HomeMy WebLinkAbout06-02-2015 C6 Reading FileCOUNCIL READING FILE
SPECIAL PROVISIONS
FOR
CITY OF SAN LUIS OBISPO
Sinsheimer Pool Replaster and Retile
Specification No. 91208
May 2015
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
919 Palm Street
San Luis Obispo, CA 93401
(805) 781 -7200
Council Reading File
06/02/2015 Agenda
Item C7
Sinsheimer Pool Replaster and Retile
Specification No. 91208
Approval Date: <<date of CM or CAR Report Authorizing Advertisement>>
<<Engineer of Record Stamp >
pRA
No. C 53418 /:
exp.6 /30/15
<Signature Date >>
NOTICE TO BIDDERS
BID SUBMISSION
Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office
located at 919 Palm Street, California 93401, until
2:00 p.m. on June 25, 2015
at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly
marked:
Sinsheimer Pool Replaster and Retile, Specification No. 91208
Any bid received after the time and date specified will not be considered and will be returned to the bidder
unopened. Bids received by Fax or Email will not be considered.
By submission of bid you agree to comply with all instruction and requirements in this notice and the
contract documents.
All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms
included in these Special Provisions.
Each bid must be accompanied by either a:
1. certified check
2. cashier's check
3. bidder's bond
made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a
guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is
awarded, fails to enter into the contract.
The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality
in a bid.
All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be
done, as shown on the Bid Item List.
Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9,
Division III of Business and Professions Code.
The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible
contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract
will be awarded within 60 calendar days after the opening of the bids.
Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of
those defects.
BID DOCUMENTS
A copy of the plans and special provisions may be downloaded, free of charge, from the City's website at:
www.slocity. org /government/department- directory /public- works /construction -bids
A printed copy may be obtained at the office of the City Engineer by paying a non - refundable fee of:
1. $25.00 if picked up in person, or
2. $45.00 if by mailing to the office of the City Engineer
Request must include Specification Number. The office of the City Engineer is located at:
919 Palm Street
San Luis Obispo, CA 93401
NOTICE TO BIDDERS
Standard Specifications and Engineering Standards referenced in the Special Provisions may be
downloaded, free of charge, from the City's website at:
www. slocity .orq /government/department- directory /public- works /documents - online /construction-
documents
A printed copy may be obtained by paying a non - refundable of:
1. $16.00 if picked up in person, or
2. $21.00 if by mailing to the office of the City Engineer
You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to
download at the City's website listed above or at the office of the City Engineer.
Contact the project manager, Manny Guzman at 805 - 781 -7423 or Public Works Department at (805) 781-
7200 prior to bid opening to verify the number of addenda issued.
You are responsible to verify your contact information is correct on the plan holders list located on the
City's website at: www.slocity.oLg/govern men t/departmen t-d !recta [y/pu blie-works/construction-bid s.
PROJECT INFORMATION
In general the project consists of re- plastering and retiling the City of San Luis Obispo's swimming pool.
Other improvements include the replacing of existing pool lights with new LED light fixtures and upgrading of
the existing drain system.
The project estimated construction cost is $443,000.
Contract time is established as 80 working days.
The fixed liquidated damages amount is established at $800 per day for failure to complete the work
within the contract time.
In compliance with section 1773 of the Labor Code, the State of California Department of Industrial
Relations has established prevailing hourly wage rates for each type of workman. Current wage rates
may be obtained from the Division of Labor web site: www.dir.ca..qov /DLSR /PWD/ This project is subject
to compliance monitoring and enforcement by the Department of Industrial Relations
There will be a walkthrough on June 17, 2015 at 10:00 AM and June 18, 2015, at 10:00 AM. Bidders
should meet at the San Luis Obispo Swim Center located at 902 Southwood. Prime contractors wishing to
submit a bid proposal are required to attend and sign in at one of the two meetings.
QUALIFICATIONS
You must possess a valid Class A of C53 Contractor's License at the time of the bid opening.
You and any subcontractors must be registered with the Department of Industrial Relations
pursuant to Section 1725.5.
You must have experience constructing projects similar to the work specified for this project. Provide
three similar reference projects completed as either the prime or subcontractor. All referenced projects
must be completed within the last five years from this project's bid opening date.
One of the three reference projects must have been completed under contract with a city, county,
state or federal government agency as the prime contractor.
One of the referenced projects must be for work on a 25 yard minimum length swimming pool
with:
1. a shotcrete structure with tile
2. a plaster finish
111
NOTICE TO BIDDERS
3. perimeter overflow gutter
4. similar scope of work to this project, including but not limited to replastering and retiling
5. at least one of the projects for a commercial or municipal swimming pool.
Failure to provide reference projects as specified in this section and as required on the qualification form
is cause to reject a bid as being non - responsive.
The City reserves the right to reject any bid based on non - responsiveness if a bidder fails to provide a bid
that complies with all bidding instructions.
The City reserves the right to reject a responsive bid based on the non - responsibility of the bidder if the
Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the
bidder lacks the
1. knowledge
2. experience,
3. or is otherwise not responsible
as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best
interest of the City.
Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice
to Bidders.
It is the City of San Luis Obispo's intent to award the contract to the lowest responsive bid submitted by a
responsible bidder. If in the bidder's opinion the contract has been or may be improperly awarded, the
bidder may protest the contract award.
Protests must be filed no later than five working days after either:
1. bid opening date
2. notification of rejected bid.
Protest must be in writing and received by the project manager located at:
919 Palm Street
San Luis Obispo, CA 93401.
Valid protests must contain the following information:
1. the reasons for the protest
2. any supporting documentation
3. the ruling expected by the City to remedy the protest.
Any protest not containing all required information will be deemed invalid and rejected.
The City will consider additional documentation or other supporting information regarding the protest if
submitted in compliance to the specified time limits. Anything submitted after the specified time limit will
be rejected and not be considered.
The Director of Public Works or Designee may request additional information to be submitted within three
days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of
determination.
In the event that protester is not satisfied with ruling, the protester may appeal the ruling to the City
Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code.
Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records
available upon request.
AWARD
The lowest bidder will be determined using the BID TOTAL.
NOTICE TO BIDDERS
The award of the contract is contingent upon the approval of the City's 2015 -17 Financial Plans,
which amends the construction budget by an additional $290,000.
As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the
total contract price are required in compliance with Section 3 -1.05 of the Standard Specifications.
You may substitute securities for moneys withheld under the contract in compliance with the provisions of
the Public Contract Code, Section 10263.
ACCOMMODATION
If any accommodations are needed to participate in the bid process, please contact Kathryn Stanley at
(805) 781 -7200. Telecommunications Device for the Deaf (805) 781 -7107. Requests should be made as
soon as possible to allow time for accommodation.
iv
BID FORMS
All bid forms must be completed and submitted with your bid. Failure to submit these forms and required
bid bond will be cause to reject the bid as nonresponsive. Staple all bid forms together.
THE UNDERSIGNED, agrees that they have carefully examined:
1. the location of the proposed work
2. the plans and specifications
3. read the accompanying instructions to bidders
and propose to furnish all:
4. materials
5. labor
to complete all the required work satisfactorily in compliance with
6. plans
7. specifications
8. special provisions
for the prices set forth in the bid item list:
BID ITEM LIST FOR Sinsheimer Park Pool Rep /aster and Retile, Specification No. 91208
Item
No.
SS„
Item
Description
Unit of
Measure
Estimated
Quantity
I Item Price
in figures)
Total
in fi ures
1
Dewaterinq
LS
1
2
11 Drain Grate & Sump
EA
2
3
Tile
LS
1
4
Plastering
LS
1
5
-Waterproofing
LS
1
6
Light Fixture
EA
28
7
Crack Repairs
LS
1
8
Rebar Repairs
LS
1
9
Pool Expansion Joint Repair
LS
1
Bid Total
$
. .............
Company Name:
(1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe
required work.
A
BID FORMS
LIST OF SUBCONTRACTORS
Pursuant to Section 4100 of the Public Contracts Code and section 2 -1.33C of the standard
specifications, the Bidder is required to furnish the following information for each Subcontractor
performing more than 1/2 percent (0.5 %) of the total base bid. Do not list alternative subcontractors for
the same work. Subcontracting must not total more than fifty percent (50 %) of the submitted bid except as
allowed in section 5 -1.13 of the standard specifications.
For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth
of work need not be mentioned. Subcontractors must be registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 to be listed.
NOTE: If there are no subcontractors, write "NONE" and submit with bid.
% of
Address and Phone Total
Name Under Which Number of Office, Mill or Specific Description of Base
Subcontractor is Licensed License Number Shop Subcontract Bid
Attach additional sheets as needed.
IV
BID FORMS
(Rev 9 -07)
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby
declares under penalty of perjury under the laws of the State of California that the bidder, or any
subcontractor to be engaged by the bidder, has , has not been convicted within the preceding
three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion,
conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding
upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section
1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of
the University of California or the Trustees of the California State University. The term "bidder" is
understood to include any partner, member, officer, director, responsible managing officer, or responsible
managing employee thereof, as referred to in Section 10285.1.
NOTE: The bidder must place a check mark after "has" or "has not' in one of the blank spaces provided.
The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of
this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in
the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a
federal, state, or local government project because of a violation of law or a safety regulation?
Yes No
If the answer is yes, attach a letter explaining the circumstances
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In compliance with Public Contract Code Section 10232, you hereby states under penalty of perjury, that no
more than one final unappealable finding of contempt of court by a federal court has been issued against
you within the immediately preceding two -year period because of your failure to comply with an order of a
federal court which orders you to comply with an order of the National Labor Relations Board.
LABOR CODE SECTION 1725.5 STATEMENTS
The bidder has delinquent liability to an employee or the state for any assessment of back wages or
related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a
court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any
judgment, order, or determination that is under appeal is excluded, provided that the contractor has
secured the payment of any amount eventually found due through a bond or other appropriate means.
Yes _ No
The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing
for the debarment of contractors from public works.
Yes No
Attach documentation of registration with the Department of Industrial Relations and date of registration
per Labor Code Section 1725.5(a)(1).
NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature
portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false
certification may subject the certifier to criminal prosecution.
C
NONCOLLUSION DECLARATION
1,
lam
of
BID FORMS
declare that
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 refrained 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.
Executed on , 20 , in
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
(SEAL)
I%
(Signature and Title of Declarant)
Subscribed and sworn to before me
this day of , 20
Notary Public
Company Name:
BID FORMS
Bidder Acknowledgements
By signing below, the bidder acknowledges and confirms that this bid is based on the information contained
in all contract documents, including the notice to bidders, plans, specifications, special provisions, and
addendum number(s) (Note: You are responsible to verify the number of
addenda prior to the bid opening.)
The undersigned further agrees that in case of default in executing the required contract, with necessary
bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a
mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his
bid will become the property of the City of San Luis Obispo.
Licensed in accordance with an act providing for the registration of contractors, License No.
Expiration Date
The above statement is made under penalty of perjury, and any bid not containing this information "will be
considered non - responsive and will be rejected" by the City.
Signature of Bidder
(Print Name and Title of Bidder)
Business Name (DBA):
Owner /Legal Name:
Indicate One: ❑Sole - proprietor ❑ Partnership ❑Corporation
List Partners /Corporate Officers:
Name Title
Name Title
Name Title
Business Address
Street Address
Mailing Address
City, State, Zip Code
Phone Number
Fax Number
Email Address
Date
E
BID FORMS
Qualifications
Failure to furnish complete reference information ON THIS FORM, as specified in this project's Notice to
Bidders and indicated below, is cause to reject the bid. Additional information may be attached, but is not a
substitute for this form.
Reference Number 1
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Does this project meet all the requirements
Describe the services provided and how this project is
in the qualifications section of the project
similar to that which is being bid:
special provisions? Yes ❑ No ❑
Was this contract for a public agency?
Yes ❑ No ❑
Date project completed:
Reference Number 2
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Does this project meet all the requirements
Describe the services provided and how this project is
in the qualifications section of the project
similar to that which is being bid:
special provisions? Yes ❑ No ❑
Was this contract for a public agency?
Yes ❑ No ❑
Date project completed:
Reference Number 3
Customer Name & Contact Individual
Telephone & Email
Project Name (Site Address):
Does this project meet all the requirements
Describe the services provided and how this project is
in the qualifications section of the project
similar to that which is being bid:
special provisions? Yes ❑ No ❑
Was this contract for a public agency?
Yes ❑ No ❑
Date project completed:
F
BID FORMS
ATTACH BIDDER'S BOND TO ACCOMPANY BID
Know all men by these presents:
That we
bound unto the City of San Luis Obispo in the sum of:
AS PRINCIPAL, and
AS SURETY, are held and firmly
Dollars ( ) to be paid to
said City or its certain attorney, its successors and assigns; 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 certain bid of the above
bounden
to construct
dated
(insert name of street and limits to be improved or project)
is accepted by the City of San Luis Obispo, and if the above
bounden his heirs, executors,
administrators, successors, and assigns shall duly enter into and execute a contract for such construction
and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays,
Sundays, or legal holidays) after the above bounden,
, has received notice by and from the
said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null
and void; otherwise, it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we hereunto set our hands and seals this _ day of , 20
Bidder Principal:
Signature Date
Title:
Surety:
Bidder's signature is not required to be notarized. Surety's signature must be notarized.
Equivalent form may be substituted
(Rev. 6 -30.14)
G
SPECIAL PROVISIONS
ORGANIZATION
Special provisions are under headings that correspond with the main section heading of the Standard
Specifications. Each special provision begins with a revision clause that describes or introduces a
revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not
change the paragraph number of the Standard Specifications for any other reference to a paragraph of
the Standard Specifications.
DIVISION I GENERAL PROVISIONS
1 GENERAL
Add to Section 1 -1.01 General
The work must be done in compliance with the City of San Luis Obispo, Department of Public Works:
1. Sinsheimer Pool Replaster and Retile, Specification No. 91208 Special Provisions
2. City of San Luis Obispo Standard Specifications & Engineering Standards— 2014 edition
3. State of California, Department of Transportation Standard Specifications and Standard Plans —
2010 edition
4. Technical Specifications
In case of conflict between documents, governing ranking must comply with section 5 -1.02 of the City of
San Luis Obispo's Standard Specifications.
Failure to comply with the provisions of these sections is a material breach of contract:
1. Sections 6 through 8 of the Standard Specifications
2. Section 12 through 15 of the Standard Specifications
3. Section 77 -1 of the Standard Specifications
4. Section 81 of the Standard Specifications
5. authorized working hours
6. OSHA compliance
2 BIDDING
Replace Section 2 -1.33A with:
Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be
signed by the bidder.
3 CONTRACT AWARD AND EXECUTION
Replace 16t and 2nd paragraph In Section 3 -1.18 with
Upon notification of project award, return:
1. executed contract
2. insurance
3. contract bonds
within five working days after the bidder receives the contract.
4 SCOPE OF WORK
Add to Section 4 -1.03 Work Description
Comply with the provisions of Section(s) X .... for general, material, construction, and payment specifics.
SPECIAL PROVISIONS
Add Section 4 -1.03A Project Specific Signage
Maintain sales tax signage in work area. Return sales tax signs at the end of the project or upon the
Engineer's request.
5 CONTROL OF WORK
Add to Section 5 -1.01 Control of Work General
Adjustments to working hours may be imposed due to public traffic impacts in compliance with section 7-
1.03B.
Work hours are restricted to 7:00 a.m. to 4:00 p.m. Monday through Friday. If overtime or weekend work
is requested and granted, the contractor is responsible to pay overtime hours for inspection and
operations.
Add to Section 5 -1.13A Sub - Contracting General
A representative of the prime contractor must be on site when any subcontractor is performing contract
work. Contract work will not be allowed to continue until prime contractor's representative is on site.
Add to Section 5 -1.36A General
Repair to damage must comply with the associated sections of the specifications, standards, and plans.
Add to Section 5 -1.36D Nonhighway Facilities
Existing third party (non City- owned) utilities are shown on project plans for information purposes only. It
is your responsibility to contact "Underground Service Alert USA" and have site marked prior to start of
excavation or sawcutting. The City of San Luis Obispo is not responsible for any:
1. damages
2. costs
3. delay
4. expenses
resulting from a third party underground facility operator's failure to comply with stipulations as set forth in
4216.7.(c) of California Government Code.
Add to Section 5 -1.43A Potential Claims and Dispute Resolution General
Potential claim forms are located on the City's website:
www, slocityrLUOVernment /department- directoryl public -works /documents- oniinefconstruction-
documents
6 CONTROL OF MATERIALS
Add to Section 6 -2.03 Department Furnished Materials
The Engineer will furnish sales tax signs mounted to moveable barricades. Maintain sales tax signage in
work area. Return sales tax signs at the end of the project or upon the Engineer's request.
7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Add to Section 7- 1.02K(1) General
The project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
Add to Section 7- 1.02K(6)(a) General
Swimming pool restrooms are not to be used by the Contractor. The Contractor must provide his own
portable toilets facilities.
Replace Section 7 -1.06 with:
2
SPECIAL PROVISIONS
7 -1.06A General
Procure and maintain for the duration of the contract, insurance against claims for:
1. injuries to persons
2. damages to property
which may arise from or in connection with the performance of the work by your:
1. agents
2. representatives
3. employees
4. subcontractor
Provide:
1. Commercial General Liability Insurance
2. Commercial General Liability Insurance Endorsement
3. Automotive Liability Insurance
4. Automotive Liability Insurance Endorsement
5. Workers' Compensation Insurance
7- 1.0613 Minimum Scope of Insurance
Coverage must be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage:
a. CG 20 10 Prior to 1993
b. CG 20 10 07 04 with CG 20 37 10 01
2. Insurance Services Office form number CA 0001 (January 1987 Edition) covering Automobile
Liability, code 1 (any auto).
3. Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
7 -1.06C Minimum Limits of Insurance
Maintain insurance limits no less than:
1. General Liability:
a. $1,000,000 per occurrence for bodily injury, personal injury and property damage.
b. If Commercial General Liability or other form with a general aggregate limit is used, either the
c. general aggregate limit must apply separately to this project/location
d. the general aggregate limit must be twice the required occurrence limit.
2. Automobile Liability:
a. $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability:
a. $1,000,000 per accident for bodily injury or disease.
7 -1.06D Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by the City. At the option of
the City, either:
1. the insurer must reduce or eliminate the deductibles
2. procure a bond guaranteeing payment of:
a. losses and related investigations
b. claim administration and defense expenses.
7 -1.06E Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed to contain, the
following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds
as respects:
a. liability arising out of activities performed by or on behalf of you
b. your products and completed operations
c. premises owned, occupied or used by you
d. automobiles owned, leased, hired or borrowed by you
SPECIAL PROVISIONS
2. The coverage must not contain special limitations on the scope of protection afforded to the City
and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers
3. For any claims related to this project, your insurance coverage will be the primary insurance for
the City and its:
a. officers
b. officials
c. employees
d. agents
e. volunteers.
4. Any insurance or self- insurance maintained by the City is in excess to your insurance and will not
contribute to it.
5. Any failure to comply with reporting or other provisions of the policies including breaches of
warranties must not affect coverage provided to the City and its
a. officers
b. officials
c. employees
d, agents
e. volunteers
6. Your insurance must 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.
7. Each insurance policy required must be endorsed to state that coverage will not be:
a. Suspended
b. Voided
c. canceled by either party
d. reduced in coverage or in limits
except after thirty days prior written notice provided by certified mail with return receipt requested has
been given to the City.
8. Coverage may not extend to any indemnity coverage for the active negligence of the additional
insured in any case where an agreement to indemnify the additional insured would be invalid
under Subdivision (b) of section 2782 of the Civil Code.
7 -1.06F Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
7 -1.06 G Verification of Coverage
Furnish the City with a certificate of insurance showing required insurance coverage. Original
endorsements effecting general liability and automobile liability coverage must be provided. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before work commences.
7 -1.06H Subcontractors
Include all subcontractors as insured under its policies or provide separate certificates and endorsements
for each subcontractor. All insurance coverage for subcontractors are subject to same requirements as
the prime contractor.
8 PROSECUTION AND PROGRESS
SPECIAL PROVISIONS
Section 8 -1.02A Schedule
Provide a Level 1 schedule for this work.
Add to Section 8 -1.03 Pre - Construction Conference
All listed subcontractors performing contract work must attend the preconstruction meeting.
At a minimum, provide the following submittals at the preconstruction meeting:
1. emergency contact list
2. representative at the site of work authorized to sign extra work tickets
3. representative authorized to sign change orders
4. Caltrans equipment rental rates for equipment used to complete work
5. work schedule
6. traffic control application
7. traffic control plans
8. water pollution control plan
9. location of construction yard
10. location of disposal site
11. evidence construction yard is correctly permitted if construction yard is not your business address
12. evidence disposal yard is correctly permitted.
13. door hanger for notification of adjacent properties
14. submittal requirements from technical specifications
Add to 8 -1.0413
Contract time will start on the first Monday after preconstruction meeting.
Add to 8 -1.05
This project must be completed between August 17, 2015 and XX, 2015. If work is not completed during
this timeframe, additional restrictions will apply, including overtime, weekend work, and any other
restrictions necessary to complete the project as soon as possible. All costs associated with the
restrictions, including inspections, overtime costs, will be borne entirely by the Contractor. Overtime costs
will be deducted from monthly payments
9 PAYMENT
Add to Section 9 -1.23 City Billing
After given the opportunity, you fail to complete any of the following:
1. maintain the project site,
2. complete project work,
3. any other cause which requires City staff to complete work at the project site
you rnusl reirnbuise the Cily in compliance with section 9 -1.23.
DIVISION II GENERAL CONSTRUCTION
13 WATER POLLUTION CONTROL
Add to 2nd paragraph in Section 13 -1.01A
A minor WPCP plan form may be obtained on the City's website:
www. slocity .ocg/governmenUdepartment- directory /public -works /documents- online /construction-
documents
DIVISION XI BUILDING CONSTRUCTION
99 BUILDING CONSTRUCTION
Add Section 99 -1 General
Comply with the technical specifications on this section
TECHNICAL SPECIFICATIONS
SECTION 131150
SWIMMING POOL CONTRACTOR GENERAL REQUIREMENTS
PART 1 - GENERAL
1.1 REFERENCE
A. Requirements in Addenda, Alternates and Conditions collectively apply to this
work.
1.2 SUMMARY
A. Principal
Work Items Are:
1.
Pool Contractor Responsibilities.
B. Related Work Specified Elsewhere:
1.
Cementitious Waterproofing:
2.
Swimming Pool Sealants and Caulking:
3.
Swimming Pool Plaster:
4.
Swimming Pool Tile:
5.
Swimming Pool Plumbing and Mechanical Equipment
6.
Swimming Pool Deck Equipment
7.
Cast -in -Place Concrete
1.3 SUBMITTALS
A. Submit all information required in this Section when bidding.
1.4 POOL CONTRACTOR RESPONSIBILITIES
A. The Pool Contractor shall be responsible for completing all work as per the
drawings and specifications and at least the following phases of the Work:
1. Providing labor, material, management and coordination of own
personnel and specialty subcontractors experienced in commercial pool
building to produce a functioning Swimming Pool including structure and
equipment ready for public use upon completion of the Work.
2. Swimming Pool sealants and caulking.
TECHNICAL SPECIFICATIONS
3. Pool gutter Cementitious Waterproofing.
4. Deck equipment and inserts, tile work in pool and on deck edge, pool
plaster, and gutter grating.
5, Maindrain sumps and grates.
6. Underwater light fixtures.
5. Swimming Pool and related equipment Start-Up as stated in Section
131153, Article 3.8 including minimum consecutive 14 -day trouble -free
operation.
6. Pool shell interior finish preparation and painting including initial water fill
and initial chemical balancing, Ryznar Stabilization, Langelier Index in
conjuction with the City staff.
END OF SECTION
TECHNICAL SPECIFICATIONS
SECTION 131125
SWIMMING POOL CEMENTITIOUS WATERPROOFING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Work in this Section. Principal items include:
1. Swimming pool gutter, surge chamber and maindrain sumps waterproof
finish.
1.02 PRODUCT DELIVERY AND STORAGE
A. Deliver manufactured materials to site in manufacturers' original unbroken
packages or containers bearing manufacturers' name and brand labels. Keep
cementitious materials dry until ready to be used and stored off the ground,
under cover, and away from damp surfaces.
1.03 JOB CONDITIONS
A. Apply waterproofing in exterior swimming pool only when ambient temperature is
above 40 °F and below 90 °F, and protect applied coating from rapid drying by sun
or wind until curing is completed.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Waterproof Coating: "Thoroseal" cement based, aggregate type, heavy duty,
waterproof coating for concrete or masonry, as manufactured by Thoro System
Products, or approved equal.
B. Bonding Agent: "Acryl 60" liquid compound of acrylic polymers and modifiers, as
manufactured by Thoro System Products, or approved equal.
C. Water: Clean, fresh, from domestic potable source.
2.02 PROPORTIONS AND MIXING
A. Materials are specified on a volume basis and shall be measured in approved
containers that will insure that the specified proportions will be controlled and
accurately maintained during the progress of the work. Measuring materials with
shovels ( "shovel count ") is not permitted.
B. Waterproof Coating: Mix one 50 pound bag of "Thoroseal" with liquid consisting
of 2.666 quarts "Acryl 60" and 5.333 quarts of clean water.
C. Mixing: Perform mixing in approved mechanical mixers of the type in which
quantity of water can be controlled accurately and uniformly. Mix to the
8
TECHNICAL SPECIFICATIONS
manufacturer's recommendations for swimming pool applications. Discard
material which has begun to set before it is used; re- tempering is not allowed.
Do not use any caked or lumpy materials. Completely empty mixer and mixing
boxes after each batch is mixed and keep free of old material.
PART 3 - EXECUTION
3.01 PREPARATION OF SURFACES
A. Existing surface to be coated must be clean. Sandblast entire surface to remove
projections, loose particles, foreign matter, and make sufficiently rough to provide
a strong mechanical bond. Chip, sandblast, or grind off all defective materials
and foreign matter. Repair all cracks with "Waterplug" concrete patch, or
approved equal. All areas of loose plaster discovered shall be completely
removed down to rough concrete. Prior to coating, thoroughly wash entire
surface with 2,000 -psi high - pressure water. Wet cementitious base surfaces with
a fine fog water spray to produce a uniformly moist condition and check gutter
grates and accessories for correct alignment before coating is started. Do not
apply coating to base surfaces containing frost. Install temporary coverings as
required to protect adjoining surfaces from staining or damage by waterproofing
operations.
3.02 APPLICATION OF WATERPROOFING
A. General: Apply waterproof coating to minimum 1/8 -inch thickness at any
location. Apply finish coating by hand with tampico fiber brush (do not use a
paint brush).
B. Workmanship: Apply waterproof coating in two coats with second coat applied
the next day or before material has become too dry or glazed for good bond.
Dampen surface immediately ahead of application. Brush on two coats of
waterproof coating, each with a minimum of 2 pounds per square yard, for a total
of 4 pounds per square yard. Float final brushed on coat with a damp sponge 15
minutes after application to provide a smooth finish without waves, cracks,
ridges, pits, projections, or other imperfections. Form coating carefully around
curves and angles. Finish surface inside the pool gutter must be smooth as not to
catch foreign matter on the interior surfaces.
C. Curing: Cure waterproof coating with fine fog water spray applied to finish coat
three or four times at 8 -hour intervals or as drying conditions require to prevent
too rapid drying. Do not fill with water for at least 8 days.
D. Patching and Cleaning Up: Upon completion, cut out and patch loose, cracked,
damaged, or defective waterproof coating; patches matching existing coating in
texture, color, and finish, flush with adjoining coating. Remove waterproof
coating droppings or spattering from all surfaces. Leave surfaces in clean,
unblemished condition ready for pool filling. Remove protective coverings from
adjoining surfaces. Remove rubbish and debris from the site.
END OF SECTION
TECHNICAL SPECIFICATIONS
SECTION 131130
SWIMMING POOL SEALANTS AND CAULKING
PART 1 - GENERAL
1.01 DESCRIPTION
A. Work in this Section. Principal items include:
1. Labor, materials, and equipment to complete Sealants and Caulking as
indicated and specified.
1.02 QUALITY ASSURANCE
A. Reference Standards:
American Society for Testing Materials (ASTM):
a. C920 -79 Elastomeric Joint Sealants
1.03 SUBMITTALS:
A. Certificates of Conformance or Compliance: Submit certificates from the
manufacturers attesting that materials meet the specified requirements.
B. Manufacturers' Descriptive Data: Submit complete descriptive literature for each
type of material. Clearly mark data to indicate which type the Contractor intends
to provide. Data shall state conformance to specified requirements. Data for
sealant and caulking shall include application instructions, shelf life, mixing
instructions for multi- component sealants, and recommended cleaning solvents.
C. Colors: Submit one sample of each color for each sealant and caulking type to
verify that products match the colors indicated. Where colors are not indicated,
submit not less than five different samples of manufacturer's standard colors for
selection by the Owner's Representative.
1.04 SAMPLE JOINTS
A. Before Sealant and Caulking Work is started, provide a sample of each type of
finished joint where directed. The sample shall show the workmanship, bond, and
color of sealant or caulking. The workmanship, bond, and color of Work
throughout the project shall match that of the approved sample joints.
1.05 ENVIRONMENTAL CONDITIONS
A. The ambient temperature shall be within the limits of 40 and 100 degrees F when
the sealant and caulking are applied, unless noted otherwise herein.
1.06 DELIVERY AND STORAGE
10
TECHNICAL SPECIFICATIONS
A. Materials shall be delivered to the job site in the manufacturer's original shipping
containers with brand names, date of manufacture, color, and material
designation clearly marked thereon. Containers of elastomeric sealant shall be
labeled as to type, class, grade, and use. Carefully handle and store materials to
prevent inclusion of foreign materials or subjection to sustained temperatures
exceeding 100 degrees F or less than 40 degrees F.
PART 2 - PRODUCTS
2.01 MATERIALS
A. General: Products shall conform to the reference documents listed for each use.
Color of sealant shall match adjacent surface color unless specified otherwise.
For ASTM C920 sealants, use a sealant that has been tested on the types of
substrate to which it shall be applied.
Interior Sealant: ASTM C920, Type S or M, Grade NS, Class 12.5, Use
NT. Color of sealant shall be as selected.
2. Exterior Sealant: For joints in vertical surfaces, provide ASTM C920, Type
S or M, Grade NS, Class 25, Use NT. For joints in horizontal surfaces,
provide ASTM C920, Type S or M, Class 25, Use T. Color of sealant shall
be as selected.
3. Floor Joint Sealant: ASTM C920, Type S or M, Grade P, Class 25, Use T.
Color of sealant shall be as selected.
4. Primer for Sealant: Use a non - staining, quick -drying type and consistency
recommended by the sealant manufacturer for the particular application.
5. Bond Breakers: Use the type and consistency recommended by the
sealant manufacturer for the particular application.
6. Backstops: Use glass fiber roving or neoprene, butyl, polyurethane, or
polyethlene foams free from oil or other staining elements as
recommended by the sealant manufacturer. Backstop material shall be
compatible with the sealant. Do not use oakum and other types of
absorptive materials as backstops.
2.02 POOL DECK EXPANSION JOINT SEALANT
A. Manufacturer: Sonneborn "SL2" 2- component chemically cured urethane sealant,
color as selected by Owner's representative.
B. Manufacturer: Sika Corporation "Sikaflex 2C SL" 2- component chemically cured
urethane sealant, color as selected by Owner's representative.
C. Manufacturer: "DECK O SEAL" gun grade 2 -part joint sealant 2 -part polysulfide 2-
component chemically cured polysulfide rubber, color as selected by Owner's
representative.
2.03 POOL DECK EXPANSION JOINT BACKER
11
TECHNICAL SPECIFICATIONS
A. #16 silica sand
2.04 POOL EXPANSION JOINT SEALANT
A. Manufacturer: Sonneborn "Two Part Polysulfide" 2- component chemically cured
polysulfide rubber, color as selected by Owner's representative.
2.05 BACKER ROD
A. Manufacturer: Sonneborn Sonolastic closed cell backer rod, or approved equal.
B. Closed -cell backer -rod shall be resilient polyethylene foam designed for cold -
applied joint sealants. Sealants do not adhere to closed -cell backer rod, which
becomes an integral part of the joint sealing system. Used as a back -up material,
closed -cell backer rod provides the proper shaping of the sealant while permitting
it to stretch and recover with joint movement. Closed -cell backer rod is extruded
to various diameters to accommodate a range of joint widths.
PART 3 - EXECUTION
3.01 GENERAL SURFACE PREPARATION
A. Surfaces shall be clean, dry to the touch, and free from frost, moisture, grease,
oil, wax, lacquer, paint, or other foreign matter that would tend to destroy or
impair adhesion. Where adequate grooves have not been provided, clean out
grooves to a depth of 1/2 inch and grind to a minimum width of 1/4 inch without
damage to the adjoining Work.
3.02 SEALANT PREPARATION
A. Do not modify the sealant by addition of liquids, solvents, or powders. Mix multi -
component elastomeric sealants in accordance with manufacturer's printed
instructions.
3.03 GENERAL APPLICATION
A. Backstops: Where joint cavities are constructed deeper than indicated, tightly
pack the back or bottom with backstop material to provide a joint of the depth
indicated. Install backstops dry and free of tears or holes.
B. Primer: Just prior to application of sealant, clean out loose particles from joints.
Apply primer in accordance with sealant manufacturer's directions. Do not apply
primer to exposed finish surfaces.
C. Bond Breaker: Provide bond breakers as recommended by the sealant
manufacturer for each type of joint and sealant used.
D. Sealant: Use a sealant that is compatible with the material to and against which it
is applied. Do not use a sealant that has exceeded its shelf life or has become
too jelled to be discharged in a continuous flow from the gun. Apply sealant in
accordance with the manufacturer's printed instructions. Force sealant into joints
12
TECHNICAL SPECIFICATIONS
with sufficient pressure to fill the joints solidly. Sealant shall be uniformly smooth
and free of wrinkles.
1. Interior Sealant: Provide sealant at all exposed joints and at all joints
indicated to receive sealant.
2. Exterior Sealant: Provide sealant at all joints around the perimeter of
openings and at all exposed joints and at all joints indicated to receive
sealant.
3. Floor Joint Sealant: Provide sealant in all control joints and in other floor
joints indicated or specified.
3.04 POOL DECK EXPANSION JOINT SEALANT
A. Joint Preparation
1. The number of joints and joint width should be designed for a maximum
of ±25% movement. The depth of the sealant should be 1/2 the width of
the joint with a maximum depth of 1/2" (12.7 mm) and a minimum of 1/4"
(6.35 mm).
1. In joints of 1/4" to 1/2" (6.4 - 12.7 mm), the sealant depth at midpoint
should be 1/4" (6.4 mm). In joints of 1/2" to 1" (12.7 - 25.4 mm), the depth
at midpoint should be 1/4" to 1/2" (6.4 to 12.7 mm).
3. Control the sealant depth in deep joints with closed -cell backer rod or soft
backer -rod. Where the joint depth does not permit the use of backer rod,
a bond breaker (polyethylene strip) must be used to prevent three -point
bonding.
4. To maintain the recommended sealant depth, install backer rod by
compressing and rolling it into the joint channel without stretching it
lengthwise. Backer rod should be about 1/8" larger in diameter than the
width of the joint to allow for compression. Backer rod becomes an
integral part of the joint. The sealant does not adhere to it, and no
separation bond breaker is required. Do not prime or puncture the backer
rod.
B. Surface Preparation
1. Remove any old joint sealing material by mechanical means. If joint
surfaces have absorbed oils, sufficient concrete must be removed to
ensure a clean surface.
2. Joint surfaces must be structurally sound, dry, clean, and free of all loose
aggregate, laitance, oil, grease, asphalt, paint, wax, mastic compounds,
waterproofing compounds, or form release materials.
C. Priming
13
TECHNICAL SPECIFICATIONS
Prime Joint surfaces with manufacturer's recommended primer for the
substrate before sealing. If the surfaces are other than shotcrete or
concrete, test first to determine adhesion. Seek technical assistance from
manufacturer.
2. Apply primer in a thin uniform film. Avoid buildup of film.
3. Allow approximate 30 minutes drying time before applying sealant.
4. Reapply primer if not sealed the same day.
5. To minimize contamination of adjacent surfaces, apply masking tape and
remove before sealant has begun to thicken and set.
6. Coverage rate of primers is approximately 35 square feet per pint.
D. Mixing
Two two - component systems must be thoroughly mixed before use. The
oversize Part -A container allows for the addition and mixing of Part -B and
the color pigment.
2. 1 -1/3 gallon (5.67 Q unit: (1) Transfer Part-B to Part -A container using a
spatula or knife. It is imperative that the entire contents of Part-B be
combined with Part-A. (2) With a slow speed drill and a slotted mixing
paddle, thoroughly mix for 3 minutes. The paddle blade must be kept
below the sealants surface to avoid whipping in air. (3) Transfer the
contents of the pigment can into the mixed Part-A and Part-B. Use a
spatula or knife, removing the entire con tents to ensure consistent color.
(4) Continue mixing with a slow speed drill and slotted paddle until color is
uniform. During the process, the sides and bottom of the base can and
the paddle itself several times.
3. 3.0 gallon (11.37 Q unit: Use 2 Part-B and 2 pigment container for each
Part-A container. Mix as instructed under 1 -1/2 gallon (5.69 Q unit.
4. Pot life of the sealant is dependent upon temperature.
E. Application
All caulking and sealing be should be performed when temperatures are
above 40 °F ( +4 °C) any moisture or frost on surfaces shall adversely
affect adhesion.
2. Ideally, the temperature at the times of application should be the median
of temperature extremes when the joint width opening is at its midpoint.
3. Fill joints from the bottom; avoid bridging of the joint that might form air
voids.
4. For large joints, the self - leveling grade may be poured directly form the
can.
14
TECHNICAL SPECIFICATIONS
5. For smaller joints and for all slope -grade applications, fill the joint by
flowing the sealant from a bulk - loading gun.
6. Light tooling of the sealant is recommended to smooth out ripples. On
sloped surfaces, tool from lowest point to highest.
F. Clean Up
1 Immediately after use and before sealant has cured clean equipment with
xylene.
G, Curing
1. The cured sealant may be removed by cutting with a sharp -edged tool
and thin films by abrading.
2. Protect joint from dirt and traffic overnight. Time for initial cure will vary
with humidity and temperature.
3.05 BACKER ROD
A. Installation
1. Closed -cell backer rod must be compressed in the joint at the time of
installation. For joint widths up to 3/4" (19.1 mm), the diameter of the rod
should be 1/8" (3.18 mm) larger than the width of the joint. For 3/4" (19.1
mm) wide joints use 1" (25.4 mm) diameter rod.
2. Closed -cell backer rod may be easily installed with a blunt probe or a
plain -faced roller to force the rod to the desired depth. A template or roller
gauge may be used to control the depth at which the rod is placed. Do not
puncture, fold, or crease backer -rod. Follow sealant manufacturer's
suggestions for joint sealant width and depth ratio.
3.06 POOL EXPANSION JOINT SFAI ANT
A. Joint Preparation
1. The number of joints and joint width should be designed for a maximum
of ±25% movement.
2. In joints of 1/4" to 1/2" (6.4 - 12.7 mm), the sealant depth at midpoint
should be 1/4" (6.4 mm). In joints of 1/2" to 1" (12.7 - 25.4 mm), the depth
at midpoint should be 1/4" to 1/2" (6.4 to 12.7 mm).
3. Control the depth of deep joints with closed -cell backer rod or soft backer
rod. Where the joint depth does not permit the use of backer rod, a bond
breaker (polyethylene strip) must be used to prevent three -point bonding.
4. To maintain the recommended sealant depth, install backer rod by
compressing and rolling it into the joint channel without stretching it
IFS
TECHNICAL SPECIFICATIONS
lengthwise. Closed -cell backer rod should be about 1/8" larger in diameter
than the width of the joint to allow for compression. Soft backer rod
should be approximately 25% larger in diameter than the joint width.
Backer rod becomes an integral part of the joint. The sealant does not
adhere to it, and no separation bond breaker is required. Do not prime or
puncture the backer rod.
B. Surface Preparation
Surface to receive sealant must be structurally sound, dry, clean, free of
dirt, moisture, loose particles, oil, grease, asphalt, tar, paint, wax, rust,
waterproofing, curing, and parting compounds, membrane material, and
other contaminants.
C. Priming
Priming is required for all substrates.
2. Full strength primers are applied with a brush on shotcrete /concrete, or
clean cloth for metal or glass. A light uniform coating is sufficient for most
surfaces; somewhat heavier but not excessive coat.
3. Depending on temperature and humidity, primer shall be tack -free in 15-
30 minutes and ready for sealant. Priming and sealing must be done on
the same workday.
4. Some primers may slightly darken light- colored shotcrete and concrete.
Where appearance is important, prevent excess material from being
applied outside of joints.
D. Mixing
The two -part polysulfide is a two - component system and must be
thoroughly mixed before use. Do not open containers until ready for use.
The oversize Part-A container allows for the addition and mixing of Part-B
and the color pigment.
2. Transfer the Part-B to the Part-A container using a spatula or knife. It is
imperative that the entire contents of Part-B be mixed thoroughly with the
entire contents of Part-A.
3. With a slow speed drill and a slotted mixing paddle, mix Part-B and Part -A
4 to 6 minutes. The paddle blade must be kept below the sealants surface
to avoid whipping air into the sealant.
4. Transfer the entire contents of the pigment can into the mixed Part-A and
Part-B. Scrape out entire contents of color package with a spatula or
knife to ensure consistent color. Continue mixing with a slow speed drill
and slotted paddle until color is uniform. During the process, the sides
and bottom of the base container and the paddle itself must be scraped
several times.
NO
TECHNICAL SPECIFICATIONS
5. The pot life of mixed two -part polysulfide is about 6 hours at 65 °F (18 °C)
and 1 hour at 95 °F (35 0C).
E. Application
1. Two -part polysulfide is applied by professional bulk caulking gun loaded
at the job site. Joints should be filled from bottom to top by holding a
properly sized nozzle against the bottom of the joint.
2. Best results are obtained if the sealant is applied when the joint is at the
midpoint of its designed expansion- contraction range, providing for
optimum sealant efficiency with subsequent joint movement.
3. Field experience recommends that the caulking and sealing be performed
when temperatures are above 40 °F ( +4 °C) to avoid application to damp
surfaces. Moisture will adversely affect adhesion.
4. Application may proceed as low as 20 °F ( -6 °C) provided that substrates
are completely dry, free of moisture, and clean as previously described.
5. For best gun - ability, sealant temperature should be in the 60 °F to 80 °F
(15 °C to 27 °C) range.
F. Clean Up
1. After using sealant primers or two -part polysulfide, clean tools and
equipment with xylene, or similar solvent.
G. Curing
1. Initial cure within 24 hours, complete cure in approximately 7 days. Cure
times depend on temperature and humidity.
3.07 PROTECTION
A. Protection: Protect all areas adjacent to joints from sealant smears. Masking tape
may be used for this purpose if removed 5 to 10 minutes after the joint is filled.
B. Cleaning: Immediately scrape off fresh sealant that has been smeared on
masonry and rub clean with a solvent as recommended by the sealant
manufacturer. Upon completion of application, remove all remaining smears and
stains resulting there from and leave the Work in a clean and neat condition.
END OF SECTION
17
TECHNICAL SPECIFICATIONS
SECTION 131140
SWIMMING POOL PLASTER
PART 1- GENERAL
1.01 DESCRIPTION
A. Principal Work Items Are:
1. Swimming Pool Plaster finish.
2. Swimming Pool start -up and maintenance.
B. Related Work Specified Elsewhere:
1. Cementitious Waterproofing: Section 131125
2. Swimming Pool Sealants and Caulking: Section 131130
3. Swimming Pool Tile: Section 131145
4. Swimming Pool General Requirements: Section 131150
1.02 SUBMITTALS
A. Samples: Prepare 12 -inch square panel at the site showing color and texture for
pool plaster. Finished plasterwork shall match the approved sample panel.
B. Certificates: Submit certificates attesting that the materials furnished meet the
requirements specified herein.
C. Test Report: Submit results of domestic water analysis.
1.03 PRODUCT DELIVERY AND STORAGE
A. Deliver manufactured materials to site in manufacturers' original unbroken
packages or containers bearing manufacturers' name and brand labels. Keep
cementitious materials dry until ready to be used and stored off the ground,
under cover, and away from damp surfaces.
1.04 JOB CONDITIONS
A. Apply plaster in exterior swimming pool only when ambient temperature is above
40 °F and below 90 °F, and protect applied plaster from rapid drying by sun or
wind until curing is completed or pool is filled with water. Protect interior plaster
applications from construction debris. Make every effort to apply plaster as late in
the construction schedule as possible to avoid staining or damage to the finish.
Stains or damage that occur as a result of inadequate care may result in the
rejection of the installation and require complete removal and re- installation at
the contractors expense.
PART 2 - PRODUCTS
18
TECHNICAL SPECIFICATIONS
2.01 MATERIALS
A. Portland Cement: ASTM C150, Type I white Portland cement.
B. Hydrated Lime: ASTM C206, Type S.
C. Sand for Pool Plaster Finish Coat: White marble dust uniformly graded within
following limits, all passing the No. 30 sieve:
Percentage retained (by weight, plus or minus 2 %) on each sieve
Sieve Size Minimum Maximum
No. 30 0 30
No. 50 40 55
No. 100 70 80
No. 200 80 100
D. Water: Clean, fresh, from domestic potable source.
2.02 PROPORTIONS AND MIXING
A. Materials are specified on a volume basis and shall be measured in approved
containers that will insure that the specified proportions will be controlled and
accurately maintained during the progress of the work. Measuring materials with
shovels ( "shovel count ") is not permitted.
B. White Marble Pool Plaster Finish Coat: Mix finish in proportion of one part by
volume of white portland cement to not more than two parts by volume of sand
(specified white marble dust).
C. Mixing: Perform mixing in approved mechanical mixers of the type in which
quantity of water can be controlled accurately and uniformly. While mixer is in
continuous operation, charge approximately 90% of estimated quantity of water,
half of sand, all cement, and the other one -half of the sand into mixer in that
sequence and mix thoroughly with remainder of water until mixture is uniform in
color and consistency. Avoid excess mixing to prevent hasty solution of cement
resulting in accelerated set. Discard plaster which has begun to set before it is
used; re- tempering is not allowed. Do not use any caked or lumpy materials.
Completely empty mixer and mixing boxes after each batch is mixed and keep
free of old plaster.
PART 3 - EXECUTION
3.01 PREPARATION OF SURFACES
A. Clean base surfaces of projections, dust, loose particles, grease, bond breakers,
and foreign matter; make sufficiently rough to provide a strong mechanical bond.
Do not apply plaster directly to the surfaces of masonry or concrete that is coated
with any membrane - forming curing compound or similar agent until compound or
agent is completely removed by sandblasting. Thoroughly wash entire surface
19
TECHNICAL SPECIFICATIONS
with 6,000 -psi high - pressure water immediately prior to plastering. Wet
cementitious base surfaces with a fine fog water spray to produce a uniformly
moist condition and check screeds, pool equipment, and accessories for correct
alignment before plastering is started. Do not apply plaster to base surfaces
containing frost. Install temporary coverings as required to protect adjoining
surfaces from staining or damage by plastering operations.
3.02 APPLICATION OF PLASTER
A. General: Apply finish plaster to minimum '/z -inch thickness at any location.
Apply finish plaster by hand or machine. If plastering machine is used, control
fluidity of plaster to have a slump not exceeding 2 -1/2 inches when tested using a
2" by 4" by 6" high slump cone. Do not add additional water to the mix
subsequent to determining water content to meet this slump. Perform slump test
according to following procedure:
1. Place cone on level, dry, non - absorptive base plate.
2. While holding cone firmly against base plate, fill cone with plaster taken
directly from hose or nozzle of plastering machine, tamping with a metal
rod during filling to release all air bubbles.
3. Screed off plaster level with top of cone. Remove cone by lifting it
straight up with a slow and smooth motion.
4. Place cone in a vertical position adjacent to freed plaster sample using
care not to disturb base plate.
5. Lay straightedge across top of cone being careful not to vibrate cone;
measure slump in inches from bottom edge of straightedge to the top of
slumped plaster sample.
B. Workmanship: Apply finish plaster in two coats by "double- back" method with
second coat applied as soon as first coat is tamped and initially floated. Apply
plaster with sufficient pressure to provide a good bond on bases. Work plaster to
screeds at intervals of from 5 feet to 8 feet, or closer as required on curved
surfaces. Finish plaster to tolerance of -0 to +1/8 inch in thickness on curved
surfaces and to 1/8 inch in 8 feet on straight surfaces. Apply smooth trowel finish
without waves, cracks, trowel marks, ridges, pits, crazing, discoloration,
projections, or other imperfections. Form plaster carefully around curves and
angles, well up to screeds. Take special care to prevent sagging and
consequent drooping of applications. Produce surfaces free of visible junction
marks in finish coat where one day's work adjoins another.
C. Curing: Cure plaster with fine fog water spray applied to finish coat as frequently
as required to prevent dry-out of plaster. Keep plaster damp until pool is filled.
Prevent damage or staining of plaster.
D. Patching, Pointing, and Cleaning Up: Upon completion, cut out and patch loose,
cracked, damaged, or defective plaster; patches matching existing plaster in
texture, color, and finish, flush with adjoining plaster. Perform pointing and
patching of surfaces and plasterwork abutting or adjoining any other finish work
in a neat and workmanlike manner. If 10 per cent or more of the pools plaster
finish is found to be defective, the plaster shall be removed and replaced
completely for the entire pool. Remove plaster droppings, voids, holes or
spattering from all surfaces. Leave plaster surfaces in clean, unblemished
20
TECHNICAL SPECIFICATIONS
condition ready for pool filling. Remove protective coverings from adjoining
surfaces. Remove rubbish and debris from the site.
3.03 START -UP SPECIFICATIONS
A. Contractor shall coordinate with City staff to schedule water fill within 2 weeks of
the plaster date, and coordinate with City staff that there are sufficient quantities
of chemicals required to ensure calcium - balanced water immediately upon the
completion of water filling.
City will provide quantities of the chemicals as determined above, plus
25% overage for follow -up treatment.
B. Care shall be taken in filling the pool to assure that the water source is clean and
potable and free of contaminants that could stain the fresh plaster. Flush all
water lines that have not been in continuous operation before filling the pool.
C. The pool shall not be plastered until the filtration system and chlorination system
are complete and ready for start-up. Contractor shall notify the Owner in writing
of start-up at least two weeks prior to the plaster date. The Owner is responsible
for supplying chlorine /chlorine products and alkalizer /pH control products for
maintenance of the pool by the automatic treatment systems. Should these
automatic treatment systems fail or if the Contractor fails to notify the Owner as
required, the Contractor shall supply all chemicals required for manual treatment
of the pool water.
D. Contractor shall maintain swimming pool for a minimum 14 consecutive days.
During this time, brush the entire pool plaster surface daily starting immediately
after filling pool for a minimum of 5 days to remove plaster dust, periodically
clean grates until no further accumulation of foreign material occurs, and
coordinate with City staff to ensure chemicals are as required for acceptable
water quality. The pool shall be vacuumed to maintain a clean and new condition
throughout the minimum 14 day period starting no sooner than 5 days after the
date of plaster. In no instance shall the pool maintenance and cleaning
responsibilities cease prior to gainful occupancy of the entire facility by the
Owner. After successful conclusion clean grates, vacuum pool, and leave the
pool ready for use.
END OF SECTION
21
TECHNICAL SPECIFICATIONS
SECTION 131145
SWIMMING POOL TILE
PART 1 - GENERAL
1.1 DESCRIPTION
A. Work in this Section. Principal items include:
1. Porcelain tile and ceramic tile for swimming pools.
1.2 QUALITY ASSURANCE
A. Reference Standards: Conform to the following standards unless otherwise
required herein:
1. American National Standards Institute (ANSI):
a. A108 Specifications for the Installation of Ceramic
Tile.
b. A137.1:2012 Standard Specifications for Ceramic Tile
(Porcelain Tile is included).
2. American Society for Testing and Materials (ASTM):
a. C144 -11 Aggregate for Masonry Mortar
b. C150 Portland Cement
C. C171 -07 Sheet Materials for Curing Concrete
d. C206 -03(2009) Finishing Hydrated Lime
3, Tile Council of America (TCA): Latest Edition, Handbook for Ceramic Tile
Installation.
1.3 SUBMITTALS
A. Refer to Division 1 for procedures.
B. Product Data: Submit the tile manufacturer's printed data identifying each field
tile unit and each trimmer and shaped unit by model or type number.
C. Samples: Submit the following for selection and approval:
1. Each type, shape, and trimmer of tile in each required color.
2. Joint grout colors for each color of tile.
Lid,
TECHNICAL SPECIFICATIONS
D. Master Grade Certificates: Submit for each lot of tile before installing.
1.4 PRODUCT DELIVERY AND STORAGE
A. Deliver tile materials to site in unopened factory containers sealed with Grade
Seals bearing printed name of manufacturer and the words "Standard Grade."
Keep the Grade Seals intact and containers dry until tiles are used. Keep
cementitious materials dry until used.
1.5 JOB CONDITIONS
A. Inspect and verify job conditions. Report all defects in base surfaces to
Architect /Engineer for correction before proceeding.
PART 2 - PRODUCTS
2.1 BASIC MATERIALS
A. Portland cement: ASTM C150, Type II, low alkali.
B. Hydrated lime: ASTM C207, Type S.
C. Mortar sand: ASTM C144, at least 4% passing No. 100 sieve.
D. Joint sand: Same as mortar sand, except all passing the No. 30 sieve.
E. Water: From domestic potable source.
F. Color pigments: Pure ground mineral oxides, non - fading, alkali and lime proof,
factory weighed and packaged.
2.2 TILE MATERIALS
A. Manufacturer: Dal Tile, American Olean, Cepac, or approved equal.
B. Standard Grade conforming to ANSI A137.1. Provide trim units as indicated and
specified, including special shapes as detailed or required. Tile patterns and
colors shall be as indicated and specified.
C. Unglazed Ceramic Mosaic Tile, Unglazed Ceramic Tile, Unglazed Porcelain Tile:
Colors as selected or scheduled, ceramic type unglazed mosaic tile, with cushion
or all- purpose edges, 1" square. Use factory-made half -size units where required
for tile numbers, or make the half -size units by precision cutting on powered tile
saw. Ease all cut tile edges prior to installation.
D. Glazed Waterline, Lane Marker and Depth Marker Tile: Glazed tile units of sizes
indicated, with depth and other markings indicated fired into the tile, with colors
as noted and bright glaze finish standard.
E. Trim Units: Provide tile trim units where indicated or necessary for complete and
finished installation. Provide bullnose units for external comers and angles.
23
TECHNICAL SPECIFICATIONS
Internal corners shall be squared. External corners shall be mitered. Provide trim
units of material and finish identical to adjoining tile, except slip- resistant
surfacing is not required for curved or vertical trim units. Provide special type
slip- resistant tread nosing units as indicated.
F. Frost resistant porcelain tile and ceramic tile, passing the standards for
performance as set by IS 10545 -12 or ASTM C1026.
2.3 SETTING BED MORTAR
A. Manufacturer: LATICRETE International Inc., 3701 Fortified Mortar Bed, thick
bed mortar. Polymer fortified blend of carefully selected polymers, Portland
cement and graded aggregates. Exceeds ASTM C270 Requirements. Mix and
Apply in accordance with Manufacturers recommendations.
2.4 BOND COAT
A. Manufacturer: LATICRETE International Inc., 254 Platinum. Exceeds ANSI
A118.4 Shear Bond Strength Requirements & ANSI Al 18.11. C Mix and Apply in
accordance with Manufacturers recommendations as a Bond Coat.
2.5 THINSET
A. Manufacturer: LATICRETE International Inc., 254 Platinum. Exceeds ANSI
A118.4 Shear Bond Strength Requirements & ANSI Al 18.11. C Mix and Apply
in accordance with Manufacturers recommendations.
2.6 WATERPROOF AND FRACTURE RESISTANT MEMBRANE
A. Manufacturer: LATICRETE International Inc., Hydroban. Waterproof and
fracture resistant membrane. Mix and Apply in accordance with Manufacturers
recommendations
2.7 EPDXY TILE JOINT GROUT
A. Manufacturer: LATICRETE International Inc., SpectraLOCK PRO Premium
Grout, patented high performance epoxy grout. Mix and Apply in accordance
with Manufacturers recommendations.
PART 3 - EXECUTION
3.1 PREPARATION
A. Clean substrates of dust, dirt, oil, grease, and deleterious substances. Conform
to applicable Reference Standards and to recommendations of manufacturers of
materials used.
B. Substrates To Receive Mortar Setting Beds: Keep cementitious backing damp
for at least 8 hours and scrub with a neat Portland cement slurry just prior to
placing setting bed mortar.
24
TECHNICAL SPECIFICATIONS
C. Tile Wetting: Dampen tile according to above Reference Standards or tile
manufacturer's instructions, as required.
D. Screeds: Accurately set temporary screeds to control the finish plane of mortar -
bed set tile and remove as soon as setting bed is sufficiently hardened. Fill void
spaces from screeds with same mortar.
3.2 TILE INSTALLATION
A. Arrange the according to patterns detailed, set tile flush with well- fitted joints,
finish in true planes that are plumb and square and with joints of uniform size.
Provide approved trimmers as shown or required. Cut tile without marring.
Carefully grind and joint tile edges and cuts. Set tiles to avoid puddles and
ponding in large fields and arrange curved field joints at radiuses that minimize
joints and tapered grout joints.
B. Mortar Bed Set Tile: Apply specified setting bed mortar, tamp, and screed to
required planes. Spread no more mortar than can be covered with tile before
initial set. Do not use re- tempered mortar. Trowel 1/32" to 1/16" thick bond coat
over plastic setting bed mortar just before setting tile or apply bond coat to back
of each tile placed. Set tile in position and beat firmly into the setting bed mortar.
Bring tile faces to a true and proper plane. Complete all beating and leveling
before mortar sets and in no case later than one hour after first placing. When
ready, wet and remove paper and glue avoiding excess water. Adjust any out -of-
line or out -of -level tile.
C. Joint Sizes: Install tile with uniform 1/8" joint width.
D. Porcelain and Ceramic Tile Joint Grouting: Grout tile joints full after washing out
and saturating with clean water. Mix grout with water to a thick creamy
consistency and force into joints for entire joint depth, flush with surface. Clean
off all excess and fill skips and gaps before grout sets. Use white grout
throughout. Provide dampness for minimum 3 -day curing and polish with clean
dry cloths.
3.3 CLEANING:
A. Remove stains, cement, grout, and foreign matter after grouted joints are fully
set. Do not use any acid for cleaning. Repair all defective joints until approved.
END OF SECTION
25
TECHNICAL SPECIFICATIONS
SECTION 131153
SWIMMING POOL PLUMBING AND MECHANICAL EQUIPMENT
PART 1 - GENERAL
1.01 DESCRIPTION
A. Principal Work Items Are_
Pool piping, fittings, and valves.
B. Related Work Specified Elsewhere:
1. Electrical power services to pool equipment with final connections.
C. Description of Piping System:
1. Piping is shown in diagrammatic form to indicate work to be done, rather
than show exact routing and locations. Make use of all data in Contract
Documents, verify against developed field conditions, and install work in
an orderly arrangement in a manner to overcome structural interference.
2. Fixtures and equipment are laid out per requirements of one
manufacturer. Modify work and arrangements to suit actual equipment
installed.
3. Architectural and structural drawings take precedence over plumbing
drawing in representation of general construction work; drawings of
various trades take precedence in representation of work of these trades.
Refer to all drawings for conditions relevant to this work.
1.02 SUBSTITUTIONS
A. Reference in this section to any material, product or process by name, make or
catalogue number shall be interpreted as establishing a standard of quality and
design intent and not construed as prohibiting substitutions of any other such
material, product or process, provided such substitution is specifically approved
by the Engineer.
B. Acceptance of substitutions will not relieve the Contractor from responsibility for
complying with the Contract Documents.
C. At the discretion of the Engineer, testing of samples of materials proposed for
substitutions may be required. An independent testing laboratory selected by the
Owner shall do testing, the costs of which shall be bome by the Contractor.
D. At the discretion of the Engineer, the Contractor may be required to furnish a
written guarantee, in addition to that already required, ensuring the satisfactory
performance of the proposed substitutions.
26
TECHNICAL SPECIFICATIONS
E. All additional labor and materials that may be required for the proper installation
of any substitution, or required as a consequence of any substitution, shall be
provided at no additional cost to the Owner.
F. Bids shall be based upon the data given in the Contract Documents, or upon
previously approved items or techniques as "approved equals" by the Engineer.
Substitutions must be submitted to the Engineer at least ten days prior to the bid
opening for approval. Where calculations or shop drawings are required for
approval, allowance shall be made for meeting the requirements of the Contract
Documents and all applicable codes and ordinances.
G. The Contractor assumes full responsibility that substituted items or procedures
will meet the job requirements and is responsible for the cost of redesign and of
modifications to this and all other parts of the work caused by the substituted
items.
H. Submittals will be checked for general conformance with the design concept of
the project, but acceptance does not guarantee the quantities shown and does
not supersede requirements to properly install work. Submittals for proposed
alternatives will be judged not only for the acceptability of the items themselves,
but of the items as they are used under the conditions of this particular project.
1.03 QUALITY ASSURANCE
A. Reference Standards: Conform Work of this Section to requirements of the
following reference standards, as applicable, unless otherwise required herein or
on the Drawings. Unless otherwise indicated on the Drawings, or specified,
furnish the highest or best grade of material specified in reference standards.
B. American National Standards Institute (ANSI):
A13.1 2007 Scheme for the Identification of Piping Systems
2. B16.5 -1996 Steel Pipe Flanges and Flanged Fittings (Including Ratings
for Class 150, 300, 500, 600, 900, 1,500, and 2,500)
3. B31.1 -2001 Power Piping
C. American Society for Testing and Materials (ASTM):
A36 Carbon Structural Steel
2. A53 Pipe, Steel, Black and Hot - Dipped, Zinc - Coated, Welded
and Seamless
3. A123 Zinc Coating (Hot -Dip Galvanized) on Iron and Steel
Products
4. D3915 -06 Rigid Polyvinyl Chloride (PVC) Compounds and
Chlorinated Polyvinyl Chloride (CPVC) Compounds for
Plastic Pipe used in Pressure Applications
27
TECHNICAL SPECIFICATIONS
5. D1785 -12 Polyvinyl Chloride (PVC) Plastic Pipe: Schedules 40, 80
and 120
6. D2464 -13 Threaded Polyvinyl Chloride (PVC) Plastic Pipe Fittings,
Schedule 80
7. D2467 -13A Polyvinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 80
8. D2564 -12 Solvent Cements for Polyvinyl Chloride (PVC) Plastic Pipe
and Fittings
D. Manufacturers Standardization Society of Valves and Fittings Industry (MSS):
1. SP -58 -2009 Pipe Hangers and Supports — Materials, Design,
Manufacture, Selection, Application, and Installation
2. SP -69 -2003 Pipe Hangers and Supports - Selection and Application.
E. National Fire Protection Association (NFPA) 70: 2014 National Electric Code
(NEC)
1.05 SUBMITTALS
A. Manufacturer's Data, provide five (5) Bound Copies:
1. Pipe
2. Fittings
PART 2 - PRODUCTS
2.1 PIPE AND FITTINGS
A. Pool Piping: Pool piping shall be manufactured of compound meeting
requirements for ASTM D1784 -95 Class 12454 -B (formerly Type 1, Grade 1).
Pipe and fittings shall be Schedule 80 PVC unless otherwise specified. Piping
shall conform to ASTM D1785 -12. Fittings shall be injection molded and conform
to ASTM D2467 -13a for socket type and ASTM D2464 -13 for threaded type.
Solvent cement for pipe joints shall conform to ASTM D2564 -12.
2.2 PIPING IDENTIFICATION LABELS
A. Plastic slip -on labels or tape with pressure- sensitive adhesive conforming to
ANSI A13.1 2007.
2.3 VALVES
A. Provide Hydrostatic relief valve as called out on the drawings.
2.4 MAIN DRAIN GRATE
28
TECHNICAL SPECIFICATIONS
A. Paddock PCFC 2448 stainless steel grate and frame, polished type 304 stainless
steel, 48 -inch by 24 -inch square with not less than 425 square inches of open
area. Grate shall be made of 3/16 -inch stainless material with openings not
greater than 3/8 -inch and ribs not less than 1/4 -inch. Fit grate to frame flush with
top surface and secure with 4 or more stainless steel vandal proof screws, frame
shall be fabricated from 1/8 -inch x 1/2 -inch type 304 stainless angle iron and
shall be provided with required bonding lugs and anchoring holes.
2.5 FLOOR INLET FITTINGS
A. Replace any cracked fittings where applicable with Molded ABS plastic with an
adjustable top plate having a position - locking device and 2 -inch solvent weld
connection. Provide manufacturer's wrench for flow adjustment. Flow
adjustment top plate shall permit full range of flow adjustment from closed to full
open with a stainless steel vandal proof locking device at quarter turn
increments. Sta -Rite #8417.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install material and equipment as complete, convenient, and economical systems
in conformance with drawings, approved submittals, and requirements specified.
3.2 PIPING
A. Unless specified otherwise, all piping fabrication, assembly, and installation shall
conform to ANSI 831.1. Run the piping following the general arrangement
indicated.
1. Fittings: Use standard molded PVC fittings. Mitering pipe to form elbows,
notching straight runs to form full -sized tees, or similar construction is not
permitted. Make all branch connections with tees. Fabricated fittings are
permitted for pipe sizes 14" and larger.
2. Clcaning of Piping: Clean pipe before placing in position. Before final
connections are made to apparatus, wash interior of all piping out
thoroughly with water.
3.3 WATERSTOPS
A. All piping passing through the concrete walls or floors of water holding tanks and
pits shall have a PVC flange type waterstop of full pipe size solvent welded on
the pipe. Center the waterstop within the wall to form a labyrinth waterseal after
concrete pouring.
B. All piping passing through Cored holes in concrete walls of water holding tanks
and pits shall have a LINK — SEAL type waterstop. Center the waterstop within
the wall to form a mechanical seal between pipe and concrete core inside
diameter.
29
3.4
3.5
W
TECHNICAL SPECIFICATIONS
OPERATING EQUIPMENT
A. Ensure that moving parts of each assembly operate smoothly and easily
throughout their entire operating range.
FIELD TESTS AND INSPECTIONS
A. General: Contractor shall furnish all equipment and apparatus required for
performing the inspections and tests, except water supplied by Owner.
Contractor shall correct all defects and repeat respective inspections and tests,
as required for final approval. Conduct testing and inspecting under observation
of the Owner or Architect/Engineer.
B. Factory Tests: Factory test prefabricated piping sections and fittings to ensure
compliance with this specification and to prove integrity of joints. Submit certified
factory test reports.
C. Field Inspections: Prior to initial operation, the piping system shall be inspected
for conformance to Drawings, Specifications, and ANSI B31.1.
D. Field Tests:
Pressure Tests: Hydrostatically test all water piping systems. Do not
pneumatically pressure test. Conduct tests in accordance with ANSI
831.1 and as stated in this specification. Test piping systems after the
lines have been cleaned as specified. Test the piping system at a
pressure of 100 -psi with water not exceeding 100 °F. Before tests,
remove or isolate gages, traps, and other apparatus subject to damage
by test pressure. Install calibrated test gage in system to observe any
loss of pressure. Close off system and retain required test pressure for
one -hour minimum and inspect all joints and connections for leakage.
Maintain a pressure of 30 -psi in all lines throughout the remaining
construction period. Each trade should verify the 30 -psi pressure before
and after completion of Work to insure piping integrity. All failures shall
be satisfactorily repaired and the complete test performed again.
START -UP SPECIFICATIONS
A. Contractor shall coordinate with City staff on the pool fill. Initially water should be
adjusted to levels required in order to properly cure pool plaster and maintain
plaster warranty. Once pool plaster is sufficiently cured and prior to turnover,
water chemistry will be adjusted to satisfy both Calcium Saturation Index (CSI)
and Ryznar Index (RI). In order to achieve this compatibility, the CSI will be in the
upper ranges ( +0.3 to +0.5) and the RI will be in the acceptable range near 6.5 to
6.7.
B. Contractor to coordinate with City staff to have on hand quantities of the
chemicals required, plus 25% overage for follow -up treatment. These chemicals,
typically including calcium chloride, bicarbonate of soda, and muriatic acid, are in
addition to standard chlorine /chlorine products and alkalizer /pH control products.
30
TECHNICAL SPECIFICATIONS
C. System Start -Up and Operational Test: Start up the entire system and operate
all components for not less than 14 consecutive days. After successful
conclusion of operational testing and plaster cleaning leave the entire pool
systems ready for use.
END OF SECTION
31
TECHNICAL SPECIFICATIONS
SECTION 131154
SWIMMING POOL DECK EQUIPMENT
PART 1 - GENERAL
1.01 SUMMARY
A. Principal Work Items Are:
1. Underwater lights
B. Related Work Specified Elsewhere:
1. Electrical power services for underwater lights.
2. Grounding system terminations for ground wires provided under this
Section.
1.02 QUALITY ASSURANCE
A. Equipment Quality: Swimming pool equipment shall be standard products
manufactured for service in public and commercial swimming pool installations
and shall have a proven record of satisfactory service.
B. Reference Standards: Conform Work of this Section to requirements of the
following reference standards, as applicable, unless otherwise required herein or
on the Drawings. Requirements for packing of delivery in reference standards
are at the Contractor's option. Unless otherwise indicated on the Drawings or
specified, furnish the highest or best grade of material specified in reference
standards.
1. American Society for Testing and Materials (ASTM):
a) A312 Seamless and Welded Austenitic Steel Pipe
b) A666 Austenitic Stainless Steel Sheet, Strip, Plate, and
Flat Bar for Structural Applications
2. American Iron and Steel Institute (AISI): 304 & 316 Steel Products
Manual - Stainless and Heat Resisting Steels
3. Aluminum Association (AA):
a) DAF-45 Designation System for Aluminum Finishes
b) ANS -1-135 Aluminum Standards and Data
C) ANS -H35 Standards for Anodized Architectural Aluminum
4. National Fire Protection Association (NFPA): 70 -2014 National Electrical
Code (CEC)
1.03 SUBMITTALS
32
TECHNICAL SPECIFICATIONS
A. Manufacturers' Data; Electronic Copies: Include operation and maintenance
instructions as applicable:
1. Underwater lights;
1.04 DELIVERY AND STORAGE
A. Deliver materials undamaged to the project site in each manufacturer's unopened
containers. Inspect for damage and remove damaged items from site. Store
undamaged materials off ground under protective cover.
PART 2 - PRODUCTS
2.01 UNDERWATER LIGHTS
A. Manufacturer: Hydrel Monochromatic LED Commercial Underwater Pool light
#4426. 120VAC
B. Pool lights shall be UL listed, 96 watt output, 120 volts, with three No. 16
conductors and waterproof cords of required lengths. Underwater lights shall
conform to NEC Article 680 -23.
PART 3 - EXECUTION
3.01 INSTALLATION
A. As shown on Drawings, specified, and in accordance with the approved
submittals. Anchor units securely with corrosion - resistant fasteners of size and
type indicated and specified.
3.02 WELDING
A. Welds shall be ground smooth and polished. All welding shall be done by heli-
arc method by certified welders using electrodes of same alloy as metal being
welded and methods that prevent carbon pick -up in stainless steel.
3.03 BONDING
A. All concrete embedded metallic fixtures in the pool shell and in the deck within 5
feet of the pool wall shall be bonded together. Bond with #8 copper conductor
and copper pressure connectors. Items include, but are not limited to: anchors,
grates, sockets, and light niches.
3.04 UNDERWATER LIGHTS
A. Verify electrical loads and include in submittals. Grounding and bonding of
underwater lights shall conform to NEC Article 680 -20. Each light shall be tested
and verified with a GFI tester, prior to filling the pool.
END OF SECTION
33
TECHNICAL SPECIFICATIONS
SECTION 131120
CAST -IN -PLACE CONCRETE
PART 1 - GENERAL
1.01 DESCRIPTION
A. Work in this Section. Principal items include:
The Work under this section shall include all labor, materials and
equipment required to complete the Concrete Work as indicated and
specified.
2. Materials and /or methods specified in this section as "I.B.C. ", "I.B.C.
Standards" or similar wording refer to the model building code developed
by the International Code Council (ICC) and the International Building
Code (IBC) Standards, 2012 Edition.
3. Except as otherwise specified herein, the work of this Section shall be in
accordance with Chapter 19 "Concrete ", of the California Building Code,
2013 Edition.
1.02 QUALITY ASSURANCE
A. Reference Standards:.
American Society for Testing and Materials (ASTM):
a. C33: Standard Specification for Concrete Aggregate
b. C150: Standard Specification for Portland Cement
1.03 SUBMITTALS
A. Conform to Division 1 requirements. Submit Shop Drawings for complete deck
structure including complete detailed reinforcing bar bending and layout
diagrams.
B. Concrete Mix Design: Submit a mix design for each strength and type of
concrete. Furnish a complete list of materials including type, brand, source, and
amount of cement, pozzolan, and admixtures. Submit applicable reference
specifications, and copies of test reports showing that the mix has been
successfully tested to produce concrete with the properties specified and will be
suitable for the job conditions. Obtain approval before concrete placement.
C. Product Data: Submit manufacturer's printed data identifying concrete color
admixture and cure sealer with technical data, and installation requirements.
PART 2 - PRODUCTS
34
TECHNICAL SPECIFICATIONS
2.01 MATERIALS
A. Portland Cement: ASTM C150, Standard Specification for Portland Cement.
B. Aggregate: ASTM C33, Standard Specification for Concrete Aggregate, well
graded from fine to coarse. Certified Aggregate from a known source that is not
expansive.
C. Water: Clean and potable.
D. Reinforcing Steel: ASTM A615, Grade 60, Standard Specification for Deformed
and Plain Billet Steel Bars for Concrete Reinforcement. Size and spacing of bars
as indicated on the drawings.
E. XypexTM: Waterproofing admix.
F. Curing Paper: A standard brand conforming to ASTM C 171, Type 1 — Regular,
Kure -N -Seal.
2.02 TESTS AND INSPECTIONS
A. Samples and Tests of Concrete:
Samples: ASTM C172, Standard Method of Sampling Fresh Concrete.
Samples may be obtained by the molded cylinder method.
2. Molded Cylinder Tests: If the molded cylinder method is used, there shall
be not less than one test for each 50 cubic yards of structural concrete for
each grade of concrete used and there shall be at least one test for each
day's placement for each grade of concrete use. Each cylinder shall be
dated, given a number, the point in the structure from which the sample
was taken, and the result of the accompanying slump test noted thereon.
Cylinders shall represent as nearly as possible the batch of concrete from
which they were taken.
3. Defective Concrete: Should the strength of any grade of concrete for any
portion of the work indicated by tests of molded cylinders fall below the
minimum 28 day strengths specified or indicated, Structural Engineer will
require core specimens to be cut from designated locations. If the
compressive tests of the core specimens fail to show the required
compressive strength, the concrete will be deemed to be defective and
shall be replaced or adequately strengthened in a manner acceptable to
the Owner and the Architect/Engineer. The Contractor shall bear all costs
incurred in connection with said tests, replacement and strengthening.
4. Plant Inspection and Certification: Continuous inspection shall be
maintained at the batch plant and for transit -mixed concrete to run check
sieve analysis of aggregate, check moisture content of fine aggregate,
check the design of the mix, check the cement being used with the test
reports, check the loading of the mixer trucks, and certify to the quantities
of materials placed in each mixer truck. Inspection shall be made by a
representative of a Testing Laboratory selected by the Owner. The
35
TECHNICAL SPECIFICATIONS
Owner will pay for inspection costs. With each mixer truck, the
manufacturer of the ready -mixed concrete shall deliver to the Owner's
Inspector a certificate with each mixer truck. The certificate shall bear the
signature of the representative of the Testing Laboratory, and shall state
the quantity of cement, water, fine and coarse aggregate, and admixture,
if any, contained in the load.
2.03 CONCRETE MIXES
A. Strength of Concrete: All concrete shall be as indicated on the drawings as 4500
psi Minimum.
B. Slump Requirements:
Slump, Inches
Element Minimum Maximum
Footings and Foundations 2 4
Slabs and Decking 2 3
C. Shrinkage Tests:
Prior to placing any concrete for walls or horizontal surfaces, a trial batch of each
mix design of structural concrete shall be prepared using the aggregates,
cement and admixture (if any) proposed for the project. From each trial
batch at least 3 specimens for determining drying shrinkage shall be
prepared. The drying shrinkage specimens shall be a 4" x 4" x 11" prisms
fabricated, cured, dried, and measured in accordance with the
requirements of Tentative Method of Test for Length Change of Cement
Mortar and Concrete, ASTM C157. The measurements shall be made
and reported separately for 7 and 28 days of drying after 7 days of moist
curing. The effective gage length of the specimens shall be 10 ", and
except for the foundation concrete, the average drying shrinkage at 35
days shall not exceed .054°/x.
Previous Test: Ready -mixed concrete manufacturer may furnish certified test
reports from approved Testing Laboratory as proof of meeting shrinkage
requirements, provided aggregate used and concrete covered by such
test report conform to mix design approved for use on this project.
Method used, use an independent testing facility acceptable to Architect
for preparing and reporting proposed mix designs.
D. Ready -Mix Concrete
1. Comply with ASTM C 94/C 94M.
2_ Before using trucks for batching, mixing, and transporting concrete,
thoroughly clean the trucks and equipment of materials capable of
contaminating concrete.
3. During hot weather, or under conditions contributing to rapid setting of
concrete, a shorter mixing time than specified in ASTM C94 is required.
36
TECHNICAL SPECIFICATIONS
4. When air temperature is between 85° F and 90° F, reduce mixing and
delivery time from 90 minutes to 75 minutes, and when air temperature is
above 90° F, reduce mixing and delivery time to 60 minutes.
5. Do not add water to ready -mix concrete at Project site except when slump
is below specified limits and total water does not exceed the design
water - cement ratio; inject added water into mixer and mix thoroughly
before discharging.
E. Provide certificate signed by authorized official of supplier with each load of
concrete stating following:
1. Time truck left plant.
2. Mix of concrete, identify with code number of mix design.
3. Amount of water and cement in mix.
4. Amount and type of admixtures.
5. Amount of water added at project site.
6. Time truck is unloaded at project site.
F. Truck mixers without batch tickets will be rejected.
G. Retain certificates at Project site. Submit to Architect for review upon request.
2.04 FORMS FOR CONCRETE
A. Forming Materials: Materials shall be new. Materials may be reused during the
progress of the work provided they are completely cleaned and reconditioned,
recoated for each reuse, capable of producing formwork of the required quality
and are structurally sound.
Footings and Foundations: Douglas Fir "Standard" or better boards,
wood or steel stakes, substantially constructed to the shape indicated and
to support dowels and screeds for the wall forms.
2. Wall Forms- 3/4" minimum, Douglas Fir plywood, Grade B -B, Class I or
II, Exterior, sanded both sides conforming to U.S. Product Standard 1 -83.
Plywood shall be edge - sealed and oiled both sides with colorless form oil.
B. Construction of Forms:
General: Forms shall result in a final structure which conforms to shape,
lines and dimensions of members as required by the drawings and
specifications, and shall be substantial and sufficiently tight to prevent
leakage of mortar. They shall be properly braced or tied together so as to
maintain position and shape. Forms and their supports shall be designed
so that previously placed structures will not be damaged. Forms shall be
true to line within 1/250 of the span.
37
TECHNICAL SPECIFICATIONS
PART 3 - EXECUTION
3.01 REINFORCING
A. General: Fabrication and placement of reinforcing for concrete construction shall
be in accordance with the requirements of Title 24, Part 2, California
Administrative Code, and as shown.
B. Accurately position and secure reinforcing in place as indicated and specified.
Secure reinforcing so that it will not be displaced while placing concrete.
C. Reinforcing shall be checked before concrete is placed and cleaned again if
required.
3.02 CONCRETE
A. Time of Placing: Do not place concrete until reinforcement, conduits, outlet
boxes, anchors, hangers, sleeves, bolts, and other embedded items and
materials are securely and properly fastened in the proper positions.
Reinforcement and forms shall be inspected and approved by the Owner 24
hours before concrete is placed.
B. Conveying: Concrete shall be conveyed from the mixer to the place of final
deposit by methods which will prevent the separation or loss of materials.
Concrete shall not be handled nor pumped using aluminum equipment.
C. Placing Concrete:
Concrete shall be placed only under the direct supervision of the Owner's
Inspector. Do not place concrete outside of regular working hours, unless
the Owner's Inspector has been notified at least 24 hours in advance and
is present. No concrete that has partially hardened or been contaminated
by foreign materials shall be deposited in the forms, nor shall re- tempered
concrete or concrete which has been remixed after initial set be used.
2. Concrete shall be thoroughly consolidated by suitable means during
placement, and shall be thoroughly worked around the reinforcement and
embedded fixtures and into the corners.
D. Finish of Concrete:
Floors and slabs: Smooth steel trowel.
a. Apply the hardener after the surface of the concrete has reached
the point where no excess moisture shows, but is still plastic.
Apply at the rate of 20 pounds per 100 square feet of surface for
the initial application.
b. Protection and Curing: All concrete floors shall be cured and
protected with concrete curing paper.
38
TECHNICAL SPECIFICATIONS
2. Concrete wall surfaces that are to be left exposed shall be smooth and
free from form marks. Fins and surface irregularities shall be removed
immediately after removal of forms, while the concrete is green.
E. Curing of Concrete: Concrete shall be maintained above 50° F, and in a moist
condition for at least the first 7 days after placing.
END OF SECTION
39
APPENDICES
4
APPENDIX A - FORM OF AGREEMENT
THIS AGREEMENT, made on this day of , 20_, by and between the City of San Luis
Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the
Owner) and COMPANY NAME (hereinafter called the Contractor).
WITNESSETH:
That the Owner and the Contractor for the consideration stated herein agree as follows:
ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall
provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and
transportation services required to complete all the work of construction of
NAME OF PROJECT, SPEC NO,
in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by
the Owner, in strict compliance with the Contract Documents hereinafter enumerated.
It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work
performed and completed under the direction and supervision and subject to the approval of the Owner or its
authorized representatives.
ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful
performance of this Contract, subject to any additions or deductions as provided in the Contract Documents,
the contract prices as follows:
Item
No.
Item
Unit of
Measure
Estimated
Quantity
Item Price
(in figures)
Total
(in figures)
1.
2.
3.
BID TOTAL: $ .00
Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in
the documents made a part of this Contract.
Should any dispute arise respecting the true value of any work omitted, or of any extra work which the
Contractor may be required to do, or respecting the size of any payment to the Contractor, during the
performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and
conclusive.
ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following
documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto
attached:
1. Notice to Bidders and information for bidders.
2. Standard Specifications, Engineering Standards, Special Provisions, and any Addenda.
2. Accepted Bid.
4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire.
5. Noncollusion Declaration.
6. Plans.
40
41
APPENDICES
7. List of Subcontractors.
8. Agreement and Bonds.
9. Insurance Requirements and Forms.
ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any
conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control
and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date
first above written.
APPROVED AS TO FORM
J. Christine Dietrick
City Attorney
Rev. 12 -26 -09
41
CITY OF SAN LUIS OBISPO
A Municipal Corporation
Katie Lichtig, City Manager
CONTRACTOR:
Name of Company
By:
Name of CAO /President
Its: CAOIPRE 1DENT