDGE Development, Inc. 27368 Via Industria, #101Temecula, CA 92590 DATE (MM/DD/YYYY) 05/11/07 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A. Arch Insurance Company INSURER B National Onion Fira Ins Co INSURER C SeaBright Insurance Company INSURER D INSURER E NAIC# COVERAGES MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSKLTR A A B C KDTJTNSRC TYPE OF INSURANCE GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY J CLAIMS MADE | X | OCCUR 25,000 Deductible GEN'L AGGREGATE LIMIT APPLIES PER | POLICY |x~~| SECT 1 1 LOC AUTOMOBILE LIABILITY X X X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS $2,500 Comp Ded $2,500 Coll Ded GARAGE LIABILITY ANY AUTO EXCESS/UMBRELLA LIABILITY X~| OCCUR | | CLAIMS MADE X DEDUCTIBLE RETENTION $10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER POLICY NUMBER 71PKG2117801 71PKG2117801 BE6564161 BB1070614 POLICYEFFECTIVEDATE (MM/DD/YY) 02/01/07 02/01/07 02/01/07 01/01/07 POLICY EXPIRATIONDATE (MM/DD/YY) 02/01/08 02/01/08 02/01/08 01/01/08 LIMITS EACH OCCURRENCE UAMAlit 1 U KtN 1 tU PREMISES (Ea occurence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY(Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE(Per accident) AUTO ONLY - EA ACCIDENT OTHFRTHAN EAACC AUTO ONLY AGQ EACH OCCURRENCE AGGREGATE » WC STATU- O F H- X TORY LIMITS ER EL EACH ACCIDENT EL DISEASE -EA EMPLOYEE EL DISEASE - POLICY LIMIT $1,000,000 $ 50,000 $ EXCLUDED $1,000,000 $2,000,000 $2,000,000 $1,000,000 $ $ $ $ $ $ $5,000,000 $5,000,000 $ $ $ $1,000,000 $1,000,000 $ 1,000,000 General Liability: The City of Carlsbad is named additional insured per attached endt. Auto Liability: The City of Carlsbad is named additional insured per attached endorsement. General Liability & Work Comp: Waiver of Subrogation per attached endorsement. Re: 7201 Rancho Santa Fe Road, Carlsbad CA 92008-7314. *10 Day notice of non-payment for premium_ _ CERTIFICATE HOLDER CANCELLATION CARLSBD City of Carlsbad L Engineering Dept. m Attn: Patrick Vaughan ^ 1635 Faraday Avenue Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESEltfSATJtfT > — ' ^N /^^^^_?ACORD 25 (2001/08)CORD CORPORATION 1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - COMPLETED OPERATIONS - PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: Section II - Who is an Insured Is amended to include as an Insured any person or organization for whom you are performing operations when you and such person or organization have agreed In writing In a contract or agreement that such person or organization is an additional insured on your policy. Such person or organization is an additional insured only with respect to liability arising out of: i) "your work" at the location designated; or II) the "products-completed operations hazard." Coverage afforded to these additional insured parties will be primary to, and non-contributory with, any other Insurance available to that person or organization. All other terms and conditions of this Policy remain unchanged. Policy Number: 71mj21178oi Named Insured: Edge Development, Inc.. This endorsement Is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date:. 02/01/07 Authorized Representative 00 ML0019 00 11 03 Page 1 of 1 ! THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy Number: 71EKG2117801 Commercial General Liability Named Insured: Edge Development, Inc. Effective Date: 02/01/07 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below: SCHEDULE Name of Person or Organization: All Organization That Required by a Written Contract or Agreement, Executive Before a Loss, That You Waive Your Rights of Recovery (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV- COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. CG 24 04 1093 Copyright, Insurance Services Office, Inc., 1992 COMMERCIAL AUTO CA 20 01 10 01 POLICY NUMBER 71PKG2117801 THIS ENDORSEMENT CHANGES THE POLJCY. PLEASE READ IT CAREFULLY. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below Endorsement Effective1 Named Insured EDGE DEVELOPMENT, INC Countersigned By (Authorized Representative) SCHEDULE Insurance Company ARCH INSURANCE COMPANY Policy Number 71PKG2117801 Effective Date 02-01-2007 Expiration Date 02-01-2008 Named Insured Address EDGE DEVELOPMENT, INC. 27368 VIA INDUSTRIA TEMECULA CA 92590- Additional Insured ANY ORGANIZATION WHO REQUIRES THAT YOU ADD THEM AS (Lessor) AN ADDITIONAL PROTECTED PERSON IN SPECIFIC WRITTEN Address CONTRACT WITH YOU. Designation or ALL LESSORS WHO HAVE A WRITTEN LEASE FOR A PERIOD OFDescription SIX MONTHS OR MORE REQUIRING THE NAMED INSURED TO of "Leased Autos" PROVIDE PRIMARY COVERAGE FOR THE VEHICLE(S) SPECIFIED IN THE LEASE Coverages Liability Personal Injury Protection (or equivalent no-fault coverage) Comprehensive Collision Specified Causes of Loss Limit Of Insurance $ 1,000,000 Each "Accident" ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS LESS, MINUS $2,500 For Each Covered "Leased Auto" ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS LESS, MINUS $ 2,500 For Each Covered 'teased Auto" ACTUAL CASH VALUE OR COST OF REPAIR WHICHEVER IS LESS, MINUS For Each Covered "Leased Auto" (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) CA2001 1001 > ISO Properties, Inc., 2000 Page 1 of 2 D A. Coverage 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 in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto", whichever occurs first B. Loss Payable Clause 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 Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor 3. Cancellation ends this agreement D. The lessor is not liable for payment of your premi- ums E. Additional Definition 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 primary insurance for the les- sor. Page 2 of 2 © ISO Properties, Inc., 2000 CA 20 01 10 01 D WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed._4-B4) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from US.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described In the Schedule. The additional premium for this endorsement shall be * % of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description WHERE YOU ARE REQUIRED BY WRITTEN CONTRACT TO OBTAIN THIS AGREEMENT FROM US, PROVIDED THE CONTRACT IS SIGNED AND DATED PRIOR TO THE DATE OF LOSS TO WHICH THIS WAIVER APPLIES. IN NO INSTANCE SHALL THE PROVISIONS AFFORDED BY THIS ENDORSEMENT BENEFIT ANY COMPANY OPERATING AIRCRAFT FOR HIRE. *The premium charge for this endorsement shall be 2% of the premium developed in the State of California, but not less than $500 policy minimum premium. This endorsement changes the policy to which it Is attached and Is effective on the date Issued unless otherwise stated. (The Information below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 01/01/07 Policy No. BB1070614 Endorsement No. Insured Edge Development, Inc Policy Effective Date 01/01/07 Insurance Company SeaBright Insurance Company Countersigned By WC 04 03 06 ' (Ed. 4-84) SH39B by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. BIDDER'S STATEMENT RE DEBARMENT (To Accompany Proposal) FIRE STATION NO. 6 CONTRACT NO. 3901 1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? x yes no 2) If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred party debarred agency agency period of debarment period of debarment BY CONTRACTOR: EDGE Development, Inc. iractor) Mark Stinnett, Senior Vice President (print name/title) Page . of 1 pages of this Re Debarment form Revised 11/01/06 Contract No. 3901 Page 26 of 204 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) FIRE STATION NO. 6 CONTRACT NO. 3901 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License board, P.O. Box 26000, Sacramento, California 95826. 1) Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? x yes no 2) Has the suspension or revocation of your contractor's license ever been stayed? x yes no 3) Have any subcontractors that you propose to perform any portion of the Work ever had their contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight year period? x yes no 4) Has the suspension or revocation of the license of any subcontractor's that you propose to perform any portion of the Work ever been stayed? X yes no 5) If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefore. (If needed attach additional sheets to provide full disclosure.) Page 1 of 2 pages of this Disclosure of Discipline form Revised 11/01/06 Contract No. 3901 Page 27 of 204 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) FIRE STATION NO. 6 CONTRACT NO. 3901 6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the nature of the violation and the condition (if any) upon which the disciplinary action was stayed. (If needed attach additional sheets to provide full disclosure.) BY CONTRACTOR: EDGE Development, Inc. Mark Stinnett, Senior Vice President (print name/title) Page 2 of 2 pages of this Disclosure of Discipline form Revised 11/01/06 Contract No. 3901 Page 28 of 204"Pages NON-COLLUSION AFFIDAVIT (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH PROPOSAL) PUBLIC CONTRACT CODE SECTION 7106 FIRE STATION NO. 6 CONTRACT NO. 3901 State of California County of Riverside ) ) ) ss. Mark Stinnett (Name of Bidder) and says that he or she is Senior Vice President _, being first duly sworn, deposes (Title) of EDGE Development, Inc. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 27th March Subscribed and sworn to before me on the 27th day of March .,20.07 (NOTARY SEAL) N. WARREN Comm. 11410752 w mm PUBLIC CALIFORNIA <" San Diego County "" My Comm Expires April 12,2007 ? ---- * • \ /Signature of Notary V—^^ /ynhette N. wkrken, Notary Public Revised 11/01/06 Contract No. 3901 Page 29 of 204 Pages CONTRACT PUBLIC WORKS This agreement is made this *5 - day of fysijsmt- , 2007. by and between the City of Carlsbad, California, a municipajj/corporation, (hereinafter called "City"), and Edge Development. Inc. whose principal place of business is 27368 Via Industrie. Suite 101 Temecula. California 92590 (hereinafter called "Contractor") City and Contractor agree as follows 1. Description of Work. Contractor shall perform all work specified in the Contract documents for FIRE STATION NO. 6 CONTRACT NO. 3901 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Technical Ability and Experience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the General and Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project, all of which are incorporated herein by this reference Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the General Provisions of these Contract Documents. The Engineer wifl close the estimate of work completed for progress payments on the last working day of each month. The City shall withhold retention as required by Public Contract Code Section 9203 Revised 11/01/06 Contract No. 3901 Page 30 of 204 Pages 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Revised 11/01/06 Contract No. 3901 Page 31 of 204 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, 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 relating 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. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance' as stated in City Council Policy # 70. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Commercial General Liability Insurance: $1 ,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $1 ,000,000 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. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions: Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. Revised 1 1/01/06 Contract No. 3901 Page 32 of 204 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after ten (10) days' prior written notice has been sent to the City by certified mail, return receipt requested. (D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:VII. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by City Council Policy # 70. (H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. Revised 11/01/06 Contract No. 3901 Page 33 of 204 Pages (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City 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. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. 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. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject 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. (F) Carlsbad Municipal Code. 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. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates thaMhe-pcpper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. Revised 11/01/06 Contract No. 3901 Page 34 of 204 Pages 15. Unfair Business Practices. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the contractor, without further acknowledgment by the parties. 16. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: EDGE Development, Inc. al corporation of By: Contractor) \\ (sign her Payne Wagamer/Sec retary (print name and tWIe) By: tfae IRAINE MMVOOD, Cit/0|erk (sign here) Steve Rogers/Senior VP Operations (print name and title) President or vice-president and secretary or assistant secretary must sign for one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorn Revised 11/01/06 Contract No. 3901 Page 35 of 204 Pages ACKNOWLEDGMENT State of California County of On 7_ before me, (here insert name and title of the officer) personally appeared ^t&l/d-^/CD^Y^, JS^/7/QJ"- j/fi fipPjnSrjjoJ'&j personally known to me (or proved to me on the basis of satisfactory evidence) to be the personj^whose name^s^/are^subscribed to the within instrument and acknowledged to me that^n^sfre'/ifre'y executed the same iiyhj^hef/tkerf authorized capacityQjes^and that by/nj^/hefTttjerfsignature^sfon the instrument the person^, or the entity upon behalf of which the person(^Tacted, executed the instrument. WITNESS my hand/and official seal. Signature. OENISE VESSEY Commission # 1700636 Notary Public - California Riverside County IWCcmaExplr«»Oct29.a»0 (Seal) ACKNOWLEDGMENT State of Califonia County of before me, (here insert namdand title of the'officer) personally appeared. It capacity(je«7Tand that by/nW/hef/tbelr signature^sfon the instrument the personj^ or the entity upon behalf of which the person(s^acted, executed the instrument WITNESS my hand and official seal Signature personally known to me (or proved to me on the basis of satisfactory evidence) to be the personj^) whose nameC^^j^fe^subscnbed to the within instrument and acknowledged to me that4ie/sM/ih«y executed the same ii/hisvbei^fti'eTf authorized DEMISE VESSEY Commission # 1700636 Notary Public • California Riverside County (Seal) BOND NO. 6450534 PREMIUM INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-110. adopted May 8, 2007, has awarded to EDGE DEVELOPMENT. INC {hereinafter designated as the "Principal"), a Contract for: FIRE STATION NO. 6 CONTRACT NO. 3901 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth -NOW, THEREFORE, WE, Edge Development. Inc. _., as Principal, (hereinafter designated as the "Contractor), and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carlsbad in the sum of Four Million One Hundred Eighteen Thousand Four Hundred Thirtvseven Dollars ($4,118,437.00), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the temns of the contract or to the work or to the specifications Revised 11/01/06 Contract No, 3901 Page 36 of 204 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 15TH day of MAY . 20_QL Executed by SURETY this. Of MAY 15TH .day _, 20.97., SURETY: SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 330 NORTH BRAND BOULEVARD, SUITE 680 GLENDALE. CA 91203 (address of Surety) 818/956-4200 ^1" " KENNETH DAYNE WAGONER CONTRACTOR: EDGE DEVELOPMENT, INC. (name of Contractor) By: STEVEN S. PROPHET, __^__ (print name here) PRINCIPAL/COO (title and organi^tiofK^f signatory) (signature ( KAREN JEAN HALL, ATTORNEY-IN-FACT (printed name of Attomey-?h-Fact) (attach corporate resolution showing current power (print name her^) \\ of attorney) PRINCIPAL/SECRETARY \\ (title and organization of signatory) ^ (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney Revised 11/01A56 Contract No 3901 Page 37 of 204 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CALIFORNIA No 5193 SAN DIEGO DATE before me DEBORAH D. DAVIS, NOTARY PUBLIC NAME TITLE OF OFFICER -EG, "JANE DOE NOTARY PUBLIC' personally appeared STEVEN S. PROPHET. KENNETH PAYNE WAGONER NAME(S) OF SIGNER(S) 0 personally known to me - OR - CH proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument ,-^-s-—.-.—^ -•—'••—•"—•^—4 DEBORAH D DAVIS V COMM #1737411 | NOTARY PUBLIC-CALIFORNIA c/5 SAN DIEGO COUNTY MyComrn Exp WITNESS my hand and official seal SIGNATURE OF NOTARY OPTIONAL SECTION — OPTIONAL SECTION ^" CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document Q INDIVIDUAL IX] CORPORATE OFFICER(S) PARTNER(S) Q LIMITED Q GENERAL I ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT ough the data requested here is not required by law, Culd prevent fraudulent reattachment of this form TITLE OR TYPE OF DOCUMENT. NUMBER OF PAGES DATE OF DOCUMENT. SIGNER(S) OTHER THAN NAMED ABOVE. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 State of_CALIFORNIA County of.SAN DIEGO i On 5/15/2007 before me,. ™ ^^ DATE ^Personally appeared DEBORAH D. DAVIS, NOTARY PUBLIC NAME, TITLE OF OFFICER -EG, "JANE DOE, NOTARY PUBLIC" KAREN JEAN HALL ^] personally known to me - OR - NAME(S) OF SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal. /v -- ^ DEBORAH D DAVIS COMM #1737411 NOTARY PUBLIC-CAL,FOTOA ,,,,lrD'EG°COUNTY™'A E>ip APRIL 21, 2011 SIGNATURE OF NOTARY OPTIONAL SECTION i~ OPTIONAL SECTION — CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document [] INDIVIDUAL Q CORPORATE OFFICER(S) TITLE(S) Q PARTNER(S) Q LIMITED Q GENERAL £3 ATTORNEY-IN-FACT n TRUSTEE(S) |~] GUARDIAN/CONSERVATOR n OTHER 'THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT 'Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form TITLE OR TYPE OF DOCUMENT, NUMBER OF PAGES DATE OF DOCUMENT. SIGNER(S) OTHER THAN NAMED ABOVE. f II \ SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) f SAFECO POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE, WASHINGTON 9B1B5 No 8062 KNOW ALL BY THESE PRESENTS That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *+*+**********=I,***********************JIELEN- MALONEY, JOHN G MALONEY, MASK D IATAROLA, KAREN JEAN HALL, MATTHEW C GAYNOR, DEBORAH D DAVIS Escondido cahfcmia***************************************^^ its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7th day of February. 2005 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article V, Section 13 - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed forthat purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-m-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its bu«ess On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authority ny bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided. r, that the seal shall not be necessary to the validity of any such instrument or undertaking " I Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed bythe Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (in) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof" I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, ana thai both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect Vs-IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ^ - - this 15TH day of MAY 2007 CHRISTINE MEAD, SECRETARY S-0974/SAEF 2/01 (DA registered trademark of SAFECO Corporation D2/D7/20D5 PDF BOND NO. 6450534Premium Is For Contract Teim pi,™-,-™, too 77n nnAnd Is Subject To Adjustment PREMIUM- §32,270.00 Based On Final Contract Price FAITHFUL PERFORMANCE/WARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 2007-110. adopted May 8, 2007, has awarded to EDGE DEVELOPIVENT, INC. (hereinafter designated as the "Principal"), a Contract for. FIRE STATION NO. 6 CONTRACT NO, 3901 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, Edge Development. Inc. , as Principal, (hereinafter designated as the "Contractor"), and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carlsbad in the sum of Four Million One Hundred Eighteen Thousand Four Hundred Thirtyseven Dollars ($4,118,437,00), said sum being an amount equal to; One hundred percent (100%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in al! respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect As a part of the obligation secured hereby and in addition to the face amourit specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed there under or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. Revised 11/01/06 Contract No, 3901 Page 38 of 204 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 15TH MAY or, 07day of, CONTRACTOR: EDGE DEVELOPMENT, INC. _,20_ (name of Contra (sign here) STEVEN S. PROPHET (print name here) PRINCIPAL /COO (Title and Organization of Signatory) By: (sigrxnere) KENNETH DAYNE WACT9NER (print name here) PRINCIPAL/SECRETARY Executed by SURETY this MAY 5TH day of .2007 SURETY: SAFECO INSURANCE COMPANY OF AMERICA (name of Surety) 330 NORTH BRAND BOULEVARD, SUITE 680 GLENDALE, CA 91203 (address of Surety) 818/956-4200 ^*J'~" (telephone number of Surety) ^-"- „ / & - ^" -""" *— KAREN JEAN HALL, ATTORNEY-IN-FACT (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Title and Organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: Deputy City Attorney **W Revised 11/01/06 Contract No. 3901 Page 39 of 204 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of_CALIFORNIA County of.SAN DIEGO 5/15/2007 DATE before me,. personally appeared. DEBORAH D. DAVIS, NOTARY PUBLIC NAME, TITLE OF OFFICER -EG, 'JANE DOE, NOTARY PUBLIC' ' KAREN JEAN HALL NAME(S) OF SIGNER(S) Q| personally known to me - OR - D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal. DEBORAH D DAVIS COMM #1737411 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY MyComm gyp APRIL 21 2011 SIGNATURE OF NOTARY OPTIONAL SECTION —i OPTIONAL SECTION ••• CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document Q INDIVIDUAL [] CORPORATE OFFICER(S) TITLE(S) Q PARTNER(S) £3 LIMITED Q GENERAL Q9 ATTORNEY-IN-FACT C] TRUSTEE(S) Q] GUARDIAN/CONSERVATOR [~1 OTHER SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Though the data requested here is not required by law. it could prevent fraudulent reattachment of this form TITLE OR TYPE OF DOCUMENT, NUMBER OF PAGES DATE OF DOCUMENT. SIGNER(S) OTHER THAN NAMED ABOVE. / | / II \ \ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 CALIFORNIA County of.SAN DIEGO nn 5/15/2007 DATE personally appeared before me, _ STEVEN S. DEBORAH D. DAVIS, NOTARY PUBLIC NAME, TITLE OF OFFICER -EG, 'JANE DOE, NOTARY PUBLIC- PROPHET , KENNETH DAYNE WAGONER 0 personally known to me - OR -1 NAME(S) OF SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seal DEBORAH D DAVIS COMM #1737411 NOTARY PUBLIC-CALIFORNIA w SAN DIEGO COUNTY ? My Comm Exp APRIL 21.2011 V SIGNATURE OF NOTARY OPTIONAL SECTION — OPTIONAL SECTION — CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document INDIVIDUAL |X] CORPORATE OFFICER(S) PRINCIPAL/COO, PRINCI TITLE(S) StC Q PARTNER(S) Q LIMITED Q GENERAL Q] ATTORNEY-IN-FACT fj TRUSTEE(S) Q GUARDIAN/CONSERVATOR [BOTHER AL/. SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) IS CERTIFICATE MUST BE ATTACHED TO DOCUMENT DESCRIBED AT RIGHT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form TITLE OR TYPE OF DOCUMENT. NUMBER OF PAGES DATE OF DOCUMENT. SIGNER(S) OTHER THAN NAMED ABOVE. I i SAFECO POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE. WASHINGTON 9B185 No 8062 KNOW ALL BY THESE PRESENTS That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint a*^*^******^***************^^*^^ MATTHEW C GAYNOR, DEBORAH D DAVIS Escondido cdtforaa************************************** its true and lawful attomey(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 7th day of February, 2005 CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA "Article V, Section 13 -FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed forthat purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-m-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument conferring such authonty bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced, provided, horover, that the seal shall not be necessary to the validity of any such instrument or undertaking " Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed bythe Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (n) A copy of the power-of-attomey appointment, executed pursuant thereto, and (in) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof" I. Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts ofthe By-Laws and of a Resolution ofthe Board of Directors ofthese corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, ana that ootn the By-Laws, the Resolution and the Power of Attorney are still in full force and effect ,v--0> • _ ^IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation c? v" ~.-~ this 15TH day of MAY = ~\ „2007 CHRISTINE MEAD, SECRETARY S-0974/SAEF 2/01 ©A registered trademark of SAFECO Corporation D 2/07/2005 PDF OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and EDGE Development, Inc. whose address is 27368 via Industria. Ste. 101, Temecula, CA 92590 hereinafter called "Contractor" and First Centennial Bank whose address is 27645 Jefferson Avenue. Suite 116, Temecula, CA 92592 hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of California, the Contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for FIRE STATION NO. 6 CONTRACT NO, 3901 ! in the amount of $4,118,437.00 dated o^>^ J^>7 (hereinafter referred to as the "Contract"). Alternatively, on written request of the 6o/h/tractor, the City shall make payments of I the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a \ substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. ! The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the Escrow j Agent in connection with the handling of retentions under these sections in an amount not less than I $100,000 per contract. The market value of the securities at the time of the substitution shall be a j least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the City and shall i designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow j Agent holds securities in the form and amount specified above. ! 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow | Agent shall hold them for the benefit of the Contractor until such time as the escrow created under | this contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. J*L Revised 11/01/06 Contract No. 3901 Page 40 of 204 Pages 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City:Title FINANCE DIRECTOR^ For Contractor: Name Signature _ Address 1 635 Faraday Avenue. Carlsbad. CA 92008 Tjt|e Senior V.P. Operations _ Name Steve Rogers Signature. For Escrow Agent: Address 27368 Via Industria, Temecula, CA 92590suite 101 Title Regional Vice President _ , _ Name Katherine Bailey _ Signature _ Address 27645 Jefferson Ave., Temecula, CA 92592i 116 • At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. oRevised 11/01/06 Contract No. 3901 Page 41 of 204 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: For Escrow Agent: Title MAYOR Name Signature ( //fa/* $•j l •/ *• •( iyr~^ Address 1200 Carlsbad Village Drive. Carlsbad. CA 92008 Title Senior V.P. Operations Name Steve Rogers Signature. Address27368 via Industria, Temecula, CA 9255 Suite 101 Regional Vice President Name Katherine Bailey Signature Address27645 Jefferson Ave., Temecula, CA Suite 11697592 Revised 11/01/06 Contract No. 3901 Page 42 of 204 Pages City of Carlsbad Public Works March 12,2007 1 4 2llUf ADDENDUM NO. 1 RE: FIRE STATION #6, PROJECT NO.: 3901 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. Please note change in due date for the above-mentioned bid. New date for bid opening is: March 29, 2007 Time remains the same: 2:00 p.m. This addendum-receipt acknowledged-must be included to your bid when your bid is submitted. KEVIN DAVIS Buyer I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 Bidder's Sigpfetuli*'EDGE Development, Inc. Mark Stinnett, Senior Vice President 1635 Faraday Avenue • Carlsbad, CA 92008-7314 • (76O) 602-273O • FAX (76O) 602-8562 CITY OF CARLSBAD FIRE STATION NO. 6 Contract No. 39011 Bid No. PWS07-13ENG Addendum No. 1 From: Terry Smith, Project Manager Phone: (760) 602-2765 Fax: (760) 602-8562 No of Pages: 1 Date: March 13, 2007 BID OPENING DATE: MARCH 29, 2007 2:00 pm (New) SPECIFICATIONS A. Notice Inviting Bids (Page 10 of 204) The BID OPENING DATE is hereby revised to March 29, 2007 Change the following: Bid Opening Replace the First Sentence with "Until 2:00 P.M on March 29, 2007, the City shall accept sealed bid ..." of Carlsbad Public Works - Contract Administration March 20, 2007 ADDENDUM NO. 2 RE: FIRE STATION #6 BID NO. PWS07-13ENG, CONTRACT NO. 3901 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project This addendum-receipt acknowledged-must be attached to your Request for Bid when your bid is submitted. KEVIN DAVIS Buyer Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Bidder's Signature EDGE Development, Inc. Mark Stinnett, Senior Vice President 1635 Faraday Avenue • Carlsbad, CA 92OO8-7314 - (76O) 602-4677 • FAX (76O) 6O2-8562 © CITY OF CARLSBAD FIRE STATION NO. 6 Contract No. 3901 Bid No. PWS07-13ENG ADDENDUM NO. 2 From Terry Smith, Project Manager Phone (760)602-2765 Fax (760) 602-8562 Date March 21,2007 REVISIONS TO BID DOCUMENTS: The following clarifications, revisions, replacements and additions, and/or deletions shall be made a part of the contraci documems for Contraci No 3901 7 2. SPECIFICATIONS 2 1 GENERAL PROVISIONS A Section 2-3 2 Delete Paragraphs 1 and 2 B Section 6-7 1 Delete the text of this section and replace with the following: "The Contractor shall complete the Work, including the demolition of the temporary fire station, within 245 working days after the starting date specified in the Notice to Proceed Additionally, the Contractor shall be responsible for achieving the following Project Milestone within 220 working days after the Notice to Proceed- The Contractor shall provide a complete and operable facility as specified and shown, including the acquisition of a Certificate of Occupancy from the Building Department, after which liquidated damages will be assessed at the rate specified in Section 6-9, Liquidated Damages After meeting the above milestone, the Contractor shall allow the City 10 working days to relocate to the new facility before demolition of the temporary facility will be allowed " C Section 7-3 Delete the text of this section and replace with the following "Insurance shall be required as specified in Item 10 of the public works contract The cost of this insurance shall be included in the contractor's bid " Addendum 2 Carlsbad Fire Station No. 6 Contract No. 3901 March 21,2007 Page 2 D. Section 7-5 Add the following subsection- "7-5 2 Olivenham Municipal Water District Permits and Fees Contractor shall obtain a connection permit from OMWD and pay all connection and meter fees The Contractor shall place a deposit with OMWD in the amount of $50,000 to cover fees and the installation cost of the 1-1/2" meter and 6" meter Any unused funds will be returned to the Contractor by OMWD " 2 2 SECTION 01110 - SUMMARY OF WORK A Subparagraph 1 3B1 For the purposes of clarification, the art component for the project has two parts The first is a metal, laser cut insert for the rolling security gate specified in Section 02826 The gate fabricator is to coordinate the size of the insert with the artist and will be responsible for installing the final product in conjunction with the artist's requirements The second part involves the installation of a statuary piece on top of the pilaster at each end of the gate opening The attachment method of the statuary is not yet known but will be the responsibility of the artist 'The masonry and electrical subcontractor will be required to coordinate with the installation of the statuary 2.3 SECTION 01458 - TESTING LABORATORY SERVICES A Subparagraph 1 9A4- Note that the Owner will be performing unit strength tests in lieu of the prism tests indicated m Item b2 2 4 SECTION 01573 -STORM WATER POLLUTION PREVENTION PLAN A Subparagraph 3 1 Add the following item "C The SWPPP shall include a weather triggered action plan." 2 5 SECTION 02300 - EARTHWORK A Subparagraph 3 22: Delete Item A In Item B, note that the Apparatus Room portion of the building will also require a crushed aggregate base as indicated on the civil drawings 2 6 SECTION 02510 - WATER DISTRIBUTION A Subparagraph 2.1E Replace the words "C900, Class 150" with "Schedule 80" 2 7 SECTION 02810 - IRRIGATION SYSTEM A Subparagraph 3.6' In the first sentence of this Subparagraph, change "90 calendar days" to "180 calendar days". In the same sentence, change "?" to "whichever" Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 3 2 8 SECTION 02826 - AUTOMATIC GATES A Subparagraph 2 4- Add the following item- "J Coordinate and install art component of gate as detailed on the drawings and as described in Section OHIO" 2 9 SECTION 02920 - LAWNS AND GRASSES A Delete this section from the specification in its entirety. 210 SECTION 02930 - LANDSCAPE PLANTING A Add the following subparagraph after Subparagraph J in Part 2: "K Hydroseedmg 1 Equipment- Hydraulic equipment with built-rn agitation system and operating capacity sufficient to agitate, suspend and homogeneously mix slurry containing not less than 44 pounds of organic mulching amendment plus fertilizer chemical additives and solids for each 100 gallons of water 2. Mix Components- Commercial fertilizer- uniform in composition, dry and free flowing, with all bags labeled with specific NPK rating Urea formaldehyde 38- 0-0 commercial fertilizer, for hydroseeding and weed eradication. Ammonium phosphate 16-20-0, for hydroseeding Commercial fertilizer 16-6-8, Best Co. or equal, for maintenance Cellulose fiber mulch- Specially prepared wood cellulose fibers containing no growth or germinating inhibiting factors Silva- Fiber by Weyerhaeuser Co , or approved equal 3 Seed: As specified, delivered to the job site, unmixed in separate sealed containers. Each container must bear the seed supplier's labels indicating the container weight, seed, type, seed purity and germination percentages All containers shall be labeled according to state and federal seed laws Seeds shall be mixed at the project site in the presence of the Owner's representative. Samples will be drawn at the time prior to seeding for testing to assure that the seed specifications have been met " v Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 4 B Add the following subparagraph after Subparagraph 3.6' "3.7 HYDROSEED INSTALLATION A Conditions: 1 Inspections of conditions- Examine related work including irrigation and grading of surfaces before proceeding with any work and inform Owner's representative in writing of conditions which may prevent the proper execution of this work Failure to report unsuitable conditions will require Contractor to rectify unacceptable work at no additional cost to the Owner B Slope Scarification- 1 Scarify slope surface 1 inch to relieve surface compaction and aid seed germination 2 Repair rivulets caused by erosion C. Weed Eradication: Perform the following procedures for all irrigated planting areas: 1 Spot spray all perennial weeds with a selective broadleaf systemic contact herbicide 2 Manually remove all remaining weeds and dispose off-site. 3 Install irrigation system 4 Fertilize planting areas with ammonium sulfate or equivalent liquid fertilizer to promote weed growth 5 Apply adequate irrigation to promote weed growth for a period of 2 to 3 weeks 6 When weed seeds have germinated and grown to a height of 2 inches, discontinue irrigation for a period of 3 days to prepare the areas for access 7 Spray all weeds with a non-selective contact herbicide and Urea formaldehyde 38-0-0 liquid fertilizer 8 Apply a non-selective systemic herbicide per manufacturer's directions. Apply no water for a minimum of 4 days following application of contact weed killer Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 5 9 Allow a sufficient period of time to insure that all weeds are dead, per herbicide manufacturer's directions Clear all desiccated material from the slope 10 Plant container stock (no liners or rooted cuttings) 7 days following high nitrogen fertilizer application and irrigation 11. Apply sufficient irrigation to moisten upper layers of soil prior to hydroseedmg operation 12 Allow planting area soil surface to dry out for one day only prior to the hydroseedmg application Do not allow the soil surface to be super saturated with water or excessively dry pnor to hydroseedmg Verify that residual moisture lies within the first 1 inch of the soil surface 13 Hydroseed all areas as specified Avoid excess hydroseedmg of container plants. D Hydroseedmg 1 Preparation of hydroseedmg mixture a Prepare the slurry at the site and mix its components to supply the rates of application as follows (1) All designated areas 2,000 Ibs per acre Cellulose Fiber Mulch 80 Ibs per acre Aztac Stabilizer 300 Ibs per acre Ammonium phosphate 300 Ibs. per acre Urea formaldehyde (2) Seed Mix See plans b Loading and Mixing: With agitation system operating at part speed, add water to the tank until good recirculation has been established Add materials in such a manner that they are uniformly blended into the mixture Slurry distribution should begin immediately. Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 6 2 Hydromulching application- a Emply only qualified personnel to ensure uniformity of the hydromulch application The hydromulching contractor shall be approved by the Owner's representative b Apply the hydromulch in the form of a slurry consisting of organic soil amendments, commercial fertilizer, and other specified chemicals " 2.11 SECTION 04051 - MORTAR AND GROUT A. Note that submission of historical test data will be required for both grout and mortar mixes 2.12 SECTION 04730 - SIMULATED STONE VENEER A Subparagraph 2 2C Add Item 2 as follows "2. Flagstone Wall Cap. Model 0012, color to match stone veneer " 2.13 SECTION 04820 - REINFORCED UNIT MASONRY ASSEMBLIES A Subparagraph 2 2 CT Delete the references to "transformer" in this item Note that the mtenor face of the emergency generator can be smooth; however, the interior face of the trash enclosure is to be split faced B Subparagraph 2 2D Revise Items 1 and 2 to read as follows' "1 Split Faced Units To be selected by Architect from manufacturer's complete range 2 Single Vertical Score Precision Units A Type A' To be selected by Architect from manufacturer's complete range B Type B To be selected by Architect from manufacturer's complete range " C Subparagraph 2 5: Add the following itenr "D Pre-Cast Pilaster Caps. Napa Valley Cast Stone, (707) 252-3933, Model PC-117, concrete series Color and finish to be selected from manufacturer's complete range " Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 7 2 14 SECTION 05120 - STRUCTURAL STEEL A Subparagraph 1 3B Add the following itenr "3 Shop drawings must be stamped and signed by a currently licensed California registered Structural Engineer " 2.15 SECTION 05500 - METAL FABRICATION A Subparagraph 3 4J- Change Item J to read as follows "J Fire Pole Schedule 40 seamless stainless steel pipe, plates and fasteners as detailed, complete with all necessary hardware, polished finish. One complete assembly required " B Subparagraph 3 4L- Change Item L to read as follows "L Tube Steel Fencing at Masonry Walls Welded tubular steel as detailed, complete with all necessary hardware, prime paint finish " 2 16 SECTION 05510 - METAL STAIRS A Add the attached Section 05510 to the specification in its entirety 2 17 SECTION 05520 - HANDRAILS AND RAILINGS A Note that this section is only for the handrails at the interior stairway All other handrails and guardrails are per Section 05720 2 18 SECTION 05720 - CABLE RAILING SYSTEM AND HARDWARE A Add the attached Section 05720 to the specification in its entirety 2 19 SECTION 06100 - ROUGH CARPENTRY A Subparagraph 2 1G~ Delete the reference to "plank and decking" All exposed eaves and rakes will be enclosed using Hardisoffit Fiber Cement Panels by James Hardie Building Products, (888) 542-7343 Panels to be factory primed and have cedar mill texture 12 inch width 220 SECTION 06174 - WOOD WEB JOISTS A Subparagraph 1 5 Add the following item "D Shop drawings must be stamped and signed by a currently licensed California registered Structural Engineer " Addendum 2 Carlsbad Fire Station No. 6 Contract No 3901 March 21,2007 Page 8 2 21 SECTION 06180 - GLUE LAMINATED STRUCTURAL UNITS A Subparagraph 2.3 • Note that the requirements of this subparagraph apply to all extenor wood trim elements that are exposed B Subparagraph 1 3 Delete Items B and C 2 22 SECTION 06200 - FINISH CARPENTRY A Subparagraph 2 4A- Change the words "swinging door jamb" to "wall cap" 2 23 SECTION 06412 - LAMINATE CLAD WOOD CASEWORK A Subparagraph 2 4 A6 Change the color indicated from "E2-12, Mid Beige" to "Color to be selected by Architect from manufacturer's complete range" B Subparagraph 2 8 Change the title of this subparagraph from "Granite Countertops" to "Granite Countertops and Table Tops" In Item A8, change "Canoca Gold" to "To be selected by Architect from the complete range of colors and patterns" C Subparagraph 2 11 • In Item D, delete the words "plastic laminate" Add the following items to this subparagraph' "H Provide plastic laminate face panel for below counter refrigerator specified in Section 11005 I Provide granite table top for metal base specified m Section 05500 " D Subparagraph 3.4. Change the casework finish in Rooms 117 and 201 from "plastic laminate" to "solid composite" Change the countertop in Room 201 from "plastic laminate" to "granite" Change the countertop finish in Rooms 107, 114, 116, and 205 from "granite" to "solid polymer" Note that an additional granite countertop is required at the BBQ at Room 208 2 24 SECTION 07132 - ELASTOMERIC SHEET WATERPROOFING A. Delete this section from the specification in its entirety 2 25 SECTION 07552 - SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING A Add the attached Section 07552 in its entirety Note that this new section is an acceptable alternate to the system specified in Section 07550 Note also that the warranty for this new section must match that already specified in Section 07550, Subparagraph 1.10 Addendum 2 Carlsbad Fire Station No -6 Contract No 3901 March 21,2007 Page 9 2 26 SECTION 07620 - SHEET METAL FLASHING AND TRIM A As a reminder, note that all exposed to view flashing is specified to be pre-coated in a custom color 2 27 SECTION 08710 - DOOR HARDWARE A Subparagraph 2 5A- Change the finish indicated from "BHMA 630 Satin Stainless Steel" to "BHMA 625 Polished Chromium" B Subparagraphs 3 5 and 3 6 Remove these subparagraphs and replace with new subparagraphs attached to this addendum 2 28 SECTION 08800 - GLAZING A Subparagraph 2 5D: Note that the air space should be reduced to 3/8" thick at the insulated glass units required at Doors 29 and 35 Add the following item after Item I. "J Provide 1/2 inch wide aluminum mulhons and muntms within insulated glass units as detailed on the drawings Color to match window frames 2 29 SECTION 09311 - CERAMIC TILE FLOOR FINISH A Add the attached Section 09311 to the specification in its entirety 2 30 SECTION 09312 - CERAMIC TILE WALL FINISH A Add the attached Section 09312 to the specification m its entirety 2 31 SECTION 09441 - THIN-SET EPOXY TERRAZZO A Subparagraph 1 1 • Delete the words "wall and ceiling" from Item A 2 32 SECTION 09900 - PAINTING A Subparagraph 312 Add the following "E Wood/Fiber Cement Panel-Painted (Flat Acrylic) 1 st coat W708 EZ Prime 2nd coat W701 Evershield 3rd coat: W701 Evershield F. Wood/Fiber Cement Panel Painted (Low Sheen Acrylic)" Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 10 2 33 SECTION 10350 - FLAGPOLES A Subparagraph 2 1 Add Pole-Tech Company, Inc , (800) 633-6733, to the list of acceptable manufacturers 2 34 SECTION 10400 - IDENTIFYING DEVICES A Subparagraph Al • Note that a unisex restroom sign as described in this subparagraph is only required at Door 16 B Subparagraph 2 2B Add the following' "4 Custom Porcelain Signs Provide "Do Not Enter" signs as indicated on the drawings." C Subparagraph 2 2C: Provide "CARLSBAD FIRE STATION NO 6" in 6 inch high letters at the monument sign and "7201" in 6 inch high letters at the building. D Subparagraph 2 2D Change the words "cast aluminum" to "bronze" Note that the specific layout of the plaque, number of names, and text sizes shall be verified with the Architect E Change the following to subparagraph 2 2: "E Cast Metal Monument Sign Plaque 1 Equipment to the cast aluminum plaque by Matthews. Plaque to be of the Fire Department logo and be in full color Size: Approximately 18 inch diameter; however, the logo is irregular m shape Owner to provide artwork " 235 SECTION 10503 - METAL WARDROBE LOCKERS A Subparagraph 2 3 Add the following "E Provide shelf at 24 inches above finish floor F Provide sloped tops " 2 36 SECTION 10810 - TOILET ACCESSORIES A For a schedule of toilet accessories, see attached Addendum Drawing ADD-A1. 2.37 SECTION 11005 - MISCELLANEOUS EQUIPMENT A Subparagraph 2.IB Add the following sentence: "Provide an additional hood and backsplash at the barbeque in Room 208 " Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 11 B. Subparagraph 2.IE: both model numbers listed for the microwave oven are incorrect The correct model number is "ZE2160SF". Add the following sentence to this subparagraph- "Provide additional microwave oven, Model ZEM200SF in Room 104 " C Delete Subparagraph 2.IK D Subparagraph 2 1 Add the following items' "N Ice Maker Scotsman, (909) 620-5809, Model CSE60 One required in Room 117, verify exact location with Architect O Landing Mat: W S. Darley and Company, (800) 323-0244, Model AL233. One required in Room 102 P Ceiling Fans: Casablanca Fan Company, (888) 227-2178 Stealth Model 3245 with platinum finish blades and Inteli-Touch wall controls Provide 2 assemblies in Room 207 and one each in Rooms 106, 108, 109, and 110 Verify exact locations with Architect Q Under Counter Refrigerator- Sub-Zero Freezer Co , Inc , (800) 222-7820 Model 249 RP with front door panel ready to receive plastic laminate panel specified in Section 06412 One required in Room 104 R Louver Blinds Graber Blinds, (800) 327-9798 Graber G-71 Super-Vue vertical blinds with one touch wand, control, and 2" PVC blinds Blind color to be selected from manufacturer's complete range Aluminum headrail will be in custom color as selected by Architect Be aware that manufacturer's cost for custom color may be higher due to small quantity required Provide inside mounting at Window Types B, E, Q, and N Provide outside mounting at Doors 29 and 35 Provide valance at outside mounting locations Valance configuration to be selected from manufacturer's standard configurations S Concrete Tables- Quick-Crete Products Corp , (951) 737-6240 Model QR-42FC with umbrella hole Color and finish to be selected from manufacturer's complete range Two required, verify locations with Architect T Concrete Bench Quick-Crete Products Corp., (951) 737-6240 Model Q2HD60B Color and finish to be selected from manufacturer's complete range One required, verify location with Architect U. Concrete Trash Receptacles. Quick-Crete Products Corp , (951) 737-6240 Model QR- CAL2533W with green S-25 hd Color and finish of receptacle to be selected from manufacturer's complete range. Two required, verify locations with Architect Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 12 V Interpretive Signage Fossil Industries, (800) 244-9809, 18" x 24" digital high pressure laminate sign, 1" thick Provide base pedestal Model SPG711 Assembly to come complete with all hardware and manufacturer's 20 year warranty Provide concrete footing in accordance with the manufacturer's requirements Owner to provide artwork in digital format One required, verify location with Architect. W Recessed Key Box Knox Company, (800) 552-5669 Model 3220. One required, verify location with Architect X Markerboards Egan Visual, (800) 826-1778. Provide 72 x 48 inch size with concealed mounting bracket. Frame color as selected by Architect Two required, verify locations with Architect Y Tackboards Egan Visual, (800) 826-1778 Provide 48 x 48 inch size with concealed mounting bracket. Frame color and fabric as selected by Architect. Four required, verify locations with Architect." 2 38 SECTION 11140 - VEHICLE EXHAUST REMOVAL SYSTEM A Subparagraph 2 1A- Change the telephone number indicated from "(800) 998-1974" to "(619) 884-3399" B Subparagraph 2 2A- Change the number of drops for each rail from "two" to "one". 239 SECTION 15041 - DISINFECTION OF PIPING A Delete this section in its entirety and replace with the attached Section 15041 2 40 SECTION 15044 - HYDROSTATIC TESTING OF PRESSURE PIPELINES A Delete this section in its entirety and replace with the attached Section 15044. 241 SECTION 16000 - ELECTRICAL A. Subparagraph 1 2B- Delete Item 19 and replace with the following "19 All permits and fees including the construction permit and the permit to operate required for the emergency generator by the APCD " B Subparagraph 2.30 Delete Item D in this Subparagraph. The finish and type of the exterior light standards is indicated on the drawings C Subparagraph 2.34- In Items Al 1 and C1, change the reference from "SCAQMD" to "APCD" Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 13 D. Subparagraph 2 37K' Delete Item 7 and replace with the following "7. Clocks' Wireless GPS corrected clock system Transmitter receiver- Primex Wireless 14000 to be located in the mam electrical room Provide antenna cabling and conduit to built-up roof area. Clock. 120 volt, 12 5 inch with black numbers Pnmex Wireless: No 14306GPS" E Subparagraph 2 37O Add Generac to the list of acceptable manufacturers for the emergency standby system. F Subparagraph 3 4 In Items C and D, delete the requirement for the submission of letters with the Bid Proposal 2 42 SECTION 16750 - VOICE AND DATA COMMUNICATION CABLING A. Within the text of this section, replace all references to "Category 5" or "Category 5E" with "Category 6". Replace all references to "TIA/EIA-568-A" with "TLA/EIA-568-B". B Subparagraph 2 1A Delete the manufacturers listed m Items 1 and 2 and replace with "Krone". Krone is the only acceptable manufacturer for the equipment listed C. Subparagraph 2 4C Change "No 24" to "No 23" DRAWINGS Title Sheet 243 SHEET T-l A Change the word "Plumbing" in the name of Sheet P4 1 to "Enlarged" B Add a hyphen following the "E" on Sheets EO 1 through EO 5 C Change the word "Panel" in the name of Sheet EO 2 to "Panel Schedules". D. Add the word "Electrical" before the word "Site" in the name of Sheets E-l 1 and E-l 2 Civil 2 44 SHEET C3 A Grading and Drainage Plan Construction Notes' Note that the detail referenced in Note 17 is shown on 18/A-8 1 Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 14 B. Add the following general notes to this sheet- "1 The access road alignment and the entire fire station site including the parking lot and driveways are known to have areas of potentially compressible and/or undocumented fill materials that shall be removed and recompacted or replaced as specified in Section 02300, Earthwork The project geotechnical report is identified m Section 02231, Geotechnical Data, and is available for review or purchase from the City 2 The Contractor may encounter areas of rock when performing site grading and utility excavations for the project, including the access road, which may require the use of large earth moving equipment in order to rip the material At the contractor's option, the Contractor may use blasting in accordance with the requirements specified in the Supplemental Provisions, Section 300-2 11, Blasting Operations " 2 45 SHEET C4 A The force mam piping is 2 inch. On the left side of this drawing, there are two locations which incorrectly show this piping as 4 inch. B Utility Plan Construction Notes 1 Notes 44, 45, 51, and 53 Change the words "C900 DR18" to "Schedule 80" 2 Note 56' Note that the OMWD standard drawing for the air-vacuum valve assembly is No A-3 3 3 Note 60- Change the words "SDR 21" to "Schedule 80" 4 Note 61 • Change the piping material indicated from "C900" to "SDR-35" C. Install 35 feet of a trench drain system 5' south of the south side of the concrete gutter in the response drive approximately 10 feet north of the north property line The galvanized trench grate shall be bolted down to the frame and shall be supplied by Pacific Inc , Model TH-12-EZ or equivalent at (800) 321-4314 The inside clear dimensions of the trench dram shall be 12 inches wide by 18 inches deep The concrete walls and floor shall be 6 inches wide and reinforced with #4 transverse U-bar at 18 inches on center and #4 longitudinal rebar at 6 inches on center m the walls and floor All concrete shall be poured in place at 4,000 psi 10 feet of 4 inch diameter C900 DR18 PVC sewer pipe shall be installed south between the west end outlet of the trench drain and the sewer pipe upstream of the shifted sand oil interceptor m the landscaped planter area west of the response driveway Install a 4 inch diameter manual sewer quarter turn shut-off valve on the sewer outlet pipe inside the trench dram Sewer valve to remain closed at all times except for discharging water runoff from washing down the fire vehicles Install a 4 inch diameter manual storm drain quarter turn shut-off valve at the west end bottom flow line of the trench dram at the upstream end of a storm drain outlet pipe Storm dram valve to remain open at all times to Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 15 dram the response drive storm water runoff and shall be closed only when cleaning the fire equipment Install 8 feet of 4 inch diameter C900 or DR18 PVC storm dram pipe west with an outlet into a 3 foot diameter, 6 foot deep, 1-1/2 inch minimum size rock-filled percolation pit in the planter area at grade D Delete Construction Note 62. Connect to existing 6 inch diameter SDR-35 PVC sewer pipe stub 8 feet north of north end of Old Rancho Santa Fe Road right-of-way and 10 feet northwest of the old road centerlme, installed by others at Elevation 523 10 Verify this downstream sewer pipe point of connection location, size, and elevation prior to installing any new upstream site sewer pipe Change slope of 6 inch sewer pipe in the Old Rancho Santa Fe Road from 1 00 percent to 1 20 percent 2 46 SHEET C5 A. Onsite demolition construction notes: Delete the last sentence of Note 2 and replace with the following: "Asbestos Abatement shall be performed by the contractor in accordance with specification Section 02221" 247 SHEET CIO A. Add the "General Potable Water System Notes" attached to this addendum 2 48 SHEET C20 A Equipment Schedule- Change the lummaires listed from "180 W LPS" to "250 W HPS" Architectural 2 49 SHEET A-l 1 A Detail 2. At the descriptions for both types of new concrete masonry walls, delete the words "6" tall". Note that the height of masonry walls will vary and that the top of all masonry walls is indicated on the civil drawings At Note 2, delete the words "transformer enclosure" Add the following after Note 4- "5 For entry paving pattern, see 20/A-6 2 6 For monument sign, see 15/A-1.3 7 The concrete joint pattern shown in the access roadway which connects to Rancho Santa Fe Road, shall continue in the pattern shown all the way to Rancho Santa Fe Road " B Detail 4- At Reference Note 0243, delete the word "NIC" at the end of the note Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 16 C Detail 8: Note that there are several concrete swales shown incorrectly on this plan Concrete swale locations shall be as shown on the civil drawings Note that the FDC adjacent to the post indicator valve at the northwest corner of the building is incorrectly shown as a fire hydrant Note that the detail for the concrete mow strip at the north side of the building adjacent to the landscape area is 15/A-8 3 Change the number of parking spaces indicated in the southeast corner of the site from "9" to "5". 2 50 SHEET A-l 2 A Change the title of this sheet from "Site Detail" to "Site Details" B Detail 2. Note that there is a pipe bollard at the gate operator. The detail reference is 1/A-l 3 The detail for access symbol at the accessible parking space is 12/A-1.2 C Detail 4 Note that the detail for the masonry enclosure wall at the generator enclosure is 24/A-l 3 Delete the concrete curbs shown at the interior of the enclosure D Detail 23' Change the 9 inch dimension shown to "verify". E Detail 24 Note that the structural detail for this wall is 18/S-l 3 251 SHEET A-l 3 A Detail 3- Remove and replace this detail with new detail per attached Addendum Drawing ADD-A2 B Detail 4 Remove and replace this detail with new detail per attached Addendum Drawing ADD-A3 C Detail 5 For an enlarged detail of the art component and additional information on the rolling gate, see 19/A-8 1. D Detail 15- Remove and replace this detail with the new detail per attached Addendum Drawing ADD-A4 E Detail 16 Change the words "Knox key switch" to "SDG&E key". F Detail 18' Remove and replace this detail with new detail per attached Addendum Drawing ADD-A5 G. Detail 20- Remove and replace this detail with new detail per attached Addendum Drawing ADD-A6 H Detail 24 Note that the structural detail for this wall is 18/S-l 3 Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 17 2 52 SHEET A-2 1 A Detail 8' Add detail reference per attached Addendum Drawing ADD-A7 B Delete Window Type H at Room 105 2 53 SHEET A-2 2 A Note that the barbecue in the northeast corner of Room 208 is shown in Details 2 and 3 on Sheet A-4 1 2 54 SHEET A-2.3 A Detail 2: Change the detail reference for the access hatch from "17/A-8 3" to "6/A-8 4 and 7/A-8 4" B Detail 8' On the north side of the building, change Detail Reference "20/A-8 3" to 16/A-8 1" At Rooms 117 and 120, add an exposed masonry lintel at the transition to Room 122 At Room 114, add ceramic tile at the transition to the shower area 2 55 SHEET A-2 4 A Detail 2" Change the detail reference for the access hatch from "17/A-8 3" to "6/A-8 4 and 7/A-8 4" Change the material legend per attached Addendum Drawing ADD-AS 2.56 SHEET A-2 5 1 Detail 8' Add detail reference per attached Addendum Drawing ADD-A9 2 57 SHEET A-3 1 A See attached Addendum Drawings ADD-A10, ADD-A11, ADD-A12, and ADD-A13 for clarification on the areas of different plaster color and the addition of detail references 2.58 SHEET A-4 2 A Detail 2' Change the dimension shown for the depth of the footing from "1-1/2"" to "l'-6"" Recess the base plate as required to recess the landing mat Verify the height and diameter of the landing mat Note that the ceiling and base plate detail for the pole are shown on 3/A-4 2 2 59 SHEET A-4.3 A Add Details 20 and 24 per attached Addendum Drawings ADD-A 14 and ADD-A 15. Addendum 2 Carlsbad Fire Station No. 6 Contract No 3901 March 21, 2007 Page 18 2 60 SHEET A-5 1 A Change the title of this sheet from "Interior Elevations" to "Door, Window, and Finish Schedule". B Window Types' Note that the mulhons and muntms indicated on the aluminum windows are specified within the glazing system per Section 08800 C Window Schedule and Notes Note that all aluminum windows indicated are horizontal sliding windows in accordance with Specification Section 08520 D Finish Schedule. Remove and replace the finish schedule with new finish schedule per attached Addendum Drawing ADD-A16 E Door Schedule and Notes In the door finish column, change all "WV" references to "PL" Change Door 24 from Type "C" to Type "A" Change Doors 27 and 28 from Type "D" to Type "C" Change Door 31 from Type "G" to Type "C" The glazing for Doors 27, 28, and 31 will be Type "C" Note that Doors 36 and 37 are actually side gates and will be 3'-0" wide The site gate detail is shown on 20/A-l 3 Add Door 38 to the schedule Door 38 will be the same type and have the same details as Door 9 Revise the hardware column of the schedule per attached Addendum Drawing ADD-A17 F Door Types Delete Door Type G Delete the louver slot at Door Type B in Note 2 G Material Legend and Notes- Delete Notes 6 and 8 Change the detail reference m Note 7 from "24/A-6 2" to "20/A-6 2" At the floor material legend, add "ET Epoxy Terrazzo" H Doors 29 and 35- Doors 29 and 35 are to be Model 350 sliding glass doors by Florida's Best, (800) 511-1746 Sliding doors to come complete with screens and all required hardware Provide 7/8 inch insulated glazing of same glass types as specified for the 1 inch glazing specified in Section 08800. Finish PPG Polycron III finish in custom color as selected by Architect 2 61 SHEET A-5 2 A Delete Details 10 and 11 2 62 SHEET A-6 1 A. Detail 1 In Note 1, replace the hyphen following "Room No " in the first sentence with "103, 107, 114, 115, 116, and 119". In Note 2, delete the reference to "118" and "119" and replace with "107" In Note 3, delete Rooms "115, 116, 118, and 119" and replace with "107, 114, and 116" In Note 6, change the detail reference "2/A8 2" to "21/A-8.2 and 5/A-8 3" Delete Note 7 B Detail 8 Note that the opening at each shower is 2'-3" clear C Detail 14- Add detail reference per attached Addendum Drawing ADD-A18 Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 19 D Detail 16: Add detail reference per attached Addendum Drawing ADD-A19 Note that Reference Note 1052 shall read as follows "1052 granite table, see 2/A-6 2 " 2 63 SHEET A-6 2 A. Detail 20- Change the notes indicating "carpet type" to "carpet color" The carpeting will all be the same type, however, two different colors will be selected B Add Details 2 and 3 per attached Addendum Drawings ADD-A20 and ADD-A21 C Detail 8' Add detail reference per attached Addendum Drawing ADD-A22 264 SHEET A-7.1 A Detail 8 Change the title of this detail from "Room 106 - Dorm, Typ " to "Room 108, Room 109, and 110 similar" B Detail 12- Change the wainscot tile shown to full wall tile for the entire room C Detail 15 Change the wainscot tile shown to full wall tile for the entire room Note that the ceramic tile base should be installed at the built-in casework D Add the elevations for Room 105 per the attached Addendum Drawing ADD-A23 2 65 SHEET A-7.2 A Detail 1 Note that the casework shown is 30 inches deep B Detail 6 Continue the wainscot tile shown to the perimeter of the entire room. C Detail 8' Note that the dark areas of concrete masonry are Color Type A The light area is color Type B This is typical The locker sizes shown are incorrect The correct sizes are shown on Sheet A-2 1 and m Section 10503 D Details 9 and 14- Change the wainscot tile shown to full wall tile for the entire room 2 66 SHEET A-7 3 A Detail 7 The panels shown at the north elevation are full wall mirrors in accordance with Section 08800 Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 20 B. Detail 10- At the south elevation, add seven upper cabinets across the length of the wall Cabinets to be No 302, 14 inches deep and 36 inches high Change the cabinets on the north wall from No. "400" to No "418" 2 67 SHEET A-8 1 A. Add Details 16, 19, and 23 per attached Addendum Drawings ADD-A24, ADD-A25, and ADD-A26 ' B Detail 18: Note that a top rail per San Diego Regional Standard Drawing M-6 and M-20 will be required 2.68 SHEET A-8 2 A Detail 9 Remove and replace Detail 9 per attached Addendum Drawing ADD-A27 B Add Details 15 and 16 per attached Addendum Drawings ADD-A28 and ADD-A29 C Detail 22- Note that the dedication plaque has been changed from "Cast Aluminum" to "Bronze". 2 69 SHEET A-8 3 A Detail 13' Note that the sill shown is the wainscot sill specified in Section 04730 B Details 14 and 16' Change the sill reference in both these details to 13/A-8 3 C Detail 23. Delete the reference to "elastomenc membrane waterproofing". 2 70 SHEET A-8 4 A Add Details 20, 23, 24, and 25 per attached Addendum Drawings ADD-A30, ADD-A31, ADD-A32, and ADD-A33 B Detail 9' Note that additional 2x6 wood trim members will be required to form the curved element above each apparatus room door Provide additional wood framing as required, verify radius with Architect C Details 9, 10, 11, 13, and 14 Provide 2x4 subfascia to provide full perimeter support for the fiber cement panel D Detail 14 Change the fascia material from "2 x 12" and "2 x 14" to "3 x 12" and "3 x 14" Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 21 Structural 2 71 SHEET S-l 3 A Add Details 15 and 19 per attached Addendum Drawings ADDS-1 and ADDS-2 B Delete Detail 2 2.72 SHEET S-l 4 A Add Detail 20 per attached Addendum Drawing ADDS-3 2 73 SHEET S-2 1 A. Add detail references per attached Addendum Drawing ADDS-4 In the description of the concrete slab in the Apparatus Room, change the thickness of the visqueen from "6" to "10" Note than an aggregate base is also required at the Apparatus Room in accordance with Sheet C3 B At the Apparatus Room, provide Construction Joint "CJ2" per 5/S-l 2 at the mid point of the slab in both directions 2.74 SHEET S-2 2 A Add detail references per attached Addendum Drawing ADDS-5. 2 75 SHEET S-7 1 A Revise Detail 7 per attached Addendum Drawing ADDS-6. B Add Details 23 and 24 per attached Addendum Drawings ADDS-7 and ADDS-8 Plumbing 2 76 SHEET PO 1 A Revise water heater and add reverse osmosis system to fixture schedule per attached Addendum Drawings AD-PI and AD-P2 277 SHEET PI 1 A Revise storm dram piping per attached Addendum Drawings AD-P3 and AD-P4. 2.78 SHEET P2.1 A Revise this sheet per attached Addendum Drawings AD-P5, AD-P6, and AD-P7 Addendum 2 Carlsbad Fire Station No. 6 Contract No 3901 March 21,2007 Page 22 2.79 SHEET P2 2 A Revise this sheet per attached Addendum Drawing AD-P8 2 80 SHEET P4 1 A Revise this sheet per attached Addendum Drawing AD-P9 Electrical 281 SHEET E-01 A Electrical Design Criteria- Delete Note 1A and replace with the following "A All work shall be m accordance with the 2004 California Electrical Code and all applicable local, state and federal codes, laws, and regulations (NEC 2002, UBC 2001)" B Electrical Drawing List- Revise all sheet numbers indicated to include a hyphen following the E 2 82 SHEET E-0 2 A Single Line Diagram- Change the feeder MSB-3 to "l"-4#8+l#10G" Change the breaker at the generator to "225AT/225AS". B Panel Schedule 1A At Circuit Breaker 24, add a comma between the 3 and the 6 listed in the service column C Revise Panel Schedule IB per the attached Addendum Drawing SKE-1 2 83 SHEET E-0 3 A Lighting Fixture Schedule- Revise Fixture Type Bl to have (3) F32T8, 3500K lamps and to specify that the center lamp shall have red sleeve. Revise Fixture types SA, SI, and add Fixture Types SA2 and SA3 per the attached Addendum Drawing SKE-2 2 84 SHEET E-l 1 A Revised sheet note callout pointing to the gate keypad to No 2 B Add Circuit 1B-22 to pole lights behind the gate to serve the receptacles mounted in the base per the attached Addendum Drawings SKE-3, SKE-4, and SKE-5 C Add j-box and homerun 1B-26 in the generator enclosure for the irrigation controller per the attached Addendum Drawing SKE-6 Addendum 2 Carlsbad Fire Station No 6 Contract No 3901 March 21,2007 Page 23 D Add electrical conduit and wiring to this drawing for lift station in accordance with Note 64 on Sheet C4 2 85 SHEET E-2 1 A Add fire sprinkler monitoring panel to Room 102 and tie to Circuit 1A-23 per the attached Addendum Drawing SKE-7 B. Revise detail callout for the Electrical Room to 5/E-2 1 C Add clock receptacles in dormitory rooms per the attached Addendum Drawing SKE-8 D. Detail 5 Swamped locations of Panels 1A and IB. E Detail 5- Add receptacle on west wall of telecom south of the rack and connected to Circuit 1A-28 Receptacle labeled with Sheet Note Callout 2 F. General Notes Add General Note D per the attached Addendum Drawing SKE-7 G Sheet Notes- Revise Sheet 2 to read "Receptacle for GPS Atomic clock head-end equipment" H Sheet Notes- Revise Sheet 4 to specify fire sprinkler monitoring panel per the attached Addendum Drawing SKE-7 I Sheet Notes Revise Sheet 8 to read "Fire alert system (provided by other section)" per the attached Addendum Drawing SKE-7. J Provide conduit and wiring as required for vehicle exhaust control panel specified in Section 1146 Verify specific requirements with manufacturer K Provide conduit and wiring for ceiling fans and control systems added per this addendum in Section 11005 Verify exact locations with Architect 2.86 SHEET E-2 2 A. Room 206- Add clock receptacle above receptacle on the west wall and connect to Circuit 1B-1 B. Room 207: Add clock receptacle above receptacle on the south wall and connect to Circuit 1B-1 C Detail 5- Add clock receptacle on south wall west of the TV and connect to Circuit 1B-25 D Detail 5' Delete Sheet Note Callout 8 tied to Sheet Note Callout 5 E Detail 5. Delete Sheet Note Callout 8 tied to Sheet Note Callout 6 Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 24 F Sheet Notes' Revise Sheet Notes 8, 9, and 10 to read, "Not Used" 2 87 SHEET E-2.3 A Revise feeder to AC 1 -2 to MSB-2 per the attached Addendum Drawing SKE-9 B Revise feeder to AC2-2 to MSB-3 per the attached Addendum Drawing SKE-9 C Revise duct smoke detectors to not be circuited to 1B-39 and add Sheet Note Callout 7 to point to them per the attached Addendum Drawing SKE-9 D Add j-box and flex connection to AC units for control wiring and add Sheet Note Callout 4 pointing to them per the attached Addendum Drawing SKE-9 E Add antenna location in the southwest corner of identify it as being for the clock system per the attached Addendum Drawing SKE-9 F Add identification to the antenna location in the northwest corner clarifying it is for the radio system per the attached Addendum Drawing SKE-9 G Sheet Notes. Add Sheet Note 4 specifying flex connection to mechanical equipment for control wiring per the attached Addendum Drawing SKE-9 H Sheet Notes- Add Sheet Note 7 specifying duct detectors to tie to the Fire Sprinkler Monitor per the attached Addendum Drawing SKE-9 I Provide electrical conduit and wiring for roof mounted exhaust fan for vehicle exhaust removal system specified in Section 11146 Verify specific requirements with manufacturer. 2 88 SHEET E-3 1 A Add manual pull station and a horn and strobe adjacent to the front door in Room 102 per the attached Addendum Drawing SKE-10 B Add a wall mounted smoke detector adjacent to the Fire Sprinkler Monitor Panel per the attached Addendum Drawing SKE-10 C. Add (2) telephone lines to be connected to the Fire Sprinkler Monitor Panel per the attached Addendum Drawing SKE-10 D Add j-box on west wall south of the rack with a conduit stub up J-box labeled with Sheet Note Callout 8 and the conduit stub up is labeled with Sheet Note Callout 11. Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 25 E Sheet Notes- Revise Sheet Note 8 to read, "Atomic clock head-end equipment location Coordinate exact location with Fire Department prior to installation". F. Legends Change the conduit size for all speaker conduit to 1 inch 2 89 SHEET E-3 2 A Revise sheet note callout pointing to the timer switch in the comdor to 5 B Sheet Notes Revise Sheet Note 3 to refer to Detail 8/E-5 3 2 90 SHEET E-4 1 A Sheet Notes- Revise Sheet Note 3 to refer to detail 3/E-5 3 B Sheet Notes- Revise Sheet Note 4 to refer to Detail 8/E-5 3 2 91 SHEET E-4 2 A Sheet Notes: Revise Sheet Note 3 to refer to Detail 3/E-5 3. B Sheet Notes: Revise Sheet Note 4 to refer to Detail 3/E-5 3 292 SHEET E-5.1 A Detail 2 Remove reference calling for the ground bus to be connected to Distribution Board "DP-1" 2 93 SHEET E-5 3 A Detail 6. Revised circuit numbers for the doors to 1A-16, 18, 20, and 22. Landscape 294 SHEET L-1.1 A Note that the maintenance responsibility will indeed be provided by the Carlsbad Fire Department; however, this will begin after the 180-day maintenance period specified APPENDIX A 2 95 Add San Diego Regional Standard Drawing G-2 and OMWD Standard Drawing A-3 3 to the Appendix Both drawings are attached to this addendum. Addendum 2 Carlsbad Fire Station No 6 Contract No. 3901 March 21,2007 Page 26 MISCELLANEOUS 2.96 The Pre-Bid Meeting Sign-In Sheet is attached to this addendum END OF ADDENDUM 2 KNfw P40414200x2-a Attachments'Section 05510 - Metal Stairs Section 05720 - Cable Railing System and Hardware Section 07552 - SBS-Modified Bituminous Membrane Roofing Section 08710 - Door Hardware (Subparagraphs 3 5 and 3 6) Section 09311 - Ceramic Tile Floor Finish Section 09312 - Ceramic Tile Wall Finish Section 15041 - Disinfection of Piping Section 15044 - Hydrostatic Testing of Pressure Pipelines General Potable Water System Notes Addendum Drawings ADD-A1 through ADD-A3 3 Addendum Drawings ADDS-1 through ADDS-8 Addendum Drawings AD-PI through AD-P9 Addendum Drawings SKE-1 through SKE-10 San Diego Regional Standard Drawing G-2 OMWD Standard Drawing A3 3 Pre-Bid Sign-In Sheet SECTION 05510 METAL STAIRS 1 PART 1 GENERAL 1 1 SECTION INCLUDES A. Exterior steel stair frame of structural sections, with closed risers B. Pan to receive concrete fill, stair treads and landings. 1 2 REFERENCES A ADAAG - Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities. B. ASTM A36 - Structural Steel C. ASTM A123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products D ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement E. ASTM A283 - Carbon Steel Plates, Shapes, and Bars F ASTM A325 - High Strength Bolts for Structural Steel Joints. G. ASTM A500 - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. H ASTM A653 - General Requirements for Steel Sheet, Metallic-Coated by Hot Dip Process I. ASTM C150 - Portland Cement. J AWS A2.4 - Standard Welding Symbols. K. AWS D1.1 - Structural Welding Code. L CBC - California Building Code, (CCR) California Code of Regulations, Title 24, Part 2. M NAAMM - Metal Stairs Manual. N. SSPC - The Society for Protective Coatmgs 1,3 DESIGN REQUIREMENTS A Fabricate stair assembly to support live load of 100 Ibs/sq ft with deflection of stnnger or landing framing not to exceed 1/360 of span. B Fabncate stair assembly to NAAMM - Metal Stairs Manual, Commercial Class. C. Conform to CBC - California Building Code, (CCR), California Code of Regulations, Title 24, Part 2, and ADAAG for accessibility requirements for individuals with disabilities 1 4 SUBMITTALS A. Submit under provisions of Section 01330 B. Shop Drawings Indicate profiles, sizes, connection attachments, rein forcing, anchorage, size and type of fasteners, and accessories. C. Indicate welded connections using standard AWS A2 4 welding symbols. Indicate net weld lengths WLC/0414200 METAL STAIRS 05510 ADDENDUM 2 (1) 1.5 QUALIFICATIONS A. Welders' Certificates4 Submit under provisions of Section 01330, certifying welders employed on the Work, verifying AWS qualification within the previous 12 months 1.6 FIELD MEASUREMENTS A. Verify that field measurements are as indicated on Drawings. 2 PART 2 PRODUCTS 2.1 MATERIALS A Steel Sections: ASTM A36 B Steel Tubing: ASTM A500, Grade B C. Plates: ASTM A283 D Sheet Steel' ASTM A653, SS, Grade 33, with 1.25 oz/sq ft galvanized coating E Stair Treads. Concrete in metal pan. F. Concrete for Treads and Landings: Portland cement, ASTM C150, Type !, 2,500 psi 28 day strength, 2 to 3 inch slump. G. Tread and Landing Concrete Reinforcement: Mesh, ASTM A185, size as detailed, unfinished. H. Bolts, Nuts, and Washers: ASTM A325. I Exposed Mechanical Fastenings. Flush countersunk screws or bolts, consistent with design of stair structure. J. Welding Matenals- AWS D1 1, type required for materials being welded. K. Shop and Touch-Up Primer: SSPC 15, Type 1, red oxide. L Touch-up Primer for Galvanized Surfaces: SSPC 20. 2 2 FABRICATION - GENERAL A. Fit and shop assemble in largest practical sections, for delivery to site. B. Fabricate components with joints tightly fitted and secured. C. Continuously seal jointed pieces by continuous welds. D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline Ease exposed edges to small uniform radius E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise F. Supply components required for anchorage of fabrications Fabncate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise G Accurately form components required for anchorage of stairs and landings to each other and to building structure. WLC/0414200 METAL STAIRS 05510 ADDENDUM 2 (2) REV 01/05 2.3 FABRICATION - PAN STAIRS AND LANDINGS A. Fabricate stairs and landings with closed risers and treads of metal pan construction, ready to receive concrete B Form treads and risers with gage sheet steel stock required to support design loadings C. Secure reinforced tread pans to stringers with clip angles welded in place. D. Form stringers with rolled steel channels or rectangular hollow sections E. Form landings with minimum sheet stock Reinforce underside with angles or metal Ts to attain design load requirements 2 4 FINISHES A Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Galvanize assembly after fabrication to minimum 1 25 oz/sq ft zinc coating in accordance with ASTM A123. C Metal Finish: Site paint under provisions of Section 09900 D Concrete Finish: Medium broom finish E Paint a 2 inch wide yellow warning "stripe one inch from edge of nosing of each tread at exterior stair treads. 3 PARTS EXECUTION 3.1 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. B. Beginning of installation means erector accepts existing conditions. 3 2 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply items required to be cast into concrete and embedded in masonry with setting templates, to appropriate sections 3.3 INSTALLATION A Install items plumb and level, accurately fitted, free from distortion or defects. B Provide anchors, plates, angles, hangers, and struts required for connecting stairs to structure. C. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. D Field weld components indicated on Drawings. Perform field welding in accordance with AWS D1.1. E Field bolt and weld to match shop bolting and welding. Conceal bolts and screws whenever possible. Where not concealed, use flush countersunk fastenings. F. Mechanically fasten joints butted tight, flush, and hairline. Grind welds smooth and flush. G. Obtain Architect approval prior to site cutting or making adjustments not scheduled. WLC/0414200 METAL STAIRS 05510 ADDENDUM 2 (3) REV 01/05 H. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete \ END OF SECTION WLC/0414200 METAL STAIRS 05510 ADDENDUM 2 (4) REV 01/05 SECTION 05720 CABLE RAILING SYSTEM.ANDJHARDWARE PART ONE - GENERAL 1 1 SECTION INCLUDES A. Stainless steel cable railing system at exterior guardrails and handrails 8. Stainless steel cable railing system at interior guardrails 1.2 REFERENCES A ASTM C665 - Mineral Fiber Blanket Thermal insulation for Light Frame Construction and Manufactured Housing B. ASTM C1320 - Installation of Mineral Fiber Batt and Thermal Insulation for Light Frame Construction. C. CCR - California Code of Regulations D. UBC - Uniform Building Code E. Business and Professions Code. 13 QUALITY ASSURANCE A. Labor. Use adequate numbers of skilled workers 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 B Manufacturer Minimum of five years experience in providing cable assemblies of the type specified 14 SUBMITTALS A Submit Owner provisions of Section 01330. B. Shop Drawing. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, and accessories. 1.5 PRODUCT HANDLING A delivery Insulation materials to be delivered to tine job-site in their original and properly marked and unbroken packages. B. Storage- Store all matenals at the job-site undercover, protected from weather, moisture and damage from any cause, with all labels intact and legible at time of installation. 16 CLEAN-UP A Required, in accordance with provisions of Section 01740 - REMOVAL, CLEANUP, AND DEMOBILIZATION in DIVISION 1 - GENERAL REQUIREMENTS of these Specifications PART TWO - PRODUCTS 2 1 MANUFACTURERS A Equivalent to the CableRail™ System by Feeney Wire, Rope and Rigging, (800) 888-2418 E. Substitutions' Under provisions of Section 01630. 2 2 MATERIALS A Cables: Type 36 stainless steel, polished finish, commercial, dry grade WLC/0414200 ; CABLE^RAILING SYSTEM AND HARDWARE 05720 8/11/03 ADDENDUM 2 {1} B. Fittings. 1, Swage Style" Type 316 stainless steel, vibratory/tumbled finish. 2. Quick Connect' type 6016-T4 aluminum altoy body, natural finish C GableRail™ Assembly 1/8 inch (3,2mm) diameter by length as required, 1x19 construction, Type 316 stainless steel cable with a stainless steel threaded terminal factory attached to one end. Provide 1 stainless steel flat washer, 2 stainless steel hex nuts, 1 stainless steel cap nut, and 1 aluminum alloy Quick-Connect™ Fitting with each assembly 1 Accessories' Stainless steel protector sleeves, rubber grommets. vinyl end caps, cap retaining washers, beveled washers and additional accessories as recommended by manufacturer for installation conditions. PART THREE - EXECUTION 3.1 SURFACE CONDITIONS A Regyireci Examine the areas and conditions under which work of this Section will be performed Correct conditions detrimental to timely and proper completion of the work. Do not proceed until such detrimental conditions are corrected. 3 2 INSTAL LATION A Install in accordance with manufacturer's instructions. B. Isolate dissimilar metals with grommets or bushings. {END OF SECTION) WLC/0414200 CABLE RAILING SYSTEM AND HARDWARE 05720 8/11/03 ADDENDUM 2 {2} CFTY OF CARLSBAD FIRE STATION #6 SECTION 07552 - SBS-MODIFED BITUMINOUS MEMBRANE ROOFING PART 1 - GENERAL .,1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1 CA Title 24 compliant Factory-Installed White-Coated Modified Bitumen roofing system, a Surface products must be listed and certified by CRRC (Cool Roof Rating Council) b. Modified Bitumen Cap Sheet to be coated white by manufacturer at verified designated ISO 9001-certified manufacturing facility 1) No roof field coating of Modified Bitumen cap sheet roof membrane shall be permitted. 2) Roof field and base flashing must be 100% white in color at time of warranty inspection. a) No discoloration may show at any area of roof field or base flashing c All roofing field membrane and flashing membrane materials and adhesives to be provided by sole warranting manufacturer B. Related Sections include the following- 1 Division 6 Section "Rough Carpentry" for wood nailers, cants, curbs, and blocking and for wood-based, structural-use roof deck panels 2 Division 1 Section "Building Insulation" for insulation beneath the roof deck. 3 Division 7 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings, flashings, and counterflashings. 4. Division 7 Section "Roof Expansion Assemblies." 5. Division 15 Section "Plumbing Specialties" for roof drains <> 1.3 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Factored Design Uplift Pressure- The uplift pressure, calculated according to procedures m SPRFs "Wind Load Design Guide for Fully Adhered and Mechanically Fastened Roofing Systems," after multiplication by a safety factor 1.4 PERFORMANCE REQUIREMENTS CA. TITLE 24 SBS-MODEFTED BITUMINOUS MEMBRANE ROOFING 07552 - 1 CITY OF CARLSBAD FIRE STATION #6 A. General: Provide installed roofing membrane and base flashings that remain watertight; do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. 1 \ B. Material Compatibility. Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing manufacturer based on testing and field experience 1. Sole Source a All materials for roof membrane, surfacing and base flashing systems must be from a single manufacturer, as well as specified warranties and servicing of roof membrane and accessories C. FMG Listing. Provide roofing membrane, base flashings, and component materials that comply with requirements in FMG 4450 and FMG 4470 as part of a roofing system and that are listed in FMG's "Approval Guide" for Class 1 or noncombustible construction, as applicable. Identify materials with FMG markings. 1. Roof system shall comply with the following. a. FM 1-49 Loss Prevention Data Sheet for Perimeter Flashing b FM 1-28 Loss Prevention Data Sheet for Wind Loads to Roof Systems and Roof Deck Securement. c FM 1-29 Loss prevention Data Sheet Above Deck Roof Components, d NRCA Manual for Low-Slope Roofing Construction Details (Fourth Edition) e. SMACNA Manual (Fifth Edition), f ASCE 7, Chapter 6. 2. Fire/Windstorm Classification: Class 1 A-105. 3 Hail Resistance: MH. D. Wind Uplift Test: UL 580 Uplift Resistance of Roofing Assemblies. 1. Minimum 90 Ibs psf. E. Flashings- Provide base flashings, perimeter flashings, detail flashings and component materials that comply with requirements and recommendations in FMG 1-49 Loss Prevention Data Sheet for Penmeter Flashings; FMG 1-29 Loss Prevention Data Sheet for Above Deck Roof Components; NRCA Roofing and Waterproofing Manual (Fourth Edition) for Construction Details and SMACNA Architectural Sheet Metal Manual (Fifth Edition) for Construction Details, as applicable 1.5 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roofing system Include plans, elevations, sections, details, and attachments to other Work 1. Base flashings, cants, and membrane terminations. 2. Crickets, saddles, and tapered edge strips, including slopes. C. Samples for Verification: For the following products CA. TITLE 24 SBS-MODIFED BITUMINOUS MEMBRANE ROOFING 07552 - 2 CITY OF CARLSBAD FIRE STATION #6 1. 4-by-12-inch square of base sheet, flashing sheet 2. 4-by-12-inch square of minend-granuie-surfaced roofing membrane cap sheet, of color specified. D Installer Certificates- Signed by roofing system manufacturer certifying that Installer is approved, authorized, or licensed by manufacturer to install roofing system. E. Manufacturer Certificates' Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of meeting performance requirements F. Qualification Data- For Installer and manufacturer. G. Product Test Reports Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of roofing system. H. Research/Evaluation Reports: For components of roofing system I Maintenance Data: For roofing system to include in maintenance manuals. J. Warranties- Special warranties specified in this Section K. Inspection Report: Copy of roofing system manufacturer's inspection report of completed roofing installation L. Substitutions- 1 When a particular make or trade name is specified, it shall be indicative of standard required. 2. Accredited testing laboratory certificate verifying that substitute's physical/performance attributes are equal to or exceed those specified 1.6 QUALITY ASSURANCE A Installer Qualifications- A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's warranty B. Installer Shall: 1. Submit an affidavit attesting that Contractor has in place and fully implemented a written Health. Safety and Environmental Plan and the plan is compliant with all applicable Federal, State and Local regulations. 2. Be experienced in hot modified asphalt roofing applications for 10 years minimum. 3. Be acceptable to Owner. 4. Be a manufacturer Certified or Approved Contractor. 5. Not have been in Chapter 7 bankruptcy during the last ten (10) years. 6. Provide a list of ten (10) projects available for inspection employing same roof system. 7. Acquire inspection service days utilizing manufacturer's technical inspectors. a The minimum number of full time Technical Service inspection days will be three (3) days for a project of 200 squares or less CA TITLE 24 SBS-MODEFIED BITUMINOUS MEMBRANE ROOFING 07552 - 3 CITY OF CARLSBAD FIRE STATION #6 b. The number of days will increase at a rate of one (1) day for each additional 100 squares. C. Manufacturer Qualifications: A qualified manufacturer that has UL listing and FMG approval for roofing system identical to that used for this Project D Manufacturer Shall" 1. Be Associate Member in good standing with National Roofing Contractors Association (NRCA) for at least five (5) years. 2. Be nationally recognized in the roofing, waterproofing and moisture survey industry 3. Be approved by Owner. 4 Has not been in Chapter 11 bankruptcy during the last five (5) years 5 Provide evidence of financial responsibility Certificate of Insurance showing Products Liability in the amount of $25 million minimum and provide an affidavit signed by a corporate officer showing corporate net worth of S50 million minimum. 6 Provide a copy of Corporate Health, Safety and Welfare policy 7. Manufacturer must manufacture a minimum of 70% of the materials that they supply, by dollar volume, in facilities owned or solely leased by said manufacturer, including equipment used in manufacturing operations.. 8. Provide evidence of twenty (20) quarters of continuous plant inspections of roofing manufacturing sites over the previous five (5) years by an independent Nationally Recognized Testing Laboratory (NRTL) as defined in 29 CFR Ch. XVH (7-1-93 Edition) from the Occupational Safety and Health Administration (OSHA) 9. Be ISO 9001 registered for at least the pnor five (5) years 10. Furnish a service agreement / warranty. 11 Provide Owner names of at least five (5) qualified applicators 12. Employ full-time Field Technical Services Representatives for daily job-sue monitoring and production of daily reports. 13. Require local Field Representatives to make periodic job-site visits and produce work quality and progress reports. 14. Provide a Project Closeout Report upon delivery of the project warranty. This report to include: a. Project Specifications. b Project Summary c Progress reports as a result of roof inspections d. Job-site progress photos e. Warranty document. f Owner's Manual describing maintenance and emergency repair. E Source Limitations Obtain components for roofing system, insulation, and insulation adhesive from warranting roofing system manufacturer. F. Fire-Test-Response Characteristics: Provide roofing materials with the fire-test-response characteristics indicated as determined by testing identical products per test method below by UL. or FMG. Materials shall be identified with appropriate markings of applicable testing and inspecting agency. 1 Exterior Fire-Test Exposure Class A; ASTM E 108, for application and roof slopes indicated. 2. Fire-Resistance Ratings. ASTM E 119, for fire-resistance-rated roof assemblies of which roofing system is a part. CA. TITLE 24 SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING 07552 - 4 CITY OF CARLSBAD FIRE STATION #6 G. Preinstallation Conference: Conduct conference at Project site. Comply with requirements in Division 1 Section "Project Management and Coordination " Review methods and procedures related to roofing system including, but not limited to. the following. 1 Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof-mounted equipment. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3 Review and finalize construction schedule and verify availability of materials. Installer's personnel, equipment, and facilities needed to make progress and avoid delays 4. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 5 Review structural loading limitations of roof deck during and after roofing 6. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation 9 Review roof observation and repair procedures after roofing installation. 1 7 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, and directions for storage. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting dunng installation D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 5 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. CA. TITLE 24 SBS-MODOTED BITUMINOUS MEMBRANE ROOFING 07552 - 5 CITY OF CARLSBAD FIRE STATION #6 1.9 WARRANTY A. Special Warranty: Roofing material manufacturer's Predictive form, without monetary limitation, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks. 1. Special warranty includes roof deck, roofing membrane, base flashings, roofing membrane accessories, roof insulation, all sheet metal-related details, and termination details. 2. Roof Component Coverage- The manufacturer's warranty must include labor and material coverage against leakage on all components including those manufactured by others. Included in the warranty coverage are the following: a. Insulation materials, fasteners, and adhesives b. All temporary roof membrane components and adhesives. c. All metal edge components including cleat strips d. All tapered edge and cant strips. e. All surface mastics, coatings, stripping, plies, etc. f. All drain and scupper flashings. g Any roof leaks or other problems caused by substrate movement of any component other than the deck shall not be excluded h. Any movement associated with metal edge joints or flanges causing leaks. i Damages caused by wind speed up to 74 miles per hour. j. Permanent tie-ins and/or control joints separating new and old roofing k. The contractor shall certify compliance with the above warranty requirements by submitting a copy of the warranty as a submittal item upon request of the Owner. The manufacturer will advise the customer in writing how to maintain the warranty in the form of an Owner's manual. The customer and/or Manufacturer shall have the option to renew this warranty at the end of ten (10) years per the renewal agreement. 3. Service responsibilities of the Manufacturer to Owner: a. Roof Inspection Reports: -Manufacturer shall provide roof inspection reports based upon regular inspections The reports shall become part of the roof database maintained on the manufacturer's database storage server system. Information contained in the web-based computer database shall be made available to the District through a password protected Internet Online Information program. b Bi-Annual Housekeeping to include the following: 1) Removal of debris from the roof membrane 2) Removal of debris from the roof drains, gutters, and scuppers. 3) Disposal of debris in customer supplied waste containers 4) Storm Reports, Monitoring and Follow-Up. a) Roof inspection at customer request of roof areas after major storm activity b) Annual Roof Inspection Report: Will provide an annual roof summary with condition photographs. c. Bi-Annual Preventive Maintenance to include the following: I) Metal Edge Flashing Components: a) Tears, splits, and breaks in membrane flashings will be repaired with appropriate repair mastics and membranes b) Open, split flashing strip-ins will be repaired with appropriate repair mastics and membranes. c) Loose metal edge cleats and clips will be re-secured. d) Exposed fasteners will be sealed. CA. TITLE 24 SBS-MODEFIED BITUMINOUS MEMBRANE ROOFING 07552 - 6 CITY OF CARLSBAD FIRE STATION #6 2) Parapet Wall and Counterflashmg Systems: a) Tears, splits, kick holes, and breaks in flashing membrane will be repaired with appropriate repair mastics and membranes, b) Breaks, tears, and splits in flashing strip-ins with appropriate repair mastics and membranes. c) Exposed fasteners will be sealed. d) Voids in termination bars, counter-flashings and parapet cap will be cleaned and sealed. 3) Equipment / Projection Flashing Components: a) Tears, splits, and breaks in flashing membrane will be repaired with appropriate repair mastics and membranes. • b) Open, split flashing stnp-ins will be repaired with appropriate repair mastics and membranes. c) Unsecured roof top equipment will be secured. d) Exposed fasteners will be tightened. s) Termination bar and counter-flashings will be sealed. 4) Roof Membrane Maintenance and Repairs' a) Tears, splits, and breaks in membrane flashings will be repaired with appropriate repair mastics and membranes. b) Open, split flashing strip-ins will be repaired with appropriate repair mastics and membranes. c) Splits and blisters which threaten the integrity of the roof system will be cleaned, primed, and repaired with appropriate repair mastics and membranes. d) Pitch pans will be refilled and topped off. e) Metal projections (.hoods and clamps) will be sealed 5) Miscellaneous Maintenance Repairs: a) Dress up wind scoured corners with appropriate repair mastics and coatings ., . . ._ . jj)Dress-up-reflective coatings on flashings. c) Re-caulking as needed. d. Leak response responsibilities of the manufacturer to Owner: 1) In the event that a leak should occur: a) Provide toll free 800 number for Owner to call in leak report. Number will be monitored twenty-four (24) hours a day, 365 days a year. b) Provide a response to Owner on all leak calls within twenty-four (24) hours of when the call is made. c) Provide a repair crew, at the building site, within two (2) business days of the call. d) Provide follow-up inspection to ensure that repairs were made properly. e) Monitor all leak events and response and provide a written quarterly summary if leaks have occurred. Deliver to Owner at the end of each quarter when leaks have occurred. 4. Warranty Period 10 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing Installer's warranty, on warranty form at end of this Section, signed by Installer, covering Work of this Section, including all components of roofing system such as roofing membrane, base flashing, roof insulation, fasteners, cover boards. CA. TITLE 24 SBS-MODDFIED BITUMINOUS MEMBRANE ROOFING 07552 - 7 CITY OF CARLSBAD FIRE STATION #6 substrate boards, vapor retarders, roof pavers, and walkway products, for the following warranty period: 1. Warranty Period: Tw o years from date of Substantial Completion. PART 2 - PRODUCTS 21 MANUFACTURERS A. Available Manufacturers. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to. the following- 1. CA Title 24 Compliant Hot Modified Asphalt Roofing a. Tremco, Inc. b Alternate manufacturers meeting Quality Assurance requirements and having products with equal or better properties may be acceptable. 2 2 SBS-MODIFIED ASPHALT-SHEET MATERIALS A. CA Title 24 Compliant Factory-Installed White-Coated Roofing Membrane Cap Sheet. ASTMD6163. Grade G, Type II, glass-fiber-remforced, SBS-modified asphalt sheet, mineral surfaced; suitable for application method specified. I CA Title 24 Compliant Factory Coated White Modified Asphalt Cap Sheet a. Tensile Strength 120 Ib/in. MD ASTMD5147 b. Tensile Strength 115 Ib/m XMD ASTM D 5147 c. Tear Strength 1041bfMD ASTM D 5147 d. Tear Strength lOSlbfXMD ASTM D 5147 e. Elongation 7.7% MD ASTM D 5147 f. Elongation 7.9% XMD ASTM D 5147 2. Must be CRRC approved and listed 2.3 BASE-SHEET MATERIALS A Base Sheet- ASTM D 4601, Type II, SBS-modified asphalt-impregnated and-coated sheet, with glass-fiber-reinforcing mat, dusted with fine mineral surfacing on both sides 1. Modified Trilarranate Ply a Weight 31 Ibs/lOOsq ft ASTM D 228 b Tensile Strength 3121bf/inMD ASTM D 5147 c Tensile Strength 290 Ibf/in XMD ASTM D 5147 d Elongation 7.2% MD ASTM D 5147 e Elongation 8.3% XMD ASTM D 5147 f. Tear Strength 5401bfMD ASTM D 5147 g. Tear Strength 558 Ibf XMD ASTM D 5147 2.4 BASE-PLY SHEET MATERIALS CA TITLE 24 SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING 07552 - 8 CITY OF CARLSBAD FIRE STATION #6 A. Polyester Ply Sheet: Nonwoven continuous filament, spunlaid, thermally bonded, heat-resistant polyester designed for use in hot roofing applications 1. Ply sheet: a. Tensile strength: 154 MMD ASTMD4830 b. Tensile strength. 130MXMD ASTM D 4830 c. Tear Strength 60MMD/XD ASTM D 4830-95 d. Elongation: 30% MD/XMD ASTM D 4830 2 5 FLAS HING SHEET MATERIALS A Flashing Sheet: Eiastomeric sheeting compounded from Hypalon elastomer laminated to a high strength polyester remforcing scrim 1. Color: White. 2. Hypalon Eiastomeric Sheeting a Tensile Strength 225 Ibf ASTM D 751-89 b. Tear Strength 90 Ibf ASTM D 751-89 c. Elongation 25% ASTM D 751-89 B. Flashing Adhesive: One-part elastomer formulated as an adhesive to bond Hypalon Sheeting C Manufacturer approved sealant, flashing tape, paste and other flashing components as required 2.6 AUXILIARY ROOFING MEMBRANE MATERIALS A General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing membrane B Asphalt Primer. ASTM D 41. C Interply Roofing Asphalt: ASTM D 6152, SEES modified. 1 Elongation. 300% ASTM D 412 D Modified Bitumen Cap Sheet Adhesive. ASTM D 6511 -00 Cold Process White Adhesive 1. Density @ 77 F: 8.7 - 8.9 ASTM D 6511-00 2. CA Title 24 Compliant E Mastic Sealant. Single component, solvent free, moisture curing elastomer. 1 Tensile strength: 30-50 psi ASTM D 412 @ 100% elongation 2. Elongation 300% " ASTM D 412 F Base flashing stripping ply: Spunlaid polyester reinforcement. G. Miscellaneous Accessories: Provide miscellaneous accessories recommended by roofing system manufacturer 2.7 WALKWAYS CA TITLE 24 SBS-MODEFIED BITUMINOUS MEMBRANE ROOFING 07552 - 9 CITY OF CARLSBAD FIRE STATION #6 A. Walkway Pads: Mineral-granule-surfaced, reinforced asphaltic composition, slip-resisting pads, manufactured as a traffic pad for foot traffic and acceptable to roofing system manufacturer, 1/2 inch thick, minimum. 1 Pad Size 3 ft. X 4 ft. PART 3 - EXECUTION 3 1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and set and braced and that roof drains are securely clamped in place. 2. Verify that wood cants, blocking, and curbs, are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. 3 Verify that concrete substrate is visibly dry and free of moisture. Test for capillary moisture by plastic sheet method according to ASTM D 4263. 4. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections B. Prevent ^materials from entering and clogging roof drams and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. C. Prime surface of concrete deck with asphalt primer at a rate of 3/4 gal./100 sq. ft. and allow primer to dry. 3.3 ROOFING MEMBRANE INSTALLATION, GENERAL A. Install roofing membrane system according to roofing system manufacturer's written instructions and applicable recommendations of ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing " 1. Install roofing system MBS1-I- M-P 2- M, according to specification-plate classifications in NRCA's "The NRCA Roofing and Waterproofing Manual" and requirements in this Section. B. Start installation of roofing membrane in presence of roofing system manufacturer's technical personnel. C. Where roof slope exceeds 2.12. install roofing membrane sheets parallel with slope. CA. TITLE 24 SBS-MODIFED BITUMINOUS MEMBRANE ROOFING 07552 - 10 CITY OF CARLSBAD FIRE STATION #6 D. Cooperate with testing and inspecting agencies engaged or required to perform services for installing roofing system. E. Coordinate installing rooflng system so insulation and other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1. Provide tie-offs at end of each day's work to cover exposed roofing membiane sheets and insulation with a course of coated felt set in roofing cement or hot roofing asphalt with joints and edges sealed. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system 3. Remove and discard temporary seals before beginning work on adjoining roofing. F. Asphalt Heating: Heat and apply SEBS-modified roofing asphalt according to roofing system manufacturer's written instructions. G. Substrate-Joint Penetrations. Prevent roofing asphalt from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction. 3 4 BASE-SHEET INSTALLATION A. Install one lapped course of base sheet, extending sheet over and terminating beyond cants Attach base sheet as follows: 1. Apply to substrate according to manufacturer's recommendations for substrates 2. Apply according to FM 1 -90 requirements 3 5 PLY SHEET INSTALLATION A. Install two polyester ply sheets according to roofing system manufacturer's written instructions starting at low point of roofing system. Align ply sheets without stretching. Shingle side laps of ply sheets uniformly to ensure required number of ply sheets covers substrate at any point. Shingle in direction to shed water Extend -ply sheets over and terminate beyond cants 1 Embed each ply sheet in a continuous mopping of hot modified roofing asphalt, to form a uniform membrane without ply sheets touching. 3 6 SBS-MODIFIED BITUMINOUS MEMBRANE INSTALLATION A. Install modified bituminous roofing membrane cap sheet according to roofing manufacturer's written instructions, starting at low point of roofing system Extend roofing membrane sheets over and terminate beyond cants, installing as follows. 1. Adhere to substrate in a fresh application of cold process white membrane adhesive according to manufacturer's recommended application rate. CA. TITLE 24 SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING 07552 -11 CITY OF CARLSBAD FIRE STATION #6 B. Laps: Accurately align roofing membrane sheets, \vithout stretching, and maintain uniform side and end laps. Stagger end laps. Completely bond and seal laps, leaving no voids. 1. Repair tears and voids in laps and lapped seams not completely sealed. 2. Apply roofing granules to cover exuded bead at laps while bead is hot. C Install roofing membrane sheets so side and end laps shed water. 3.7 FLASHING AND STRIPPING INSTALLATION A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to roofing system manufacturer's written instructions and as follows: 1. Flashing Sheet Application: Adhere flashing sheet to substrate in cold adhesive applied at rate required by roofing system manufacturer. B. Extend base flashing up walls or parapets a minimum of 8 inches above roofing membrane and 6 inches onto field of roofing membrane. 1 At low parapets walls, extend flashing sheet up entire wall and mechanically fasten at outside edge of nailer below coping cap. 2. When flashing membrane is extended 15 inches or more above roof surface a pressure bar must be installed at 12-15 inch height to secure membrane to wall. C. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing 1. At high parapet walls, extend flashing sheet up wall 8-12 inches above roofing membrane and secure edge with TF tape and termination bar fastened at 8 inches QIC. 2. Install 24 ga. galvanized metal counterflashing at all vertically terminated base flashings. .. D Install 6 inch and 12 inch stripping plies where metal flanges and edgings are set on built-up roofing 1. Set in cold process asphalt adhesive 2. Seal metal edge joints with Reglet Joint Sealant. E Roof Drains' Set 30-by-30-mch 4 Ib. lead flashing in bed of asphalt roofing cement on completed roofing membrane Cover metal flashing with stripping and extend a minimum of 4 inches beyond edge of metal flashing onto field of roofing membrane Clamp roofing membrane, metal flashing, and stripping into roof-dram clamping ring. 1 Install stripping by same metal edged method. F. Install all roof related details according to manufacturer's technical warranty requirements. 3.8 WALKWAY INSTALLATION A Walkway Pads: Install walkway pads using units of size indicated or, if not indicated, of manufacturer's standard size according to walkway pad manufacturer's written instructions. 1. Set walkway pads in cold-applied adhesive CA. TITLE 24 SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING 07552 -12 CITY OF CARLSBAD FIRE STATION #6 3.9 FIELD QUALITY CONTROL A. Testing Agency Owner will engage a qualified independent testing and inspecting agency to perform roof tests and inspections and to prepare test reports B. Test Cuts. Test specimens will be removed to evaluate problems observed during quality- assurance inspections of roofing membrane as follows 1 Approximate quantities of components within roofing membrane will be determined according to ASTM D 3617. 2. Test specimens will be examined for interply voids according to ASTM D 3617 and to comply with criteria established in Appendix 3 of ARMA/NRCA's "Quality Control Guidelines for the Application of Polymer Modified Bitumen Roofing " C. Final Roof Inspection Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion and submit report to Architect. 1. Notify Architect or Owner 48 hours in advance of date and time of inspection D. Repair or remove and replace components of roofing system where test results or inspections indicate that they do not comply with specified requirements. E Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3 10 PROTECTING AND CLEANING A. Protect roofing system from damage and wear during remainder of construction period When remaining construction will not affect or endanger roofing, mspectj.oofmg for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner. B. Correct deficiencies in or remove roofing system that does not comply with requirements, repair substrates, and repair or reinstall roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements C Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 07552 CA. TITLE 24 SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING 07552 - 13 3 5 FIELD QUALITY CONTROL A. Architectural Hardware Consultant (AHC) to inspect installation and certify that hardware and its installation have been furnished and installed in accordance with manufacturer's instructions and as specified herein. 3 6 SCHEDULE A Legend of listed manufacturers. The last column in the Schedule of Door Hardware refers to the manufacturer listed in the following schedule GLY Glynn Johnson KEE Keedex LCN LCN Closers LUN Lund PEM Pemko SCH Schlage SIM Simplex STA Stanley TRM Tnmco VON Von Duprm B. The items listed in the following schedule shall conform to the requirements of the foregoing specification C The Door Schedule on the Drawings indicates which hardware set is used with each door D Schedule of Door Hardware: HW-1 Each door to have 3 HINGE FBB199- 4-1/2 x 4-1/2 NRP 625 STA 1 EXIT DEVICE CD98NL-OPX110NL 625 VON 1 I/C MORTISE CYLINDER 20-061ICX 625 SCH 1 I/C RIM CYLINDER 20-057ICX 625 SCH 1 ARMOR COLLAR K-24 625 KEE 1 " "DOORPULL " 1191-4J" """ " 629 TRM 1 SURFACE CLOSER P4041-SCNS 689 LCN 1 KICK PLATE AS DETAILED 1 SET SEALS 2891S HEAD & JAMBS 628 PEM 1 DOOR BOTTOM 217PK 628 PEM 1 THRESHOLD 195 x 192 x 196 x MSA 628 PEM Install door seals before closer and strike HW-2 All hardware by Sectional Door Manufacturer HW-3 Each door to have 3 HINGE FBB199-4-1/2x4-1/2 NRP 625 STA 1 EXIT DEVICE LD98EO 625 VON 1 PUSHBUTTON LOCKSET LP1020S 625 SIM 1 I/C CORE CYLINDER 23-030 625 SCH 1 SURFACE CLOSER P4041-SCNS 689 LCN 1 KICK PLATE AS DETAILED 1 SET SEALS 2891S HEAD & JAMBS 628 PEM 1 DOOR BOTTOM 217PK 628 PEM 1 THRESHOLD 195 x 192 x 196 X MSA 628 PEM Install door seals before closer and strike WLC/0414200 DOOR HARDWARE 08710 (Consultant 3/20/07) ADDENDUM 2 (7) REV 01/05 3 HINGE 1 LOCKSET 1 I/C CORE CYLINDER 1 ARMOR COLLAR 1 DOOR HOLDER 1 KICK PLATE 1 SET SEALS 1 DOOR BOTTOM 1 THRESHOLD 1 LOCK ASTRAGAL Install door seals before holder HW-4 Each door to have FBB191 - 4-1/2 x 4-1/2 NRP L9080T x 06A 23-030 K-24 PAH-60 AS DETAILED 2891S HEADS. JAMBS 217PK 195 x 192 x 196 x MSA 5000 625 625 625 625 689 628 628 628 625 STA SCH SCH KEE LCN PEM PEM PEM TRM HW-5 Each door to have 3 1 1 1 1 1 3 3 1 1 1 1 1 3 1 3 1 1 1 1 1 3 3 1 1 1 3 WLC/0414200 HINGE LOCKSET I/C CORE CYLINDER SURFACE CLOSER KICK PLATE WALL BUMPER SILENCERS HINGE LOCKSET I/C CORE CYLINDER SURFACE CLOSER KICK PLATE WALL BUMPER SILENCERS COAT HOOK HINGE LOCKSET I/C CORE CYLINDER SURFACE CLOSER KICK PLATE OVERHEAD STOP SILENCERS HINGE LATCHSET KICK PLATE WALL BUMPER SILENCERS FBB179- 4-1/2x4-1/2 L9070T x 06A 23-030 404 1-H AS DETAILED 1270WV 1229A HW-6 Each door to have FBB191- 4-1/2x4-1/2 L9496T x 06A x L583-363 23-030 4041 x SRI AS DETAILED 1270WV 1229A 3071 HW-7 Each door to have FBB179- 4-1/2x4-1/2 L9070T x 06A 23-030 4041 x 4040- 18TJ x ST1630 AS DETAILED 100HP 1229A HW-8 Each door to have FBB1 79 -4-1/2x4-1/2 L9010x06A AS DETAILED 1270WV 1229A 651 625 625 689 — 629 GRY 629 625 625 689 — 629 GRY 625 651 625 625 689— 625 GRY 651 625 —629 GRY STA SCH SCH LCN —TRM TRM STA SCH SCH LCN — TRM TRM TRM STA SCH SCH LCN GLY TRM STA SCH — TRM TRM DOOR HARDWARE 08710 (Consultant 3/20/07}ADDENDUM 2 (8) REV 01/05 HW-9 Each door to have 3 1 1 1 1 1 3 3 1 1 1 1 1 3 1 3 1 1 1 1 3 3 1 1 1 1 1 1 SET 1 1 3 1 1 1 1 3 1 WLC/0414200 HINGE LOCKSET I/C CORE CYLINDER SURFACE CLOSER KICK PLATE WALL BUMPER SILENCERS HINGE LOCKSET I/C CORE CYLINDER SURFACE CLOSER KICK PLATE WALL BUMPER SILENCERS COAT HOOK HINGE LOCKSET l/C CORE CYLINDER KICK PLATE WALL BUMPER SILENCERS HINGE EXIT DEVICE I/C RIM CYLINDER I/C CORE CYLINDER SURFACE CLOSER KICK PLATE SEALS DOOR BOTTOM THRESHOLD HINGE LOCKSET l/C CORE CYLINDER DOOR HOLDER KICK PLATE SILENCERS THRESHOLD FBB179- 4-1/2x4-1/2 L9050T x 06A x L583-363 23-030 404 1-H AS DETAILED 1270WV 1229A HW-10 Each door to have FBB1 79 -4-1/2x4-1/2 L9496T x 06A x L583-363 23-030 4041 AS DETAILED 1270WV 1229A 3071 HW-11 Each door to have FBB1 79 -4-1/2x4-1/2 L9080Tx06A 23-030 AS DETAILED 1270WV 1229A HW-12 Each door to have FBB1 68 -4-1/2x4-1/2 LD98L x 996L x 06 20-057ICX 23-030 P4041-H-SCNS AS DETAILED S88 HEAD & JAMBS 217PK 274 x MSA HW-13 Each door to have FBB179- 4-1/2x4-1/2 L9080T x 06A 23-030 PAH-60 AS DETAILED 1229A 274 x MSA 651 625 625 689 — 629 GRY 651 625 625 689 —629 GRY 625 651 625 625 — 629 GRY 1 651 625 625 625 689 —BLK 628 628 651 625 625 689 — GRY 628 STA SCH SCH LCN — TRM TRM STA SCH SCH LCN — TRM TRM TRM STA SCH SCH — TRM TRM STA VON SCH SCH LCN —PEM PEM PEM STA SCH SCH LCN ,,. TRM PEM DOOR HARDWARE 08710 (Consultant 3/20/07) REV 01/05 ADDENDUM 2 (9) HW-14 Each door to have 3 HINGE FBB191-4-1/2x4-1/2 629 STA 1 LATCHSET L9010x06A 625 SCH 1 SURFACE CLOSER 4041 x SRI 689 LCN 1 KICK PLATE AS DETAILED 1 WALL BUMPER 1270WV 629 TRM 3 SILENCERS 1229A GRY TRM HW-15 Each opening to have 1 I/C MORTISE CYLINDER 20-061ICX 625 SCH 1 I/C CORE CYLINDER 23-030 625 SCH Balance of hardware by Sliding Door Manufacturer HW-16 Each door to have 3 HINGE FBB179- 4-1/2x4-1/2 651 STA 1 EXIT LATCH 1562E x 5 BS x 3652 STK 625 TRM 1 SURFACE CLOSER 4041-DEL 689 LCN 1 KICK PLATE AS DETAILED 1 WALL BUMPER 1270WV 629 TRM 3 SILENCERS 1229A GRY TRM Install exit latch 66 inches above finished floor HW-17 Each door to have 3 HINGE FBB179-4-1/2x4-1/2 651 STA 1 LATCHSET L9010x06A 625 SCH 1 SURFACE CLOSER P4041-EDA 689 LCN 1 KICK PLATE AS DETAILED 1 WALL BUMPER 1270WV 629 TRM 3 SILENCERS 1229A GRY TRM HW-18 Each gate to have 3 SPRING HINGE K2060R - 4-1/2 x 4-1/2 600 STA 1 PUSHBUTTON LOCKSET L1021S x ASA STRIKE 625 SIM 1 I/C CORE CYLINDER 23-030 625 SCH 1 GATE BOX K-BXSIM 600 KEE Balance of hardware by Gate Manufacturer HW-19 Each door to have 3 1 1 1 1 3 WLC/0414200 HINGE EXIT DEVICE SURFACE CLOSER KICK PLATE WALL BUMPER SILENCERS FBB1 79 -4-1/2x4-1/2 LD98L x 996L-BE x 06 P4041-H-EDA AS DETAILED 1270WV 1229A 651 625 689— 629 GRY STA VON LCN — TRM TRM DOOR HARDWARE 08710 (Consultant 3/20/07) ADDENDUM 2 (10) REV 01/05 HW-20 Miscellaneous 1 KEY CABINET 1201-60 CAP. 5 PADLOCK PL4002T 5 I/C CORE CYLINDER 23-030 1 SET TOOLS AND INSTRUCTIONS FOR HARDWARE ON JOB 1 SET CATALOG CUTS AND HARDWARE SCHEDULE FOR JOB GRY LUN 606 SCH 606 SCH END OF SECTION WLC/041420Q DOOR HARDWARE 08710 (Consultant 3/20/07)ADDENDUM 2 (11) REV 01/05 SECTION 09311 CERAMIC TILE FLOOR FINISH 1. PART 1 GENERAL 1 1 SECTION INCLUDES A. Ceramic tile floor finish using the thmset and full bed application method. B Threshold at door opening 1 2 REFERENCES A ANSI/TCA A108 5 - Ceramic Tile Installed with Dry-Set Portland Cement Mortar or Latex Portland Cement Mortar , B. ANSI/TCA A118 1 - Dry-Set Portland Cement Mortar. C. ANSI/TCA A118 4 - Latex-Portland Cement Mortar D. ANSI/TCA A118 6 - Ceramic Tile Grouts. E. ANSI/TCA A137 1 - Specifications for Ceramic Tile F ASTM A185 - Welded Steel Wire Fabric G ASTM C1028 - Test Procedure for Coefficient of Friction H. ASTM D4551 - Poly (Vinyl Chloride) (PVC) Plastic Flexible Concealed Water-Containment Membrane 1. MIA - Marble Institute of America J. TCA (Tile Council of America) - Handbook for Ceramic Tile Installation. 1.3 SUBMITTALS A. Submit samples under provisions of Section 01330. B. Mount tile and apply grout on two 24 x 24 inch plywood panels, to indicate pattern, color variations, and grout joint size variations. C. Submit manufacturer's installation instructions under provisions of Section 01330 D. Submit manufacturer's certificate under provisions of Section 01330 that products meet or exceed ANSI/TCA A137.1. E. Submit maintenance data under provisions of Section 01770. F. Include recommended cleaning and stain removal methods, and cleaning matenals 1.4 QUALITY ASSURANCE A. Conform to ANSI/TCA A137 1 for tile material. B. Conform to ANSI/TCA Standards and TCA Handbook for tile installation. WLC/0414200 CERAMIC TILE FLOOR FINISH 09311 ADDENDUM 2 (1) REV 01«M 1 5 QUALIFICATIONS A. Manufacturer: Company specializing in the manufacture of products specified in this Section with minimum five years documented experience B Installer. Company specializing in applying the work of this Section with minimum five years documented experience 1 6 ENVIRONMENTAL REQUIREMENTS A. Maintain 50 degrees F during installation of mortar materials 1 7 EXTRA MATERIALS A. Provide extra quantity of full size tile and trim shape units to Owner under provisions of Section 01770. 8. Provide quantity equal to 5 percent of units installed of each shape and color 2. PART 2 PRODUCTS 2 1 MANUFACTURERS - TILE A. Amencan Olean Tile Co., Inc , www.aotile com. B. Crossville Ceramics, www.crossville-ceramics com. C. DSA (Buchtal), www.dsa-ceramics.com D. Dai-Tile Corp , www.daltile.com. E. Florida Tile Industries, Inc., www.flondatile.com. F Interceramics, www.ceramictilemtl com. G Summitville Tiles, Inc., www.summitxille.com H. United States Ceramic Tile Co , www.usctco com I Substitutions: Under provisions of Section 01630 2 2 TILE MATERIAL - INTERIOR A. 2x2 inch Ceramic Mosaic Floor Tile. Equivalent to the unglazed Keystones series by Dai-tile Corporation. A maximum of four (4) different colors will be selected from Pnce Groups 1, 2, and 3 for use in varying amounts at all 2 x 2 inch ceramic mosaic tile locations. 2.3 TILE MATERIAL - EXTERIOR A. 12 x 12 inch porcelain tile equivalent to the Rocky Mountain Senes by Dai-Tile Corporation. Color as selected by Architect from manufacturer's complete range. 2.4 MANUFACTURERS - MORTAR AND GROUT A. American Olean Tile Co., Inc., www.aotile.com B. C-Cure, www c-cure com. C. Custom Building Products, www.custombuildingproducts.com. D Dai-Tile Corporation, www.daltile.com. WLC/0414200 CERAMIC TILE FLOOR FINISH 09311 ADDENDUM 2 (2) REV 01/04 2 5 MORTAR MATERIALS A. Portland Cement Mortar Materials- ANSI/TCA A118 1. B Latex-Portland Cement Mortar ANSI/TCA A118 4 and the following- 1 Acrylic resin latex additive 2. Dry mortar mix supplied by latex manufacturer. 2.6 GROUT MATERIALS A. Portland Cement Grout Materials ANSI/TCA A118 6, commercial type B. Latex-Portland Cement Grout ANSI/TCA A118.6 of color selected and the following 1. Acrylic resin latex additive. 2 Dry mortar mix supplied by latex manufacturer C. A maximum of four (4) different grout colors will be selected by the Architect from the manufacturer's complete range 27 ACCESSORIES A Thin Load Bearing Direct Bond Membrane: Chlorinated polyethylene elastomer sheet material laminated with fabric on both sides. 1. Dai-Tile Corp., Dal Seal TS, www daltile com 2 Compotite Corp., Composeal Gold, www.compotite com. 3 MAC Products, Inc., ECB Membrane, www.nac-anti-fracture.com. 4. Laticrete International, Inc., 9235 Membrane, www laticrete.com. 5 MAPEI, Planicrete W, www.mapei.com. 6. Noble Company, Noble Seal TS, www.noblecompany com. 7 Pasco Manufactunng, Inc., Baseline, www.pascospecialty.com. 8 Substitutions Under provisions of Section 01630. B. Shower Pan Material. ASTM D4551, Grade 40, polyvinyl chlonde sheet. 1 Compotite Corporation, www.compotite com 2 Dai-Tile Corp., www.daltile.com 3. Noble Company, www.noblecompany.com. 4 Pasco Manufacturing Inc , www.pascospecialty com. 5. Substitutions: Under provisions of Section 01630. C. Reinforcing Mesh- ASTM A185,2x2 inch size, of WO3/WO3 wire size; welded fabnc, galvanized D. Thresholds. Marble complying with Group A of the Marble Institute of America (MIA), color selected by Architect; profile as indicated or selected from manufacturer's standard shapes. E Sealant. Type specified in Section 07900. WLC/0414200 CERAMIC TILE FLOOR FINISH 09311 ADDENDUM 2 (3) REV 01/0* 2 8 MORTAR MIX AND GROUT MIX A Mix and proportion pre-mix setting bed bond coat and grout materials in accordance with manufacturer's instructions, and referenced standards. 29 SEALER A. Tile and Grout Sealer Aqua Mix Penetrating Sealer manufactured by Aqua Mix, Inc , www.aquamix.com. 3 PARTS EXECUTION 31 EXAMINATION A. Venfy that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces 3.2 PREPARATION A. Protect surrounding work from damage or disfiguration. B Vacuum clean existing surfaces and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. 3 3 INSTALLATION - THINSET METHOD A. Install mortar, bond coat, tile, and grout in accordance with ANSI/TCA108 5 and applicable tile installation standards of the TCA Handbook. B. Apply bond coat C Install thin load bearing direct bond membrane with bond coat. D. Lay tile to pattern indicated on Drawings or if not indicated, request pattern from Architect. Do not interrupt tile pattern through openings. E. Cut and fit tile tight to penetrations through tile Form corners and bases neatly Align floor, base, and wall joints. F. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. G. Sound tile after setting. Replace hollow sounding units. H. Allow tile to set for a minimum of 48 hours prior to grouting. I. Grout tile joints J Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. 3 4 INSTALLATION - FULL MORTAR BED METHOD A. Install mortar bed, tile, and grout in accordance with ANSI/TCA 108.5 and applicable tile installation standards of the TCA Handbook B. Install shower pan matenal beneath all areas scheduled to receive full mortar bed including the exterior deck areas. Extend vertically up wall a minimum of 6 inches. Extend into floor dram Use recommended solvent cement to weld joints when pan dimensions exceed maximum width of matenal. C Apply mortar bed over surfaces to thickness indicated and to slopes shown. WLC/0414200 CERAMIC TILE FLOOR FINISH 09311 ADDENDUM 2 (4) REV 01AM D Install reinforcing mesh in middle of mortar bed E Lay tile to pattern indicated on Drawings, or if not indicated, request from Architect. Do not interrupt tile pattern through openings. F. Cut and fit tile tight to penetrations through tile Form corners and bases neatly Align floor, base, and wall joints G. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight without voids, cracks, excess mortar, or excess grout H. Sound tile after setting. Replace hollow sounding units I Allow tile to set for a minimum of 48 hours pnor to grouting J. Grout tile joints K. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes 35 CLEANING A. Clean work under provisions of 01770. B Clean tile surfaces 3.6 SEALING A. Install sealer on all surfaces in accordance with manufacturer's recommendations. 37 PROTECTION A. Protect finished installation under provisions of Section 01600. B. Do not permit traffic over finished floor surface for a minimum of 48 hours After 48 hours and until 72 hours, cover area with 3/8 inch plywood panels if traffic is required. END OF SECTION WLC/0414200 CERAMIC TILE FLOOR FINISH 09311 ADDENDUM 2 (5) REV 01/04 SECTION 09312 CERAMIC TILE WALL FINISH 1 PART1 GENERAL 1.1 SECTION INCLUDES A. Ceramic tile wall finish using the thinset and full bed application method B. Ceramic tile base 1.2 REFERENCES A. ANSI/TCA A108 5 - Ceramic Tile Installed with Dry-Set Portland Cement Mortar or Latex Portland Cement Mortar. B. ANSI/TCA A118.1 - Dry-Set Portland Cement Mortar C. ANSI/TCA A118 4 - Latex-Portland Cement Mortar D. ANSI/TCA A118 6 - Ceramic Tile Grouts. E ANSI/TCA A137 1 - Specifications for Ceramic Tile F. ASTM C847 - Standard Specifications for Metal Lath G. TCA (Tile Council of America) - Handbook for Ceramic Tile Installation 1 3 SUBMITTALS A. Submit samples under provisions of Section 01330 B. Mount tile and apply grout on two 24 x 24 inch plywood panels, representative of pattern, color variations, and grout joint size variations C. Submit manufacturer's installation instructions under provisions of Section 01330 D. Submit maintenance data under provisions of Section 01770 E. Include recommended cleaning and stain removal methods, and cleaning matenals. 1 4 QUALITY ASSURANCE A. Conform to ANSI/TCA A137.1 for tile material. B. Conform to ANSI/TCA Standards and TCA Handbook for tile installation. 1 5 QUALIFICATIONS A. Manufacturer Company specializing in the manufacture of products specified in this Section with minimum five years documented experience B. Installer Company specializing in applying the work of this Section with minimum five years documented experience 1.6 ENVIRONMENTAL REQUIREMENTS A Maintain 50 degrees F dunng installation of mortar materials ft WLC/Q414200 CERAMIC TILE WALL FINISH 09312 ADDENDUM 2 (1) REV 01/04 1 7 EXTRA MATERIALS A Provide extra quantity of full size tile and trim shape units to Owner under provisions of Section 01770. B. Provide quantity equal to 5 percent of units installed of each shape and color. 2 PART 2 PRODUCTS 2 1 MANUFACTURERS - TILE A. American Olean Tile Co., Inc , www aotile.com B DSA (Buchtal), www.dsa-ceramics com C Crossville Ceramics, www crossville-ceramics com D Dal-Tiie Corp , www daitile com E Florida Tile Industries, Inc , www.flondatile com. F Interceramics, www.ceramictilemtl.com G Summitville Tiles, Inc , www summitville.com H. United States Ceramic Tile Co , www usctco.com I Substitutions' Under provisions of Section 01630 22 TILE MATERIAL A 4-1/4 x 4-1/4 Inch Ceramic Wall Tile' Equivalent to the matte and semi-gloss wall tile by Dai-Tile Corporation. A maximum of four (4) different colors will be selected from Price Groups 1 and 2 for use in varying amounts at all 4-1/4 x 4-1/4 inch ceramic wall tile locations. B 4-1/4 x 4-1/4 Inch Ceramic Wall Accent Tile' Equivalent to semi-gloss wall tile by Dai-Tile Corporation A maximum of four (4) different colors will be selected from Price Group 3 for use in varying amounts at all 4-1/4 x 4-1/4 inch ceramic wall accent tile locations C. Ceramic Base. 4-1/4 inch high x 4-1/4 inch wide radius cove base Color to match adjacent ceramic wall tile. 2.3 MANUFACTURERS - MORTAR AND GROUT A, American Olean Tile Co , Inc., www.aotile com. B. C-Cure, www.c-cure com C Custom Building Products, www.custombuildingproducts com. D. Dai-Tile Corp , www.daltile com E. H B Fuller Company, www hbfuller com F Hydromet, www.bostikfmdley-usa.com G Laticrete International, Inc , www laticrete com H. MAPEI, www mapei.com I W R Bonsai Company, www bonsal.com J. Substitutions: Under provisions of Section 01630. WLC/0414200 CERAMIC TILE WALL FINISH 09312 ADDENDUM 2 (2) REV 01/04 2 4 MORTAR MATERIALS A Portland Cement Mortar Materials ANSI/TCA A118.1, B Latex-Portland Cement Mortar. ANSI/TCA A118.4 and the following 1. Acrylic resin latex additive. 2 Dry mortar mix supplied by latex manufacturer. 2.5 GROUT MATERIALS A. Portland Cement Grout Materials ANSI/TCA A118 6, commercial type B. Latex-Portland Cement Grout: ANSI/TCA A118.6 of color selected and the following- 1 Acrylic resin latex additive 2. Dry mortar mix supplied by latex manufacturer 26 ACCESSORIES A Reinforcing Mesh ASTM C847, 3 4 IbVsq yd. expanded metal, galvanized, self-furring type. B Sealant Type specified in Section 07900. 2 7 MORTAR MIX AND GROUT MIX A Mix and proportion pre-mix setting bed and grout materials in accordance with manufacturer's instructions and referenced standards. 2.8 SEALER A. Tile and Grout Sealer Aqua Mix Penetrating Sealer manufactured by Aqua Mix, Inc., www.aquamix.com 3. PARTS EXECUTION 31 EXAMINATION A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces 3.2 PREPARATION A Protect surrounding work from damage or disfiguration. B Vacuum clean existing surfaces and damp clean C Seal substrate surface cracks with filler Level existing substrate surfaces to acceptable flatness tolerances. 3 3 INSTALLATION - THINSET METHOD A Install mortar, tile, and grout in accordance with ANSI/TCA 108 5 and applicable tile installation standards of the TCA Handbook. B Lay tile to pattern indicated If not indicated, request from Architect Do not interrupt tile pattern around openings. C Cut and fit tile tight to penetrations through tile Form comers and bases neatly Align wall, base, and floor joints WLC/0414200 CERAMIC TILE WALL FINISH 09312 ADDENDUM 2 (3) REV 01/04 D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar or excess grout. E. Form internal angles coved and external angles bullnosed F. Sound tile after setting. Replace hollow sounding units G. Keep control joints free of mortar or grout. Apply sealant to joints. H. Allow tile to set for a minimum of 48 hours prior to grouting. I Grout tile joints J Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes 3.4 INSTALLATION - FULL MORTAR BED METHOD ' A. Install mortar bed, tile, and grout in accordance with applicable ANSI/TCA 1085 and applicable tile installation standards of the TCA Handbook. B Install membrane and reinforcing mesh. C Apply mortar bed over surfaces to a thickness of 3/4 inch D -Lay tile to pattern indicated If not indicated request from Architect Do not interrupt tile pattern around openings. E Cut and fit tile tight to penetrations through tile Form corners and bases neatly Align wall, base, and floor joints F Place tile joints uniform in width, subject to variance in tolerance allowed in tile size Make joints watertight without voids, cracks, excess mortar or excess grout G Form internal angles coved and external angles bullnosed H. Sound tile after setting Replace hollow sounding units I. Keep control joints free of mortar or grout Apply sealant to joints J Allow tile to set for a minimum of 48 hours prior to grouting. K. Grout tile joints L Apply sealant to junction of tile and dissimilar matenals and junction of dissimilar planes 3 5 CLEANING A. Clean work under provisions of 01770. B Clean tile surfaces 3 6 SEALING A Install sealer on all surfaces in accordance with manufacturer's instructions END OF SECTION WLC/0414200 CERAMIC TILE WALL FINISH 09312 ADDENDUM 2 (4) HEV 01/04 STANDARD SPECIFICATION SECTION 15041 DISINFECTION OF PIPING PART 1 - GENERAL 1.01 DESCRIPTION This section includes materials and procedures for disinfection of water mams by the continuous feed method or by the slug method. Disinfect in accordance with AWWA C651 as modified below. Other methods of disinfection wii! only be allowed with the written permission of the District's Representative. 1 02 RELATED WORK SPECIFIED ELSEWHERE A. Standard Drawings. B Pressure Testing of Piping: STD SPEC 15044. 1.03 JOB CONDITIONS A. Discharge of chlorinated water into watercourses or surface waters is regulated by the National Pollutant Discharge Elimination System (NPDES) Apply to cognizant environmental regulation authority and obtain permit for permission to discharge. Disposal of the chlorinated disinfection water and the flushing water is the Contractor's responsibility B Schedule the rate of flow and locations of discharges in advance to permit review and coordination with District and cognizant regulatory authorities. San Diego County Health Department. If there is any question that the chlorinated discharge will cause damage to the environment, then a reducing agent shal! be applied to the water to be wasted to neutralize thoroughly the chlorine residual remaining in the water See AWWA C651, Appendix B for neutralizing chemicals. C Use potable water for chlonnation. Provide a reduced pressure backflow prevention assembly if source of potable water is from public waterlines D Submit request for use of water from waterlines of Distnct 48 hours in advance. PART 2 - MATERIALS 2 01 LIQUID CHLORINE Inject with a solution feed chlorinator and a water booster pump into the pipeline at a metered rate for the continuous feed or slug method. Use an experienced operator and follow the instructions of the chionnator manufacturer. OMWD 03-1997 DISINFECTION OF PIPING STD SPEC 15041 -1 2.02 CALCIUM HYPOCHLORITE (DRY) Use tablets in wet trenches when connecting to existing waterlines to minimize contamination. 2 03 SODIUM HYPOCHLORITE (SOLUTION) Further dilute in water to desired concentration and swab or spray the inside surfaces of all new piping at connection points to existing waterlines. 2.04 CHLORINE RESIDUAL TEST KIT For measuring chlorine concentration, supply and use a medium range, drop count, trtration kit or an orthotolidme indicator comparator with wide range color discs Products Hach Chemical or Hellige Maintain kits in good working order available for immediate test of residuals at points of sampling. PART 3 - EXECUTION 3 01 CONTINUOUS FEED METHOD Introduce potable water into the pipeline at a constant measured rate. Feed the chiorine solution into the same water at a measured rate. Proportion the two rates so that the chlorine concentration in the pipeline is maintained at a minimum concentration of 50 mg/l Check the concentration at points downstream during the filling to ascertain that sufficient chlorine is being added 3 02 SLUG METHOD Introduce potable water into the pipeline at a constant measured rate At the start of the test section, feed the chlorine solution into the same water pipeline at a measured rate so that the chlorine concentration created in the pipeline is 300 mg/l Feed the chlonne for a sufficient period to develop a solid column or "slug" of chlorinated water that will, as it passes along the line, expose all intenor surfaces to a concentration of at least 300 mg/l for at least three hours 3 03 DISINFECTION OF VALVES AND APPURTENANCES During the period that the chlorine solution or slug is in the section of pipeline, open and close valves to obtain a chlorine residual at hydrants and other pipeline appurtenances. 3.04 CONFIRMATION OF RESIDUAL A. After the chlorine solution applied by the continuous feed method has been retained in the pipeline for 24 hours, confirm that a chlorine residua) of 25 mg/l minimum exists along the pipeline by sampling at air valves and other points of access B With slug method, confirm by sampling as the slug passes each access point and as it leaves the pipeline. OMWD 03-1997 DISINFECTION OF PIPING STD SPEC 15041 - 2 3 05 PIPELINE FLUSHING After confirming the chlorine residual, flush the excess chlorine solution from the pipeline until the chlorine concentration in the water leaving the pipe is within 0.5 mg/l of the replacement water. Use reducing agent if discharge of heavily chlorinated water would be damaging to the environment. 3 06 BACTERIOLOGIC QUALITY TESTS A Perform bacteriologic quality testing after disinfection, final flushing, and refilling of the pipeline. Collect two consecutive sets of acceptable samples taken at least 24 hours apart from the pipeline. Take samples from the pipeline at 1500-foot intervals and from each end. Repeat the process 24 hours later at the same sample points. The sample point spacing may be adjusted in the field by the District's Representative B Deliver samples to a certified laboratory within three hours after collecting and have a bacteriologic quality test performed, Test for coliform organisms and perform a heterotrophic plate count for each sample taken. Coordinate the collection of the samples with the laboratory's hours of operation and allow adequate time for the test results. C All samples must show the absence of coliform organisms and all heterotrophic plate counts must be less than 500 colonie forming unit/ml 3.07 REPETITION OF PROCEDURE if the initial disinfection fails to produce required residuals and bactenologic quality tests, conduct investigations into the cause of the contamination and correct the condition Repeat the disinfection process and the testing until satisfactory results are obtained. 3 08 TEST FACILITY REMOVAL After satisfactory disinfection, replace air valves, restore the pipe coating, and complete the pipeline where temporary distribution or test facilities were installed. 3 09 CUTTING INTO EXISTING WATERLINES When connecting to existing wateriines, use extreme caution to minimize contamination of the intenor passageways of the existing pipe, valves, and fittings. If the trench is wet, apply liberal quantities of hypochlonte to open trench areas to lessen the danger of pollution. Use " tablets in this situation for slow and continuous release of hypochlonte as water is pumped from the excavation Prior to the installation of new piping, swab or spray the inside surfaces of all pipe, valves, and fittings with a 1-percent hypochlonte solution END OF SECTION OMWD03-1997 DISINFECTION OF PIPING STD SPEC 15041 - 3 STANDARD SPECIFICATION SECTION 15044 PRESSURE TESTING OF PIPING PART 1 - GENERAL 1 01 DESCRIPTION This section includes pressure and leakage testing of pressure pipelines and appurtenances for transmission and distribution mains. 1 02 RELATED WORK SPECIFIED ELSEWHERE A Standard Drawings. B Record Drawings and Submittals. STD SPEC 01300 C. Disinfection of Piping- STD SPEC 15041. 1 03 SUBMITTALS A Submit shop drawings in accordance with Standard Specification Section 01300. B. Submit test bulkhead locations, pipe attachment details, methods to prevent excessive pipe wall stresses, blocking to overcome thrust conditions and design calculations C. Submit request for use of water from waterlines of Distnct 48 hours in advance. PART 2 - MATERIALS 2 01 TEST BULKHEADS Design and fabricate test bulkheads per Section VIII of the ASME Boiler and Pressure Vessel Code. Materials shall comply with Part UCS of said code. Design pressure shall be at least 2.0 times the specified test pressure for the section of pipe containing tne bulkhead. Limit stresses to 70-percent of yield strength of the bulkhead material at the bulkhead design pressure Include air-release and water drainage connections. 2.02 TEST OUTLETS AND TEMPORARY VALVES Provide additional outlets and temporary valves for releasing air or apply the test where automatic air valves or other outlets are available in the pipeline. Construct the outlets in the same manner as for a permanent outlet and after use, seal with a blind flange, pipe cap, or plug and coat equal to the adjacent pipe 2.03 TEST FLUID AND TEMPORARY PIPING Use only potable water for the hydrostatic pressure test Provide a reduced pressure backflow prevention assembly if source of potable water is from public waterlines. Provide OMWD03-1997 PRESSURE TESTING OF PIPING > STD SPEC 15044 -1 temporary piping to convey and dispose of the test fluid used in the pipeline. Disconnect and remove temporary piping after complying with the allowable leakage. 2.04 TEST EQUIPMENT Provide pressure gages, pipes, pumps, meters, and other equipment necessary to perform the hydrostatic pressure test. PART 3 - EXECUTION 3 01 GENERAL Subject the pipeline and appurtenances to a hydrostatic pressure test after the pipe has been laid and backfilled for required restraint. Allow concrete pipe anchors, collars, encasements and thrust blocks to cure for at least 7 days prior to pressure testing. Allow concrete structures to attain the specified 28-day compressive strength prior to testing. Existing facilities will be operated by or under direction of the District's Representative only. 3.02 TESTING AND DISINFECTION SEQUENCE A. Perform required disinfection after pressure testing, except when pipeline being tested is connected to a potable water pipeline. B Locate and install test bulkheads, temporary valves and connections to existing pipelines, and other appurtenances in a manner to provide air gap separation between existing potable water pipelines and pipeline being tested Disinfect water and pipeline being tested before pressure testing when connected to a potable water pipeline. C See Standard Specification Section 15041 for chlonnation requirements 3 03 LENGTH OF TEST SECTION Test the pipeline in sections. In any one test, do not exceed more than 2 500 feet, the distance between closed valves, or as directed by the District's Representative. 3.04 INITIAL PIPELINE FILLING Maximum rate of filling with test fluid shall not cause water velocity in pipeline to exceed one foot per second. Expel air from the pipeline while filling and prior to testing. Provide necessary outlets to fill and test pipeline. Allow 72 hours for the water filled pipeline to soak and release entrapped air prior to testing. 3.05 PRESSURE AND DURATION OF TEST A. Base pipeline test pressures on the test hydraulic gradient elevation (HGL) as shown on the Drawings. If no test HGL is shown, subject the pipeline at the low point in the test section to a hydrostatic test pressure which is 50 psi in excess of the rated class pressure of the pipe. OMWD 03-1997 PRESSURE TESTING OF PIPING STD SPEC 15044 - 2 B Maintain the pipeline test pressure for the following duration and restore the test pressure whenever it drops 5 psi. Use a calibrated recorder during the test and provide a record of the test to the District. Nominal Pipe Size Duration of Test (inches)' (hours) 18 and less 4 20 and greater 8 3.06 ALLOWABLE LEAKAGE A. Apply the test pressure with a positive displacement pump Provide a snubber or dampener between the pump and the pipeline to reduce instantaneous pressure pulses to 10-percent of the test pressure Draw test fluid from containers in which the volume of water can be readily measured or through a positive displacement meter B. Leakage shall be considered as the total amount of water pumped into the pipeline during the test period. The allowable leakage for aboveground and buned piping having threaded, soldered, welded, flanged, push-on joint, mechanical joint, and rubber gasket joint shall be zero. 3 07 REPETITION OF TEST If the actual leakage exceeds the allowable, locate and correct the faulty work and repeat the test until the leakage does not exceed the allowable. Restore the work and all damage resulting from the leak and its repair All visible leakage shall be eliminated. 3 08 BULKHEAD AND TEST FACILITY REMOVAL After a satisfactory test, drain the water; remove test bulkheads, temporary valves and piping, and other test facilities; connect to existing facilities, and restore the pipe coatings. END OF SECTION OMWD 03-1997 PRESSURE TESTING OF PIPING STD SPEC 15044 - 3 GENERAL POTABLE WATER SYSTEM NOTES 1. Potable water works shall be constructed in accordance with the details and materials as specified in the most recent edition of the Olivenhain Municipal Water District (District) Standard Specifications and Drawings for the Construction of Water Mains and Facilities, including all amendments adopted prior to the District approval date on these plans. Contractor shall have a copy of the Standard Specifications on the job site at all times. 2. The submission and review of all submittals as required by the Standard Specifications are to be accomplished prior to the pre-construction meeting with the District's Inspector. 3. Unless otherwise noted,.connections to existing mains shall be made dry. The time and duration of any shutdowns of existing mains shall be subject to approval by the District. District shall be notified two weeks minimum in advance of any shutdown. 4. Contractor shall coordinate with District all arrangements for high-lining temporary services prior to shutdowns. No shutdowns will be scheduled on a Monday or Friday. 5. Contractor shall review all proposed trench work with Cal/OSHA. A copy of exemption letter or trenching permit, if required, shall be submitted to the District prior to construction. 6. No work may begin or proceed without direction of District's Inspector. Contractor shad notify the District inspections department 48 hours prior to the beginning of work to arrange for inspection of the project. 7. The Contractor must call "Dig Alert of Southern California" to have underground service utilities located prior to construction. This call will be made at least 48 hours in advance prior to any work being performed in public right-of-way. (Dig Alert phone: 800-227-2600) 8. Ail existing facilities which may affect project construction, i.e., line crossings, line paralleling, or proposed connections shall be field-verified before any construction begins. 9. The Contractor shall furnish and install per the Standard Specifications the appropriate buried utility warning and identification tape above all public water lines including water laterals located in public right-of-way. 10. All deflections (horizontal and vertical) shall be made by use of joint couplings with 4e maximum deflection per coupling (2s per joint). No bending (curving) of pipe shall be permitted. 11. Manual air releases shall be installed at all high points and blow-offs at all low points in the water main profile. Place manual air releases and blow-offs within meter box and locate behind curb unless otherwise approved by District's Representative. Fire hydrants may be used in lieu of a manual air release or blow-off when located at or near high or low points, as approved by the District's Representative. 12. Contractor shall tie off all valve locations and provide written dimensions to Inspector immediately upon installation of valves. 13. Fire hydrants, as approved by the appropriate Fire District and meeting the District's Standard Specifications, are to be installed at locations specified by the Fire District. 14. All design changes to the water system shall be approved by the District Representative in writing prior to construction and acceptance of the change. 15. The water system shall be pressure tested in accordance with the procedures in the OMWD Standard Specifications. The class of pipe shall be used as the designated working pressure for testing all pipe, valves (closed) and appurtenances. 16. Pipelines and appurtenances shall be disinfected in accordance with Section 15041 of the OMWD Standard Specifications prior to tie-in or connection to existing system facilities. Bacteriologic quality test results shall conform to the criteria specified in that specification. 17. Contract Record Drawings must be submitted prior to final acceptance of work. The plans must provide post construction verification of the location and elevation of pipes and appurtenances. 0"3 JS 1 a S0 Oz £ O•MB ^P"5<®^i%IP intan*y. 16 j/5 H 0 ***. VI . «,^ *'•; «i -»<-' O ;# S C "SI z * 1 s**y ™"™"> |f * — I2 |s ^ *F.-;§5 §; #1r'?**^ v.| ?Ti ft*1' 1\" ^«j^r«g '"*M i V * S»H3 T ^* ill |1 RECESSED SEAT CCA. ;(C^ d; B|j ;O| f- 101 si - Z £ " d*%sO! fii£U 1 •1.i3£ ^%&RECEPTACLE/i RECESSED WASTE 1S *t*SSi ~z y-Jo - ~ S s S£ *£•J « Z £- «Ca ?£tg?r~-tECEFfACLE/1 RECESSED WASTE 1if* ss 1 '• ~ "'. 3,E Mi- i 1 i 1 •QWEL wsreN[RECESSED PAPER tTRASH CANI 0 § rn r*si »4 S3 * 1 i c, ! o ' ' E! = S C'i C ^f \0 i ^g! *" *"~ ™1_ _^ ... " "~ — S S £ "r " s •i ^ !H *£3 IROBE HOOKft 8 INCH LONG !X»W|34 INCH IjONG TOWr " i i 3O wy™— f'i | K i W — *"$ ? *^-S ^2> *C; 'C-f^* | r* f f^ e ! as S3 s 1 C^-i SS S ' rl O s i 1 l> SHELFJSyRPACfiMOUNIt;]—•; — i i 3IS& *t , 1*1 f,S * is^ : 1 | V-/S •G i"~ "VJ i ™ -^ ! £*" { ;bflSPENSER|KEt fcSSKU SUAI' CJi[RBCRSSED SOAP i>i' g | T ^£ d: i tZ- i£> w C5 z r, ¥ z a> SOAP DISH:COUNTrfiR-MOllNTlS OP JT O jj ENCH URAU B/[TWO WALL S6 ss 54f- S^ SS2 O 5« 1j~ ^ z JMtRROR Wmi STA!S**t~ K *"& 1*». s S £U 1 iNLESS STEEL'(MIRROR Wrm STA!« K ^»1 1"*•* £3 2 & 1 [NIJKSS STEELIMZKROR WmifHAIiSC **¥ X f*J S<•*» S£ 2 ,». £ I INLHSS STEELMIRROR WrFHSTAiao«^ X 'SS s"TC2 i UiS•<INLESS STHELMIRROR Wmi STA!S*5P a< M Im» £S -*< tS ?•* r fNi IT sueiJ7[(irsitmKNSiniLi^K r^2S >WLC Architectsx^::m£$&wtmte*?m3S3&--$&&:*??&££ SOUTHERN CALIFORNIA Virginia Dare Tower 10470 Foothill Boulevard California 91730-375-1 fel 909-987-0909 fox 90?-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWM KC CHECKED KN DATE 03/20/2007 SCM£ AS NOTED JOS NO, 04142.00 R£F, - TOP OF PILASTER BEYOND BLOCS! NUMBER XDOWMt REVISION DATE 0*01/2005 SEE CIVIL DRAWINGS CONC. MASONRY CAP, TYP. 2" x 2" x 3/18" T.S. RAILING TOP & BOTTOM 16" x 16" CONC, MASONRY PILASTER BEYOND 2"x2"x3/16"T.S. POST GROUTED IN CONC, MASONRY WALL 3/4" x 3/4" x 16 GA. TUBE STEEL PICKETS @ 4" O.C, CORE DRILL 3* DIA OPENING & EMBED POST IN NON-SHRINK GROUT CONC, MASONRY WALL LANDSCAPING OR CONC, SIDEWALK, WHERE OCCURS CONCRETE FOOTING OUTLINE OF CONCRETE FOOTING FOR CONC MASONRY PILASTER BEYOND NOTE: FOR ADDITIONAL INFORMATION SEE CIVIL DWGS. AND DETAILS 15/S-1.3 AND 24/S-7.1 JOB NUMBER 041*2 SITE WALL WITH TUBE STEEL FENCING 3/4«=1'-Q« •FT" >WLC Architects SOUTHERN CALIFORNIA Virginia Dai® Tower 10470 Foothill Boufevorrf Kancho Cucamangc California 9173&37S4 tel. 909-987-0909 fax- 9Q9-9&0-998Q CARLSBAD FIRE STATION No. 6 CARLSBAD, CA W3DENDUM2 DRAW KC CHEC1SO KN DATE 03/20/2007 SCALE AS NOTED, JOB NO. 04142.00 REF. 3/A-1.3 NOTE: FOR ADDITIONAL INFORMATION SEE CIVIL DRAWINGS AND DETAIL 23/S-7.1 VARIES CONG. PAVING, SIDEWALK OR LANDSCAPING, WHERE OCCURS 2" CONG MASONRY CAP SEE CIVIL DRAW! T.O.W. 1 WINGS I CONC. MASONRY WALL 6" CONCRETE CURB, WHERE OCCURS CONCRETE FOOTING CONC. PAVING, SIDEWALK OR LANDSCAPING, WHERE OCCURS FiLBCSI NUMBER: XD02-030 REVISION DATE M/1SQ004 SITE WALL 3/4"=V-Q" •WLC Architects SOUTHERN CALIFORNIA V.rgima Dare Tower 10470 Foothill Soutevord Rancho Cucamongo CoWomio 91730-3754 tel, 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KG CHECKED KN DATE 03/20/2007 SCALE AS NOTED: JOB NO 04142,00 REF. 4/A-1.3 ~r~_"f - \ RE X NOW. COWfWCTQRTOQSTO OAST «*PUTg GOIOWB CSMCMETC tMSW .. STOW MHBFR fWliSM SXHaBOR PLASTER FWSM :z_l MONUMENT SIGN ELEVATION 15 •rr WLC Architects SOUTHERN CALIFORNIA Virginia Dam Tower 10470 Foothill Boulevard Rancho Cvcamanga Cyjfem,'0 9! 730-37'54 tel. 909-987-0909 fcnr 909-980-9980 CARLSBAD FIRE STATION No. 8 CARLS8AD,CA ADDENDUM 2 mm KG CHECKED KN DAT! 03/20/2007 AS NOTED JOSNQ, 04142.00 REF, 15/A-1.3 ADD-M • NOTE: FOR ADDITIONAL INFORMATION, SEE DETAILS 19/S-1. 3 -*• AND20/S-1.4 1 s CO j B ? - ~ 3" l?oT tx_e "'^"OD ' ™ "' ' « * -J "" -A i RLSCS! NUMBER, XD02-82S ^ f/ / / £T ~r & .. ^ f -'A • / / / * i Tr'" - :..ii ,_!_y_ .V /f CONCRETE CAP T - . STONE VENFFR FINISH BEYOND 8s* DoprMc&rkNi r* M 1 1 yt/Ai s y— — — CONCRETE CURB / —CONCRETE SIDEWALK * X ••• 1 ': !A _ •' ^^ * 4 REViStON DAT! MONUMENT S - . . j j V/VJUWI \i_ I l_ 1 \J*JllttU U~ OUTLINE OF CONCRETE 1 FOOTING FOR CONCRETE J MASONRY PILASTER IN THE BEYOND ; 11/01/2005 JOB NUMBER 04142 i GN SECTION 3/4-i,o» 1 8 -, WLC Architects SOUTHERN CALIFORNIA Virginia Dona Tower 10470 Foothill Boulevard JvQrtCnO C^t/COIDOflQO Cd/ifomio 91730-375^ te/ 909-987-0909 fax- 909-980-9980 CARLSBAD Ff! CARL APPL DRAWN KC R£F. € STATION NO. 6 CHECKED KN S8AD, CA DATE 03/2Q/2Q0? Aj :fynt!M? SCALE AS NOTED AL 18/A-1.3 IMS IABMA n/«'ij«'j n« I I FlUE/CSi NUMBER. X002-02T DIA. #4X6" LONG GALV, RE8AR. EMBED AND GROUT INTO CMU WALL AND WELD TO POST CONC. MASONRY CAP #4X6* LONG GALV. REBAR, EMBED AND GROUT INTO CMU WALL AND WELD TO POST SEE CIVIL DRAWINGS 2" x 2" x 3/16" T.S. GATE FRAME CONG, MASONRY WALL PERFORATED METAL BEHIND T.S. FENCING GATE HARDWARE 3/4" x 3/4" x 16 GA. T.S. PICKETS, TYP. @ 4" Q.C. 2" X 4" HEAVY DUTY BLANK HINGE, 3 PER LEAF 2" x 2" x 3/16" T.S POSTS CQNC. FOOTING COORDINATE INSTALLATION VW FOOTING FOR BUILDING AND SITE WALL REVtSJON DATE QSOWQ04 JOB NUMBER 04142 SITE GATE - ELEVATION 20 •rr >WLC Architects SOUTHERN CALIFORNIA Virginia 0am Tower if 0470 Foothill Boulevard Rancha Cvcamanga California $1730.3734 ftirf. 909-987-0909 few: 909-980-9960 CARLSBAD FIRE STATION No, 6 CARLSBAD, CA ADDENDUM 2 mm KC CHECKED KN DATE 03/20/2007 SOLE AS NOTED 04142,00 P. 2WA-L3 mrr >WLC 'Architects SOUTHERN CALIFORNIA Virginia Dorv Towef 10470 Foothill Boulevard Kancho Cucomongo Colrfomw 9?73a37S4 te/- 909-987-0909 fex 909-980-9980 CARLSBAD FIE STATION No. 6 CARLSBAD, CA ADDENDUM 2 ORAWN KC- CHECKED KN DATE 03/20/2007 SCALE AS NOTED! JOB NO, 0414200 REF. 8/A-2.1 •A? • • ~ 2' X 2' SUSPENDED ACOUSTICAL TILE j """ 6/8" GVPSUM BOARD CtJLING, SUHM 1 , SS56SS55 CERAMIC TILE "=" '"'": - " bXIbKIUkPLASIbk ^Z^~^^^ tXPOSbU IWASONRY •*-~s/'~-xx-^^ g-grgj THCSS , ,. .„ , , a* v *» nFcnRATivF" wnfin RFAPJ fs Q' •~-^v^xA^-VV»^x^v>_^V~-^V^^^ ZS, _^ 2S .Js ADDITIONAL INFORMATION 201^ "" bLEC 1 RtCAL EQUIPMENT, Sbk bLbC 1 \ r, ADDITIONAL INFORMATION „ .,„ I * eo OR CASED OPENING ROOF ACCESS HATCH, SEE DETAIL 17/A-8.3FOR ADDITIONAL INFORMATION /2\ •"X^-^X^N^-^^N?^^ 4" O.C., SEE 1/S-8.2 FOR ) >---AS^^A>^^SW^^X-^WICAL DRAWING FOR *!CAL DRAWINGS FOR 11 OVERHEAD REEL, VERIFY EXACT LOCATION WITH ARCHITECT MATERIAL LEGEND 2 •PT WL< mm SOUTHERN «SSK2t CARLSBAD FIRE STATION No. 6 : ? CM 70 Foothill Bavl€ivard f^APi COAH fARoncte Cocomongo UnRLgDny, Un California 91 730-3754 , ---.,-., „ , rt ^ 909.9B74909 ADDFNH M ? KIHSHISIH^ fax' 909-980-99SO ...--. ,m$m KG RIF, 2/A-2.3.2.4 O€0^3 KN DATE Q3/20eOG7 A| soy.E 'AS NOTED fill)D-A8 .mRian n^t-tit^nn mrr WLC Arcnitectsi SOUTHERN CALIFORNIA Virginia Dam Towttf 10470 Foothill Boulevard Rancha Ct/comongo Co«fom,0 91730-2754 let 909-987-0909 fax 909-980^9980 CARLSBAD FIRE STATION No, 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DAT!03/20^200? SCALE AS NOTED JOB NO, 04142.00 REF, 8/A-2.5 0 •rr WLC 'Architects SOUTHERN CALIFORNIAVirginia Dare Tower 104m Foothill Boulevard Kancho Cucsrmongo Coflfomio 91730-3754 fcrf- 9Q9-987-0909 fax 909-98&-9980 CARLSBAD FIRE STATION No J CARLSBAD, CA ADDENDUM 2 mm KG CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB-NO. 04142,00 WBF. 5/A-3.1 0 •FT" WLC Architects SOUTH1RN CALIFORNIAVirginia Dors Tower !0470 Foothill Boulevard Rancho Cucomongo Ca/ifomio 9)730-3754 fet 909-987-0909 fox 909-980-9980 COO Of LU UJ CO ofUJ ce^_ 8a CARLSBAD FIE STATION No. § CARLSBAD, CA ADDENDUM 2 KC CHEOffiD KN DAT! Q3/2QSGG7 SCALE AS NOTED! JOB NO, 04142,00, REF. 6/A-3J ADD-A11 Q ID O UJLUe/3 ofLU O Q •rr WLC Architects SOUTTH1RM CALIFORNIAVirginia Oore Towor \ 04 70 Foothill Boulevard CoWomio 91730.3754 teL 909-987-0909 fax. 909-980-9980 CARLSBAD, CA ADDENDUM 2 KG DATE 03&GSQQ7 SCALE AS MOTED , .04142,00 ' FBI 7/A-3.1 too OL fe LU Hi CO ofUJoCD I O Q mrr WLC Architects SOUTHERN CALIFORNIA Virginia Dam Tower !04?O Foothill Boulevard Kancho Cwcomonpo Colifomio 91730-3754 fe/.- 909-987-0909 fox: 909-980-9980 CARLSBAD FIE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KG CHECKED KM DATE 03/20/2007 SCALE AS NOTED! JOB NO. 04142.00 REP. 8/A-3.1 ADD-A1 TILE OVER LIGHT WEIGHT CONCRETE AND WATERPROOF MEMBRANE RAILING POSTS BEYOND STRINGER PER STRUCTURAL DRAWINGS REESE S404A, SECURE AT LANDING SIDE CONCRETE FILLED TREAD, TYP 1 1/4" x 1 1/4" x 3/16" x 2" LONG CARRIER AT EACH SIDE 2X WOOD FURRING THIN-SET TILE OVER WATERPROOF MEMBRANE FLASHING CONT BACKER ROD AND SEALANT 2" x 3° WOOD FURRING • 2" x 10" FLOOR JOISTS FiLSCSl NUMBER XD09-332 REV1SK5NDATE 12/01/2006 PLYWOOD SHEATHING, TYP. WOOD BEAM, SEE STRUCTURAL DRAWINGS • EXTERIOR PLASTER OVER BLDG. PAPER AND MTL. LATH, TYP JOB NUMBER. 04142 EXTERIOR STAIR DETAIL 3"=1'~CT •rr WLC Architects! SOUTHERN CALIFORNIAVirginia Dare Tower 10470 Foothill Boulevard Koncha Cucomongo California 91730-3754 te/- 909-987-0909 lax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO 04142.00 REF. 20/A4.3 M14 2XWOOD FURRING RAIL POST BEYOND 2X WOOD STOPPER TILE OVER LIGHT WEIGHT CONCRETE AND WATERPROOF MEMBRANE SU8FLOOR 2" x 10" FLOOR JOISTS THIN-SET TILE OVER WATERPROOF MEMBRANE FLASHING CONT. BACKER ROD AND SEALANT PLYWOOD SHEATHING, TYP. WOOD BEAM, SEE STRUCTURAL DRAWINGS FILE/CS! NUMBER XDW-033 REVISION DATE f2/0tffi008 2" x 4" WOOD FURRING EXTERIOR PLASTER OVER BLDG. PAPER AND MTL LATH, TYP 041*2 EXTERIOR STAIR DETAIL 24 WLC •Architects SOUTHERN CALIFORNIA Virginia Dor© Tow^f J0470 Foothill Boulevard Koncho Cueamonfiro Coiifemte 91730-3754 fat 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED JQ8 NO. 04142,00 # 101 ita tea me \m KM (W 108 tog 118 111 112 (13 IM «S !« 1iT its ftg 520 «1 12J t^3 »Z4 ta a< ^9J JW 2!M :-x 2% Z8? ^8 ROOIWIE EXTEROU LMtSY OPES OFFICE loiurr HAU.WAY OffffiE B£»«MTOHY swowEsrroito- fX»»HTO8Y msRwrmf OORMTORY KMXWAY CO?WWiB^CAY!Ot^ R0ffiy Ef£i£^3T^*CAi. ROOM SHOWSiOTOSjT cysfowu. SMOWSWTOltjET SWOMJSUKDS* sTowor "_am?»,««r ROOM VtJST»yi£ TOE wsr« ROOM *«»AR»IUS SfX» TURNOUT 100CR HOCM SICBJUX WTBWSRSTAIMWJ' NAU.WSSY wra*M OIH1SOKXM StSJKJW* TOS.ET DAY ROOM EiCSOSCfHWM seat • RES aw «ES «3 KfS CER RES RES ms ms RES MS an ecu CE» R£S M» mis S£S (as CONC CCWC RE£ ms ms RES RES cut OSS f!£S KS CSR OONC cwr as a»r CPT CPT CBS C*T O" CW CP» CGNC crate CER CSX CER com OP- CONS CONS OOMC CONC CONC CONS I9M U>~ ET ET ew c» err An. CCS WffiKXJf 8 . - - . - CER - . - - tes - - - • - res - - - - - - - - 1 - - - - . - OEB • ~ - 1 - - - - - - - - - - GSR - - - . . - - - - . - - WS g sv SYP CES 3W> HYP GYP cst GYP SYP SYP GYP SYP <5YP era GYP CE« GYP OYP 0YP SYP GYP OKU CMU CWU GYP OYf> GYP GW era £CT GYP 'Hi PLA . PIA SYP COS ST!» GYP GYP etR GYP Sff OYP OYP GYP QYP OES OW OFH CMU aw orp osw OYP QUU C5SU CMU GYP OYF GTP SYP CSR CES GYP 0» PtA i PIA ®YP cat SYP fffl» GYP CEft (SYP OVP GYP <3YP GYP BW CIS OVP CS« BtP SYP 8YP SYP SYP CWJ CMJ CMU GYP SPV iSYP SSYP am OPS OYP sw RA _ SV ore CEH «•» £5«P GYP OJ» GYP SYP ore OYP QYP OYP CES GYP CSS GYP SYP SYP aw OfP CMU 0*U SYP (SYP <J»f> ow SVP CW! on srp OYP PIA UTEfWSHEETA.7 A-7 A-? A-7 A.7 A7 ATI A-75 «-?! - fcM A 72 *•« *-?*' *•« *.?! - A.'3 A-T^ A-T3 AT3 A-7J *.fj A-T3 M3 *7JI | ta« FINISHES riOOdPWN KEiSKA-Si f OR W*8HB» FLOOR J>tW, WE J»-8S - • - - - - - - . - - - FOR !=•»««£» R3ORPIAN 3£E2S».a.4 flX F'NISHEO ROOK PLMf SEE 2!** 4 FINISH SCHEDULE »rr WLC Architects! iaa»taaumu reaox smmut SOUTHERN CALIFORNIA Vifgimo Dora Tower 10470 Foothill Boulevard Rancho Cucamanga California 91730-3754 to/ 909-987-0909 %x 909-980-9980 CARLSBAD FIE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED IAR !UA HA 149 CM1 REF. At A-5.1 ID-1 1 wrr WLC Archltectsl j 2 J « S e 7 8 S "0 )1 12 T3 M ts 18 17 ts 1» 20 21 22 23 a 25 3S JJ ss » 30 3» ( 32 33 34 35 38 rS 38 "^-^ (WStDXifelGHT) »*xr^r M-TXHfl' WJrx«4-«- 3--a*X7-.S- 14 ^-X 14V M-0-X14.T M-xr-s- yjrxr-r »-xr.3" jwrxTvr y-a-xr-5- T-0»XT-r y-rxr-r y-trxr-y ;wxw a*xry SMrxr-ar T-iTXW sr-e-xr.2- s-^-xr^r y-s-xr-r s-*"3(r-r M-XJV ff-a-xr-r MTXT.2- M-xr-r iwrxr.!- jigy wxr-r^^ M-a-xr.*' ^->^*&JLS*v^->.yjfxr-i' *"*"N^^5pf«5«*^^!f T-C* x r-z* *"" r-trxr-r ff-o* x r^r VE»T -^—J*8©1^-—^j'^rstT.r ^'^^^™-^M^*-^* A 8 9 C e a D A 0 D B 0 S 0 0 0 0 C 0 0 0 a s A O rSc G E r*»C V B S e H -ft* 0 «•*"•••« I «w - 1W ISM' «J»' 1»« iaa- tw 1W tar IW la^c t«r <3»!" 1S»P tUf I3»' 13*»' 1 S« i vr 1 W 1S» 1W | 1JM- 1W 1W t»' tIM »SS1* »*«• 1W >»• •s^«^. !»•r*^*tx**. 3* -S-C•( . I -I•1 •f • 1.£ .(,-/ -v-|f- . -\ -f - / ~ i.{ -| -{ "1• j -\ -^-f-* -^-( ^Ar"*A I 1 2 i S 2 2 4 J S 5 8 6 J 8 3 W 11 « 6 n « M 1! n 31 1! S S IS 3 W 11 te !' •B 1» ^J^ •8 '^•^ ^w I r - - y - - Y r Y y r r - r f • Y Y - r - y y " - y Y . Y y - •*•*•%r fcM**^ 1 V V Y Y - V y - Y •mt**^ ^7^ } ) 1 ! ) I ) ) ) ) I )1 ) ) ) ) } ) } ) ) SOUTHERN CALIFORNIA Virginia Dare Towsr ifCW70 roofh:!! Boulevard Rancho Cucomongo Cotfomia 9! 730-3754 te?, 909-987-0909 fe* 909-980-9980 CARLSBAD FIRE STATION No, I CARLSBAD, CA ADDENDUM 2 DRAWN KG REF. A-5.1 3 CHECKED KN DATE 03/20/2007 A I! I A ' / SCALE AS NOTED fll^U fl f inRNn a<ii4'jnn mrr WLC I'Arcnitects SOUTHERN CALIFORNIA Virgmia Dor® Tow©?" 70470 Foothill Boulevard Rancho Cucomongo Californta 91730-3754 te/ 909-987-0909 fax 909-98O-9980 CARLSBAD FIRE STATION No.6 CARLSBAD, CA ADDENDUI2 DRAWN KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO. 04142,00 REF. 14/A-6.1 wnr WLC Architects SOUTHERN CALIFORNIA Virginia Dars Tower 10470 Foothill Boulevard Rancho Cucomongo California 91730-3754 iet. 909-937-0909 fox- 909-980-5>980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN KC CHECfED KN DATE 03/20/2007 SCALE AS NOTED, JOB NO. 04142.00 A PLAN SCALE lff^l-0" WTMEK SHAMTE TABLE WIER MO WSUJ NINETYDECREE MTtRSECnONS OFK5S fUONTA PIPE we J5EB TO SIKi P!K L^g PtgE E__TAiLE_TOP_gOQE. DINING ROOM TABLE wr-r-o* WLC 'Architects SOUTHERN CALIFORNIA Virginia Dora Tower 10470 Foothill Boulevard Concha Cwcomonga California 91730-3754 fe/ 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAW KC CHECKED KN DATE Q3/2Q/2Q07 SCALE AS NOTED JOB NO. 04142,00 REF, 2/A-6J2 STONE VENEER, TYP. 2" x 4" WOOD FURRING, TYP. EXTERIOR PLASTER OVER MTL LATH AND BLDG PAPER RLE/CSl NUMBER XD09-Q34 REVBiQN DATE. C1/02/2W7 FRAMING, SEE STRUCTURAL DRAWINGS PLYWOOD SHEATHiNG SLOPE 1/4" PER FOOT AWAY FROM WALL @ HEAD CONDITION SMOOTH FINISH, TYP. JOB MMBCR W142 STONE VENEER DETAIL 1 1/2"=1'-0" WLC ArcNtects £tSCSCtX«l*Mjm4 /li^OStf &&OtmU£ SOUTHERN CALIFORNIAVirginia Dare Tower 10470 Foothill Boufevord Rancho Cucomongo CeWomio 91730-3754 te/ 909-987-0909 fair $>09-980-?$»80 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 Df?AVW KG CHECSCD KN DATE 03/20/2007 SCALE AS NOTED JOB NO REF. 3/A-6.2 mrr >WLC •Architects SOUTHERN CALIFORNIA Virginia Dam Tower 10470 Foothill Boulevard Rancho Cucamonga Cofcfomio 9)730-3754 te/ 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO. 04142,00 REF. 8/A-6.2 r T-3* SVT m HORTM SOUTH IT r \ \ L £43 EAST Difl WEST mrr WLC •Architects SOUTHERN CALIFORNIA Virgtmo Dare Tower W470 foaihtll Souhvard Rancha Cucamonga California 91730-3754 te/. 909-987-0909 fox; 909-980-9980 FIRE No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DATE 03^20/2007 SCM.E AS NOTED! JOB NO. 04142,00 REF. 3/A-7.1 VJff,1,_0. STRUCTURAL DRAWINGS +8'-8 A.F.F. • GYPSUM PAINTED +T-4 A.F.F.=if ' FIXTURE, ELECTRICAL DRAWINGS PAINTED FfLE/CS! NUMBER XD08-C3S REVJSIONDATE 01(02/2007 JOB NUMBER 04142 SOFFIT DETAIL 3/4=r-o 15 mrr WLC Architects SOUTHERN CALIFORNIA Virginia Dare Tower 10470 Foothill Boulevard Koncho Cocomonga CaMbmio 91730-3754 te/ 909-987-0909 fax: 909-980-9980 CARLSBAD FIRE STATION No, 6 CARLSBAD, CA ADDENDUM 2 DRAVW KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED! JOB NO 04142.00 REF. 16/A-8.t 2"x2"x3/16"T.S. FRAME 2" x 4" x 1/4" T S. FRAME TOP AND BOTTOM 2" x 2" x 3/18" CURVED T.S. FRAME, VERIFY SIZE ART PIECE, VERIFY SIZE 5'.2" •LINE OF FIN. SLAB 5-2" 2" x 2" x 3/16" T.S. FRAME - 3/4"x3/4"x16GA. T.S PICKETS @ 4" O.C FILE/CSl NUMBER. XDG2-031 REViS!ON DATE 01/Q2.'200?JCB NUMBER. 04112 ART PIECE 1/2"=r-o"19 WLC iArcnitects SOUTHERN CALIFORNIA Virginia Dare Tower 70470 Foothill Boulevard Rancho Cticomongo Cafcroo 9)730-3754 tel. 909-987-0909 fox 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUI2 DRAWN KG CHECffiO KN DATE 03/20/2007 SCALE AS NOTED JOB NO 0414200 REF. 19/A-8.1 2"x4"x1/4"TS 3/4" x 3/4" x 16 GA. T S. PICKET @ 4" O.C., WELDED TO 2" x 4" x 1/4" T.S. GATE FRAME AND 2* x 2" x 1/4" CURVED T.S. FRAME 2" x 2" x BEYOND 2" x 2" x FRAME T.S. T.S RLBCSi NUMBER: X0Q2-332 REVISION DATE 02/01OT07 1" x 1" x 3/16" CURVED ANGLE, WELD TO 2" x 2" x 3/16" GA. CURVED T.S. FRAME AND ART PIECE JOB NUMBER 04142 GATE DETAIL HALF 23 •rr WLC ; Architects SOUTHERN CALIFORNIA Virginia Dare Tower 10470 Foothill Boulevard Co!<fomro 91730-3754 te/. 909-987.0909 iox- 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KG CHECI^D KN DATE 03/20/2007 SCALE AS NOTED JOB NO, 04142.00 REF. 23/A-8.1 x=^2 1 3><!' T- A APnn^TIP IN*5tI! ATfDN 1, pypr»j JM nnAPn m , TT...TrTIM1 __ . .-. pi II I Lipinj-iy &J|cjrjrvo uii/ CONT. STAINLESS STEEL TRIM '-< ir--. __._„ _. r^OAMHtTTK1 r*/^MMfTClDTOlD <JCC 6/A-8.2 ^ \ / '-'urtJ > / \ ^-^ — --^ >v >s ,. o V (WOnn TPARjI'MO MOTr*U — ^ AS REQUIREDi 1 ( 1 _„,,—_......,..__.... i ftvic AC rKACprtft//^iQi^' 5s S U ) ^f*5 . , .... , . f~fM 01 1 rr it r^tiTvoiMr1* r*t\ /r? r> r*i 11 i\^ y s I 'ilM 01! I r LUUlMNis UVUK 1 ULL ~~ ,/ MORTAR BED _,,X*^ .,„._,_ ,„_„.., Dcifitsmor^rKJO x^ / * CONCRETE SLAB ^ X^ t/ ^ '* . A / • ' ' "*" - 1 & ^ ?• jC " _ 4 •« ' « * FILE/CSf NUMBER XOW-094 REVISION DATE 0*01i7Q05 JOB NUMBER 04142 LAVATORY COUNTERTOP i-^ 9 •rr WLC Architects- •• SOUTHERN DRAWN KC REF. CARLSBAD FIRE STATION NO. 6 CHECKED KN "LTo^rrr CARLSBAD, CA DATE 03/20/2007 T C^o9.l87/3oaw4 ADDENDUM 2 SCALE ASNOTED ™ 9/A-8.2 ID-A27 fax 905>-?80-9980 ,nn Mn nA4.^nn CONCRETE TILE ROOFING- 2x4 WOOD TRELLIS, TYP.. PAiNTED 6x10 WOOD BEAM, PAINTED 6 x 14 WOOD BEAM, PAINTED 6x6 WOOD POST, PAiNTED FfLeCS! NUMBER XOOS-Q14 REVISION DATE 02/01 f2007 JOB NUMBER 04142 WOOD TRELLIS @ 2ND FLOOR 1/2"=r-o"15 •rr WLC :• Architects SOUTHERN CALIFORNIA Virginia Dare Tower 10470 FootMl Boulevard Kancho Cucamanga California 91730-3754 tol: 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAVW KG CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO, 04142.00 REF 15/A-8.2 2x4 WOOD TRELLIS, TYP., PAINTED 6x10 WOOD BEAM, PAiNTED 3" WIDE x 1/4" THICK BENT PLATE ON EACH SIDE OF BEAM, PAiNTED 6 x 14 WOOD BEAM, PAINTED 11" LONG x 1/4" THICK BENT "U" PLATE, PAiNTED 3" WIDE x 1/4" THICK STRAP ON EACH SIDE, PAiNTED 6x6 WOOD POST, PAINTED NOTE: FOR ADDITIONAL INFORMATION, SEE DETAIL 2QA/S-8 3 WOOD TRELLIS 2ND FLOOR mrr WLC Architects SOUTHERN CALIFORNIAVirginia Dam Tower 10470 Foothill Boulevard Ronefco Cucamongo California 91730-3754 *»/ 909-987-0909 fox 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO 04142.00 REF, 16/A-8.2 2x4 WOOD TRELLIS, TYP., PAINTED n n H.S.S. 5" x 5" x 3/8" POST PLYWOOD SHEATHING 2X WOOD FRAMING EXPANSION STRIP, TYP CONCRETE SIDEWALK 6 x 12 WOOD BEAM, PAINTED 6x6 WOOD POST, SEE STRUCTURAL DRAWINGS INTERIOR FINISH, SEE FINISH SCHEDULE PLYWOOD SHEATHING EXTERIOR PLASTER OVER MTL. LATH AND BLDG. PAPER PRE-CASTCONC SILL STONE VENEER, TYP. CONC. FOOTING. SEE STRUCT. DWGS. FiLSCS) NUMBER XD08-010 REVISION DATE- 02/015007 NOTE: FOR ADDITIONAL INFORMATION, SEE DETAILS 7/S-7.1 AND15/S-8.3 JOS NUMBER (34142 WOOD TRELLIS 1/2"=r-o11 20 wrr WLC Architects SOUTHERN CALIFORNIA Virginia Dors Tower 10470 Foothill Boulevard Rcmcho Cucamonga Coljfomrfj PI730-3754 tel 909-987-0909 fax 909-980-9980 CARLSBAD RRE STATION No. 6 CA ADDENDUM 2 DRAWN KG CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO 04142,00 REF. 2Q/A-8.4 \ •r WL 5 1/2" WIDE X 3/8" u THICK PLATE, <;: ATTACH TO POST '< PER STRUCTURAL I DRAWING v < ' \ . ii c : V ! I 0 \i— i 0 ;• /' L ,U.£| 1/4" THICK PLATE !'- AT CENTER LINE OF BEAM AND POST, WELD TO 5 1 | 1/2" WIDE X 3/8" i" THICK PLATE f , * RL&CSI NUMBER XD06-011 /• '. > ! f ,'^ : yf 5 j '[ r' ^"\ : X ^"^^s^^ ^^^^ * REVISSON DATE 04«2 tj , ,. r"vTpr?{nr? PI AOTPP ON/FP MTL, LATH AND BLDG. PAPER "' -- - ni v^A/nr\n ^wp&Tmwn i 1 : | GYPSUy BOARD, WHERE .: 1 OCCURS; i : H WALL FINISH, SEE FINISH -: SCHEDULE 6 -y R uunon DOQT QCC i STRUCTURAL DRAWINGS Jl\ , a v -i*> \A/nnn nrAi1^ i NOTE: ' FOR ADDITIONAL 1 1 INFORMATION, SEE I STRUCTURAL DETAIL 1 5/S-8 3 :' ; ! • i; i •v : 1 CONT. ROD AND SEALANT,: TYp< ; "i**1 "J" MOLD, TYP. ,' J . r>i V\ft/Pl/^n ^UnATUftMr* * LX I cKlUK PLAo I trv OVcR J MTL. LATH AND BLDG PAPER /2CX» JOB NUMBER 04142 WOOD TRELLIS DETAIL ^r-o- 23 r SOUTHERN CALIFORNIA Virginia Dare Tower jT~*\ 1 0* 70 Poo*.// Boulevard * Rancho Cucamonga ^V^/ CaWbrma 91730-3754 te! 909 987-0909 A r r^.H i t P> r^_ t gi I ^•a^>v'<IA-J. J»&->v.-f»» £U<joel£!L!&eun»i2ij f&t&OM ~£&S&¥miJK CARLSBAD FIRE SW CARLSBAD, i ADOENOUI DRAWN KG REF. 23/A-S.4 aiONNG.6 CHECKED KN [)A DATE 03/20/2007 hi !9 SCALE AS NOTED f\Lm (HR hjn AJ* 'i AO nn 6" X 12" WOOD FRAMING, PAINTED. SEE STRUCTURAL DRAWINGS T x 4" WOOD TRELLIS FRAMING, TYP., PAINTED H.S.S. 5 x 5 x 3/8" COLUMN SHAPED 2X WOOD t|•i*. RLE/CS! MUMBEa XD06-012 !U" PLATE, SEE STRUCTURAL DRAWINGS CONT. ROD AND SEALANT, TYP. EXTERIOR PLASTER OVER MTL LATH AND BLDG PAPER PLYWOOD SHEATHING, TYP -+!?'**>$ NOTE: ' FOR ADDITIONAL INFORMATION, SEE STRUCTURAL DETAIL 15/S-8.3 REVISION DATE- 0206/2006 SHAPED.3X WOOD, TYP, CONT. ROD AND SEALANT. TYP. TWO 2x4 WOOD PLATES 5" LONG 4x3x1/4 ANGLE ON EACH SIDE OF H.S.S. COLUMN 2x4 WOOD STUDS JOB NUMBER. 04142 WOOD TRELLIS DETAIL 1 i/2"=r-o 24 mrr WLC Architects SOUTHERN CALIFORNIAVirginia Dare Tower 10470 foothill Soutevarrf Rancho Cucamongo Cofifomto 91730-3754 tst: 9Q9-9S7-0909 fax 909-980-9930 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 2 DRAWN KG CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO. REF. 24/A-8.4 OUTLINE OF CASEWORK, TYP. FOOTPRINT OF CASEWORK, TYP. EPOXY TERRAZZQ COLOR 1, TYP. EPOXY TERRAZZO COLOR 2, TYP. COLOR 3, TYP. F&BCSI NUMBER XD09-038 REVISION DATE 02/01/2007 JOS NUMBER 04142 ROOMS 202 AND 203 FINISH FLOOR PLAN 25 WLC i Architects SOUTHERN CALIFORNIAVtfgfnio Dom Tower 104 70 FootMl Boofevorrf Rancho Cocamonga Cd/ifomw 5>? 730-3754 fef- 909-987-0909 fex 909-980-9980 CARLSBAD RE STATION No. 6 CARLSBAD, CA DRAVW KC CHECKED KN DATE 03/20/2007 SCALE AS NOTED JOB NO 04142.00 REF 25/A-8.4 , -~ 1 )~ I -• o \ ~ \" vNi*^ ,iV xx' V- * • -CNG s==c" ex - 5LEE /E , c^iir— * —' -iU \ •rr •WLC •Architects! SOUTHERN CALIFORNIA Virginia Dare Tower 10470 Footfall Soo?evofd Rancho G-carrsonga Caiifefr/a 9} 730-37 54 tel 909-987-0909 fox. 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN - CHECKED - DATE 03/09/2007 SCALE 3/4"= V-Q" <nc Kin rtAiA? nn REf A 1 0 5/S1.3 ~ -*J. £j, 'jj^ . C^-S~ 'N i^-—CE C ji X1 •1 K'T -»v_ ft •rr WLC Architects SOUTHERN CALIFORNIA Virginia Does Tower 50^70 foothill Boulevard Rancho Cucamongc Cofifermo 91730-3754 te/ 909-937-0909 fax. 909-980-9980 CARLSBAD FIRE STATION Ho, 6 CARLSBAD, CA DRAWN CHECKED OATc 03/08/2007 SCALE 3/4"=r-0" JOB NO 04142.00 REF 19/S1.3 ADDM iS~ IN PL O C, — £T f f~ — f- X1 •^!E, -ri --v — O V — ,—2* CMU UJAut- -2-"5 CCNP WLC Architects SOUTHERN CALIFORNIA Virginio Dore Tower 10470 FaotbtH Boulevard Rancha Cttcamanga California 91730-3754 tel 909-987-Q909 fax 909 980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA CHECKED - DATE SCALE 03/09/2007 AS NOTED JOB NO 04142.C REF. 20/31.4 S-3 2 -. 3 i : 4\ i\'i mrr WLC {Architects! SOUTHERN CALIFORNIA Virginia Dare Tawe>- [0-470 Foothill Boulevard Rancho Cucarnonga California 91730-3754 tei 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No, 6 CARLSBAD, CA DRAWN - CHECKED - DATE 03/09/2007 SCALE 1/8"=1'-0" mnwn n^i-t^o nn REF S AD 2,1 --u:-& /a"'1: SLE 4 •••••••••I •WLC Architects SOUTHERN CAUFORNIA Virginia Dare Tower !0470 Foothill Boulevard Koncho Cucamongo California 91730-3754 tel 909-987-0909 fax 909-980-9980 CARLSBAD FiRE STATION No. 6 CARLSBAD, CA DRAWN - CHECKED - DATE 03/09/2007 SCALE 1/8B=1'~a" JOB NO 04142.00 REF S2.2 - . j >(y . ;_*.. •• ' ' li EN ~s > -J M55 CO- SEE \ PL^N P_4N X".— «ii i -s ; /:* o CJEL t'/-v- G, x5'N= -E -/r— mrr •WLC i Architects SOUTHERN CALIFORNIAVtrgtntQ Oore Tower ?0470 FootMl Boulevard Rancho Cucomongo Caiifomia 91730-3754 fei 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN__ - CHECKED - 03/09/2007DATE SCALE 3/4"=1'-Q" JOB NO. 04142.00 REF. 7/S7.1 5 / Yr' R' I ^ 5Cr-E -v *1 "-i LCNC3 7JDN ~^£C; -£ 7 8 x* ^~ ?NG(""-u N-..^^ s ;- ; fid _i! IV —.—-X ^<^, •A A. —/- mrr WLC ArchitectsUJiit$JCt,<^tM,.>m.tJ n$J»»t ?te&S.mit£ SOUTHERN CALIFORNIA Virginia Dare Tower 1G47Q Foothill Bou/evord Rancho Cucatnonga Ca/.fornra 91730-3754 tei 909-987-0909 fax. 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD CA DRAWN CHECKED -__ DATE 03/09/2007 SCALE 3/4"=1'-0" JOB NO,:.00 REF 23/S7.1 W = L-iS"'ER U>/-- E, -v - -s 3'-C" 5G --—»£>a C"C: WLC rchitects &4#?>&>i,lt-l*SS*a* ?i*^S>*f KbOMttmit SOUTHERN CALIFORNIAVirginia Dam Tower 10470 FooiMl Boulevard Rarrche Cucomofigo California 91730-3754 tot 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No, 6 CARLSBAD CA DRAWN CHECKED - DATE 03/09/2007 SCALE 3/4"=1'-0" JOB NO..00 REF 24/37. 1 ADDS- WATER HEATER SCHEDULE |o o UJ UJ ^S*O H- ylu. |P & UJ O ceor-oo _JUJ . oz 1 UJf— to C3 O O O 50 XQ. O Oj O CSJ o OO inCM T— _J O tn TLJ I Q-O LJLJ o: O IL) i ^_ UJ ii cJ|§1 .u DC o x ce K W O Consulting Engineers o Peters Canyon, Suite 100 Irvine, California 92606 Telephone (949)417-3900 Fax (949)4!7-3«Q8 MMpplffMi WLC SOUTHERN CALIFORNIA Virginia Doff Tawer ' 0»! 70 Foothill Bavlevmd a'ifornio 9(730-3754 lei 909-957 0909 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN KL CHECKED TP 03/09/2007 SCALE NOTED REF. PD.l UJ Q UJ O CO UJocID X UL CO O U O F Q. CCOCOUlo Q100 10H 1N3A 31SVM dV^i LJ X § g: ^o=i ! <uJj.LjaQE!£ SoQi3LH<5pI a < Q? i .<->a, uj fc- 5 H- o w CD IxJ cr i to o UJ Consulting Engineers 3 Pulurs Canyon, Suite 100 Irvinu, California 92606 Telephone (949) 4! 7-3900 Fax (949) 417 390f mrr WLC Arcnitects SOUTHERN CALIFORNIA Vi*^ffiio Oore ro*^/1 ?0-I7D Foo^h^ Scv/evorrf Poncho Cucamcr*5O Coiifamia 91730-375^ to* 90995^-0909 to 909-980-?980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN KL CHECKED TP DATE o3/os,2oo7 SCALE AS NOTED 0414200 REF. P0 1 Associa' Consulting Engineers, 3 Peters Canyon, Suite 100 Srvine, California 92606 Telephone (949)417-3900 Fax {949)437-3908 PARTIAL PLUMBING SITE PLAN SCALE r=io'-o"1 mrr WLC Architjectsl SOUTHERN CALIFORNIA Virginia Dare? Tow^r ! 04 70 ?oa>hiH 8o~jl&satd ^ancHo CLfComongo Cattfarnia 9 1730-37 54 tel 909987-0909 fax 909-?60.?930 CARLSBAD FIRE STATION No. 6 DRAWN KL CICCKH) TP DATE 03ffl9/2D07 SCALE AS NOTED mnun njnAfi nn REF. P1 1 AD-P3 •» NEW FIRE STATION F.F.- 33.50r Associ Consulting Engineer; 3 Peters Canyon. Suite 100 Irviiw, California 92Mb Telephone {949} 417-3900 Fa* f<349) 417-3*508 PARTIAL PLUMBING STTE PLAN SCALE 1 •rr WLC Architects SOUTHERN CALlFORNrA 1 04 70 FoolhiSt Boulevard Co«fermo 9 f 730-3754 fe' 909-987-0909 fe* 909-9SO-P980 CARLSBAD FIRE STATION No. § CARLSBM),CA DRAW KL CHEOCEO TP DATC 03/09/2007 SCM.E AS NOTED JOS NO. 04142.00 REF. P1 1 AD-P4 4" SO DN RHB\@ + 18" ABV.-f Associati FIRST FLOOR Consulting Engineers 3 Peters Canyon, Stuiu 100 Ir\'ine, Californii 92606 Telephone (949) 417-39UOFax (9-W) 417-3908 PAFTHAL PLUMBING PLAN SCALE 1 wr\ WLC Arcnrfects SOUTHERN CALIFOR^fIA Dore Tower auforn.a 91730-3754 tel 909-987-0909 hx 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN KL CHECKED TP DATE 03/09C007 SCALE AS NOTED JOB NO. 0414200 REF. P2.1 AsSOCia FIRST FLOOR Consulting Engineers 3 Peters Canyon, Suite iOOIrvine, Cahfii'rmo 92606 Telephone (949) 417-3900Fax {949} 417-3908 PARTIAL PLUMBING PLAN SCALE 1 mrr WLC Architects SOUTHERN CALIFORNIA Virginia Oore lower 1047Q fcoihiH Boulevard Kancho Ci/cnmongo California 9'730-3754 let. 909-987-Q909 fax 909-9S3-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN KL CHECKED TP DATE 03/09/2007 SCALE AS NOTED: 0414200 REF. P21 •P6 3/4 CW DN » WALL 3" SD & OD DN @ WALL Associa;I FIRST FLOOR Consulting Engineers 3 Peters Canyon, Suite 100 Irvine, California 92606 Telephone (949)417-3900Fax (949)417-3908 PARTIAL PLUMBING PLAN SCALE 1 mrr WLC Architects SOUTHERN CALIFOR3VTA VtrgtiiiQ Oor& Tower ICM70 FoofhtW Boutevoirf California 91730-3754 id 909-987-0909 fax 9Q9-98Q-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA DRAWN KL CHECKE) TP DATE 03/09/2007 SC&E AS NOTED JOB MO. 04142.00 REF. P2.1 AD-P7 1 1/4" G DN IN WALL P.O.C 3/4" G W/ G.C.-f TO RANGE/C§5 2" V UP TO P.O.C 3/4" G W/ G.C. TO BBQ (50 CFH) CONSTRUCTION KEY NOTES: (?) DISHWASHER ROUGH-IN & CONNECTION 1/2" HOT WATER WITH S.O.V. & 3/4" HOSE WASTE THRU COUNTER MOUNTED AIR GAP FITTING TO GARBAGE DiSPOSER. © 1/2" COLD WATER WITH ANGLE STOP FOR REFRIGERATOR. Associa1 SECOND FLOOR Consulting Engineers 3 Peters Cam on, State 100 Irvuw, California 92606 Telephone (949) 417-3900Fax (949)417-3908 PARTIAL PLUMBING PLAN SCALE 1/8"=r-cr 1 wrr WLC Architects SOUTHERN CALIFORNIA Virgin*® Doras Tower IQA7O Fooib,!l BouJpvora' Rortcha Cucofnongc California 9(730-3754 re/- 909-987 09C? fox 909-960-9980 CARLSBAD FIRE STATION No, 6 CARLSBAD, CA DRAWN KL CHECKED TP DATE 03/09/2007 SCALE AS NOTED! JOS NO. 0414200 REF. P22 AD -P8 -FOR COHT. SEE •P.O.C. 1/2" G TO DRYER W/ GC '3" SD & 00 UP & DN IN WALL 2 V UP TO A8V CLG CortMitang Engineers 3 Peters Canyrn, Suite 100Irvine, California 92606 Telephone (S»495 41 / -390C?Fax ENLARGED PLUMBING PLAN SCALE 1 WLC Architects SOUTHERN CALirORNIA Virgtmc Oofe To»»ef !04 7 sal. fax CARLSBAD FIRE STATION No. § CARLSBAD, CA KL CHECKED TP DATE 03/09/2007 SCALE AS NOTED JOS NO. 04142.00 REF. P4.1 •rr WLC ! Architects SOUTHERN CALIFORNIA Virginia Done Tower 70470 F-ocrfMf Boufevorci Rancho Cucomongo Co/i/bmfo 91730-3754 tet 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 1 mtm js CHECKED JS DATE 03/09/07 SCALE NTS REF. E-0.2 SKE-1 JOB NO. 04142.00 8 &Or II I ^te-at !l5if 2 §i« ?so£ S3**1 8 5 Ki (fl5m I S a? 85 § § m I I 33 "0 Bfl Qac H z Q22 X c;0m C0oImoc m z M T Q 77 s I i (O I! 1 tic Si §: CDm - XCO •rr WLC Architects! SOUTHERN CALIFORNIAVirginia Dare Tower 10470 FoofW/f Bou/evxrrd Roncho Cucomongo Co/.forn/o 91730-3754 lei; 9O9-9B7-0909 fax. 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE NTS R£F. E-0.3 SKE-2 •FT *WLC Architects SOUTHERN CALIFORNIA Virginia Dam Tower 10470 FoofM/ Boutevwd Soncho Cucomongo CoWomra 9I73O3754 te/ 9C59-987-OW!? fax 909-980-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE 1"=10'-0" JOBfiiO. 04142.00 REF. E-1.1 •HT iWLC \ Architects SOUTHERN CALIFORNIA Virginia Dare Tower 10470 Foothill Boulevard Rancha Cueamongo California 91730-3754 tol: 909-987-0909 fax 909-980-9980 FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE r=10'-0" JOB NO. 04142.00 REF. E-1.1 SKE-4 WT"+WLC Architects SOUTHERN CALIFORNIA Virginia Dare Tower 10470 FoothiH Boutevord Roncho Cocomongo CoWomfa 91730-3754 let. 909-987-0909 fax 909-980-99BO FIRE STATION to. 6 CARLSBAD, CA 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE 1"=10'-0" JOB NO. 04142.00 REF. E-1.1 •nr ,WLC Architects SOUTHERN CALIFORNIA Virginia Dam Tower 104 70 Foothill Boulevard Rancho Cucamonga California 91730-3754 tel- 909-9S7-09Q9 fox- 909-980-9980 FIRE STATION No. 8 CARLSBAD, CA 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE 1/4"=1'-0" REF. E-1.1 SKE-fr JOB NO, 04142.00 A. REFER TO DETAIL DRAWJNGS FOR ADDITIONAL INFORMATION. ALL DETAILS APPLY FOR ALL APPLICABLE SITUATIONS WHETHER REFERENCED OR NOT, UON. B. AT ALL FLOOR 80XES: PROVIDE 1" CONDUIT TO SIGNAL SIDE OF BOX AND 1" CONDUIT TO POWER SIDE OF BOX. C. ALL CONDUIT TO BE CONCEALED. EXPOSED CONDUIT NOT ACCEPTABLE. INSTALL CONDUITS IN MASONRY PER STRUCTURAL DETAflS. D FIRE ALARM DEVICE LOCATIONS AND OUANTITIES ARE TO 8E V08FS0 AND MODIFIED AS REWIRED BY THE DESISN/BUIL0 FIRE ALARM CONTRACTOR TO INSURE CONF0RMANCE WITH ALL LOCAL, STATE AND FEDERAL CODES. DEVICE QUAMTmES SHOWN SHALL BE CONS»£R£D TO BE THE MINIMUM QUANTITY TO BE PROVIDED, CONTRACTOR SHALL ADD DEVICES AS REWIRED TO MEET CODE AND SATISFY THE FIRE MARSHAL. (FIRE SPRINKLER MONfTORING PANEL. MONITOR PANEL SHALL HAVE THE CAPABULfJY OF yONITORING/CONTRCMLLING PULL STATIONS, SMOKE DETECTORS, AND STROBES AS WELL AS THE aOW AND TAMPER SWTrCHES. SYSTEM SHALL BE DESIGN BUILD AND PROVIDED BY THE CONTRACTOR. (OMP XR5FC-R OR EQUAL) RECEPTACLES HORIZONTALLY DIRECTLY ABOVE COUNTER BACKSPLASH 3D RECESSED GENERATOR ANNUNCIATOR PANEL. 2> DATA RACK. E.C. SHALL PROVIDE AS REQUIRED. 3D EQUIPMENT RACK (E.C.) FOR FIRE ALERT SYSTEM (PROVIDED BY OTHER SECTION) AND SOUND SYSTEM (PROVIDED BY E.C.) DATA DISTRIBUTION EQUIPMENT SHALL BE MOUNTED iN CABINET IF POSSIBLE. GENERAL NOTES SHEET NOTES >WLC Architects SOUTHERN CALIFORNIA Virginia Dons Tower 10470 Foothill Bouievan! Kancho Cucamanga California 91730-3754 1st. 909-987-0909 fax 909-930-9980 CARLSBAD FIRE STATION No. 6 CARLSBAD, CA ADDENDUM 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE 1/8"=1'-0" JOB NO. 0414200 RJEF. E2.1 SKE-7 x—v ^Vj.l±_ 'JL •PT" Architects i SOUTHERN CALIFORNIA Virginia Oore Tower Roncho Cucomongo California 91730-3754 te/: 909-987-0909 fax 909-980-9980 CARLSBAD FIRE STATION No. 8 CARLSBAD, CA ADDENDUM 1 DRAWN JS OECKH) JS DATE 03/09/07 SCALE 1/8"=1'-0" REF. E21 SKE-8 JOBI«). 0414200 1/4HP,T20y>1PH rEF4> -2.1 iXTO 1B/E-2.1 | V^ I2? TWK>^-^..^figa -37*-H*g ^E-2.2 (RM. 207) PWP JBOX WrTHUQUiD) TIGHT 1/2" FLEX CONDUfT TO MECHANICAL / EQUIPMENT, CONTROL WIF8M6 BY MECHAMtCALl" EXHAUST FAN CONTROLLED BT LOCAL SWTCH. (1) t"C,O STUB-UP WTH PULL STONC FOR ANTENNA. COORDffiATE: EXACT LOCATION WITH ARCHfTECT IN REUJ. DUCT DETECTOR (BY E.C.) TIED TO BRE SPRINiOER JiWNrTOR. TYPICAL FOR ALL DUCT OETECTORS, U.O.N. SHEET NOTES mrr ,WLC Architects SOUTHERN CALIFORNIA Virginia Dare Tower 10470 Foothill Boulevard Rancho Cucotnanga California 91730-3754 lei 909-987-0909 fax- 909-980-9980 CARLSBAD FIRE STATION No. § CARLSBAD, CA 1 DRAWN JS CHEOfflD JS DATE 03/09/07 SCALE 1/8"=1' JOB NO, 0414200 REF. E2.3 •TF «WLC 'Architects SOUTHERN CALIFORNIA Virginia Dare Tower !OJ70 FoafMi Boulevard Rancho Cucomonga California 91730-3754 tel- 909-987-0909 fax 909-980-9980 (MSBAD FIRE STATION No. 6 CARLSBAD, CA 1 DRAWN JS CHECKED JS DATE 03/09/07 SCALE 1/8"=f JOB NO. 04142.00 REE E3.1 (»/2"> R !W G M W etOrtro <2O 7S2mm {XT} •«£A 0 I24sc} OlSOsq m (J 3%q m (J 6lsq ft) 11} ' with t52mm (6') Curb Face NOTES: ! Concrete shott ise 2 See Somtert D,'nw«§$ 3 Stepe top of twb 6 J-C-l7~WPo (520-C- 1 ®Ft4 G-IO ter j^nt tJetais,LEGEND ON PLANS Rew'sien SAN DIEGO f?ESIONAL STANDARD DRAWING CURB AND GUTTER - HDM8ER 6-2 NOTESs 1. LOCATE AIR VALVE AND ENCLOSURE WHERE SHOWN m THE DRAWINGS OR AS DIRECTED BY THE DISTRICT'S REPRESENTATIVE. 2. PROVIDE 2 0UARD POSTS FOR EACH ASSEMBLY EXCEPT WHERE ASSEMBLY iS LOCATED ADJACENT TO PAVED STREET WITH CONCRETE CURBS, SEE MATERIAL ITEM FIELD PAJNt POSTS PER STO SPEC 09900, SYSTEM NO, 20. COLO« TO BE OSHA YELLOW, 3. FLAME SPRAY AIR VALVE ENCLOSURE PER STO SPEC 098S5, FffiLO PAINT VALVE AND ENCLOSURE PER STD SPEC 09900, SYSTEM NO. 20, COLOR TO BE OSHA BLUE. POSjirON MIDWAY BETWEEN PIPELINE AND VALVE ENCLOSURE WATER MAINS - 0-200 PS! SPEC/DWG .Ajfi mVI A||£M|LY_ISOS2 OUTL|T_,QN DUCTILE PIPE, -25 PSI 1SOS6/D-U OUTLET ON CML§d:;ST£EL PJHP£,JhlQO_PSJL ^EEJll£2£^Sll^IBSZIEIMIElL 150SI/D-1.2 15064/0-1,3 OUTLET ON PVC DiSJMBUTJOM... PIPE.* CH50 PSi 2' COPPER ..90* EL&..CJ 15070/0-1.4 ft SOLDER JOINT x MALE IPT, 0-300 PSf 1505? 2J^j.Aggg TUBE ELS.. C.OPJ*£R X MALE. tPT, ..0-150 PSI 2' lATEft TUBE. TY.PJLJk SOf .t_. 1' COPKllm 0-300 PS! {SOS? 1505? fSOS? 10 j*_COPP£R.AG:AFTEfl<, COPPER SPLOfR JOIMT, x MALE tPT. ,(?:JOO ,PS|,150S7 il 2" FLAWED TUBE STR CPLG, COPPER X MALE IPT, 0-150 PS! 12 150STBLOCK WITH 2 cypic FEET 0222J. 1115 2* PIPE, iSLl WI2* BQONIE BALLVALVE WITH FEMALE. jPLO-ioopsi "^^J^^^AS^^PPLT^lMMMilSiCjgir ~~" 15080 J§g§7_ 17 .,VALVE WITji_F£MAL£_JPI 1/2* x 1/4* BRASS .REDUCING.....gUSHIjMG. T7y^SOgX:: VALVE lITMIMgS^FliALE JPT, 6-600 PST tgC?$7 3MMI19 20 AIR VALVE ENCLOSURE FOR 2-INCH CAV ASSEMBLY 15092/E-2.I JL 30JL8 Zft^., 4HQOE IIIH ANQTJE_.ILEAD^WJBE_At4P PIPE CL.AMjP_ t_/2* SCHEOULE 40 PVC CONDUIT BTH $fEEP BENO 16640 22 30* SQUARE x 6* THICK CONCllW PAQ' GUARD POST INSTALLATION FOR A80VEGROUMD ASSEMlLTtT 15058 23 15092/E-2.I 24 I5092/E-1.4 OL1VENHAIN MUNICIPAL WATER DISTRICT BoyleEngineering^ Corporation 2-INCH AIR VALVE ASSEMBLY WORKING PRESSURE 0-200 PSI STD DWG NO