Loading...
HomeMy WebLinkAbout1997-11-25 - AGENDA REPORTS - REPLASTER VALENCIA GLEN POOL (2)AGENDA REPORT CONSENT CALENDAR DATE: November 25, 1997 City Manager Item to be pre Rick Putnam SUBJECT: REPLASTER VALENCIA GLEN POOL PROJECT NO. M0005 - ADVERTISE FOR BIDS DEPARTMENT: Parks, Recreation, and Community Services RECOMMENDED ACTION: City Council approve the plans and specifications for Project No. #M0005 and authorize advertising for bids for the Replaster Valencia Glen Pool project. BACKGROUND The Park Rehabilitation Program previously approved by City Council, consists of numerous projects, including the replaster of Valencia Glen Pool. The Replaster Valencia Glen Pool project, which is currently under final design review, also incorporates new tile throughout the pool, and necessary improvements to meet Americans with Disabilities Act requirements. ALTERNATIVE ACTIONS Other action as determined by City Council. FISCAL IMPACT During the 1997 budget process, City Council approved $400,000 for various park renovation projects. The budget for the construction of this project is $45,000, which is available in Account No. M40005001. A. Valencia Glen Pool Replaster Specifications B. Valencia Glen Pool Replaster Construction Plans Attachments A and B are available for review in the City Clerk Reading File. RJL:cac council\bid_adv.doc Items SII Contract Documents Specifications and Standard Drawings for VALENCIA GLEN PARK POOL RENOVATION 23750 Via Gavola Valencia, California Prepared for City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, California Prepared by Jones & Madhavan 461 West Sixth Street, Suite 301 San Pedro, California 90731 November 3, 1997 CITY OF SANTA CLARITA NOTICE INVITING SEALED BIDS FOR VALENCIA GLEN PARK POOL RENOVATION IN THE CITY OF SANTA CLARITA PUBLIC NOTICE IS HEREBY GIVEN that the City of Santa Clarita as AGENCY, invites sealed bids for the above stated project and will receive such bids - in the offices of the City Clerk of the City of Santa Clarita, 23920 Valencia Boulevard, 3rd floor, Santa Clarita, California 91355, up to the hour of 11 a.m. on Tuesday, October 22, 1996, at which time they will be publicly opened. Copies of the Plans, Specifications, and contract documents are available from the City of Santa Clarita, 23920 Valencia Boulevard, 1st Floor, Parks and Recreation counter, Santa Clarita, California 91355. Any contract entered into pursuant to this notice will incorporate.the .provisions of the State Labor Code. Compliance with.the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be _required. Copies of the prevailing wage rates are on file and are available for inspection in the offices of the City Clerk, 23920 Valencia Boulevard, 3rd Floor, Santa Clarita, California. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex or religion will also be required. ., The AGENCY will retain ten percent from all progress amounts due as specified in Section 9-3.2 of the Specifications Special Provisions. In accordance with Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California, the Contractor may substitute with an escrow holder securities of equal value to the retained amounts and the Contractor shall be beneficial owner of any securities deposited for monies and shall receive any interest thereon. The AGENCY hereby affirmatively ensure that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. In entering into public works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the Contractor,or subcontractor, offers and agrees to assign to the awarding body all rights, title and interest in, and to, all causes of action it may have under Section 4 of the Clayton Act (915 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgement by the parties. A -1(a) Bids must be prepared on the approved Proposal forms in conformance with the INSTRUCTIONS TO BIDDERS and submitted in a sealed envelope plainly marked on the outside. The bid must be accompanied by certified check, cashier's check or bidder's bond made payable to -the AGENCY or cash deposit for an amount not less than ten percent of the total amount bid. The successful bidder shall licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's license, Class [C53], at the time a contract for this work is awarded. No award shall be made to a Contractor who has not been licensed in accordance with provisions of the Business and Professions Code. The successful Contractor and his subcontractors will be required to possess business licenses from the City of Santa Clarita. The AGENCY reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under advisement for a period of forty days. BY ORDER OF the City of Santa Clarita, California. City Clerk Date A -1(b) INSTRUCTIONS TO BIDDERS PROPOSAL FORM Bids shall be submitted in writing on the PROPOSAL forms provided b,' =he AGENCY. All information requested therein must be clearly and legis—,., seg forth in the manner and form indicated. The AGENCY will not con=-iae-_- am• proposal not meeting these requirements. PROPOSAL G17APANTEE Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or bidder's bond payable to the AGE: -7 - o_- cash deposit in the amount not less than ten percent of the total a=:nz: bid. Any proposal not accompanied by such a guarantee:will be deem= -d non- responsive and will not be considered. If a bidder to whom a contrac�-_ awarded fails or refuses to execute the contract documents or furn_s- =-e required insurance policies and bonds as set forth in those documen__- t..:. proposal guarantee shall be forfeited to the AGENCY. The proposal of each bidder will be held until the successful bidder has properly executed all contract documents. DELIVERY OF PROPOSAL Proposal shall be enclosed in a sealed envelope plainly marked on .^_a outside, "SEALED BID FOR VALENCIA GLEN PARK POOL RENOVATION, IN THE cC-_YOP SANTA CLARITA - DO NOT OPEN WITH REGULAR MAIL." Proposals may be maed or delivered by messenger. However, it is the bidder's responsibility alone cc ensure delivery of the proposal to the hands of the AGENCY's design== eel official prior to the bid opening hour stipulated in the NOTICE INVI'_'_NG SEALED BIDS. Late proposals will be deemed non-responsive and will be considered. WITHDRAWAL OF PROPOSALS A proposal may be withdraw by a written request signed by the bidder. Such requests must be delivered to the AGENCY's designated official prior Zo bid opening hour stipulated in the NOTICE INVITING SEALED BIDS. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the richt of the bidder to submit a new proposal, providing there is:time to do so. IRREGULAR PROPOSAL Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineations, alterations, or erasures. Alternative proposals will be not to be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. If the equipment manufacturer's name, the performance test data, the manufacturer's specifications, and the manufacturer's operation and maintenance manual requested are not submitted with the bid, the bid will be rejected. This requirement specifically includes pool filters. B-1 TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. DISQUALIFICATION OF BIDDERS In the the event that any bidder acting as prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. Proposals will be accepted from a bidders who are not licensed in accordance with the provisions of the State Business and Professions Code; however, the successful bidder shall be licensed in accordance with the provisions of the Business and Professions Code and shall possess a State Contractor's license, Class [C531, at the time a contract for this work is awarded. DISCREPANCIES AND MISUNDERSTANDINGS Bidders must satisfy themselves by personal examination of the work site, Plans, Specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any errors, omissions, or discrepancies found in the Plans, Specifications, or other contract documents shall be called to the attention of the AGENCY and clarified prior to the submission of proposals. VALEKT_NATERIA Approval of equipment and materials offered as equivalents to those specified must be obtained in writing from Engineer. Requests for consideration of equivalents must be submitted in writing prior to award of contract and must allow sufficient time for complete consideration of all specifications, samples, references, tests, and other details to the full satisfaction of the Engineer without causing delay to the work. LEGAL RESPONSIBILITIES All proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Any bidder submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in Plans, Specifications, and other contract documents, and to full compliance therewith. B-2 The award of contract, if made, will be to the lowest responsible b_ar,e_ a; determined solely by the AGENCY. Additionally, the AGENCY reserves .._ right to reject any or all proposals, to waive any irregularity, an, -4 the bids under advisement for a period of forty days, all as may be to provide for best interests of the AGENCY. In no event will an award made until all necessary investigations are made as to the responsibi-ity and qualifications of the bidder to whom the award is contemplated. _ bids will be compared with the Engineer's Estimate. B-3 CITY OF SANTA CLARITA PROPOSAL FOR VALENCIA GLEN PARK POOL RENOVATION IN THE CITY OF SANTA CLARITA TO THE CITY OF SANTA CLARITA, as AGENCY In accordance with AGENCY's NOTICE INVITING SEALED BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above stated project as set forth in the Plans, Specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, Plans, Specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. Bidder understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture.to AGENCY of the proposal guarantee accompanying this proposal. BIDDERS understand that a bid is required for the entire work, that the estimated quantities set forth in the BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the Contract, the undersigned further agrees that in the event of the BIDDER's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. BID SCHEDULE Item Estimated Unit Extended No. Description Quantity Unit Price Amount 1. Base Bid Job L.S. -------- $ 2. Additive Alt. Job L.S. -------- $ TOTAL AMOUNT BID IN FIGURES TOTAL AMOUNT BID IN WORDS C-1 DESIGNATION OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work whit:: are excess of one-half of one percent of the bid and to procure materials equipment from suppliers and vendors as follows: NAME, ADDRESS, AND PHONE NUMBER OF SUBCONTRACTORS, PORTION OF WORK, SUPPLIERS. AND VENDORSMATERIALS. OR EQUIPMENT C-2 REFERENCES The following are names, addresses, and telephone numbers for three public agencies for which BIDDER has performed similar work on commercial swimming pool projects within the past two years: 1. 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of work Date completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of work Date completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of work Date completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom BIDDER intends to procure insurance bonds: C-3 EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE BIDDER certifies that in all previous contracts or subcontracts, all r= c_ -t. which may have been due under the requirements of any Agency, State, _- Federal equal employment opportunity orders have been satisfactor` ---ed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFI ATION BIDDER certifies that affirmative action has been taken to seek ouz consider minority business enterprises for those portions of -the o:ork.::_. _a subcontracted, and that such affirmative actions have been fully docur..e:.ted, that said documentation is open to inspection, and that said affir-.at'--:e action will remain in effect for the life of any contract awarded Furthermore, BIDDER certifies that affirmative action will be taken all equal employment opportunity requirements of the contract docu.men:_. NONCOLLUSION AFFIDAVIT BIDDER declares that the only persons or parties interested in this r -o_== as principals are those named herein; that no officer, agent, or the AGENCY is personally interested, directly or indirectly, in th-s proposal; that this proposal is made without connection to any other individual, firm, or corporation making a bid for the same work and this proposal is in all respects fair and without collusion or fra,.:c. BIDDERS INFORMATION BIDDER certifies that the following information is true and correct: Bidders Name Business Address Telephone State Contractor's License No.. and Class Original Date Issued Expiration Date The following are the names, titles, addresses, and phone numbers of a! - individuals, firm members,. partners, joint ventures, and/or corporate officers having a principal interest in this proposal: C-4 The date of any voluntary or involuntary bankruptcy judgements against any principal having an interest in this proposal are as follows: All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, names, title, hands, 19 BIDDER BIDDER executes and submits this proposal with the and seal of all aforenamed principals this day of Subscribed and sworn to this day of NOTARY PUBLIC C-5 19_ CITY OF SANTA CLARITA PROPOSAL GUARANTEE BID BOND FOR VALENCIA GLEN PARK POOL RENOVATION IN THE CITY OF SANTA CLARITA KNOWN BY ALL MEN BY THESE PRESENTS that as BIDDER, and , SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in penal sum_'_ dollars ($ ), which is'ten-perces:=.o= _._ total amount bid by BIDDER to AGENCY for the above stated project, for payment of which sum, BIDDER and.SURETY agree to be bound,. jointly a76 severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is abc= __ submit a bid to AGENCY for the above stated project, if said bid is rejected, or if said bid is accepted and a contract is awarded and ent=__ev into by BIDDER in the manner and time specified, then this obligation s_.a__ be null and void, otherwise it shall remain in full force and effecz: favor of AGENCY. IN WITNESS WHEREOF the parties hereto have set their names, titles, an4s' and seals, this day of 19 BIDDER* SURETY* Subscribed and sworn to this day of 19 _ NOTARY PUBLIC * Provide BIDDER/SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. C-6 CITY OF SANTA CLARITA CONTRACT AGREEMENT FOR VALENCIA GLEN PARK POOL RENOVATION IN THE CITY OF SANTA CLARITA This Contract Agreement is made and entered into for the above stated project this day of 19 _, BY AND BETWEEN the City of Santa Clarita, as AGENCY, and as CONTRACTOR. WITNESSETH that AGENCY and CONTRACTOR have mutually agreed -as follows: ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Sealed Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, andaffidavits; and also including any and all addenda or supplemental agreements clarifying, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. f WWrgJ W -Q For and in consideration of the payments and agreements to be made and performed by AGENCY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution.of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV AGENCY hereby promises and agrees to -employ, and does hereby employ, CONTRACTOR to provide the materials, do the work and fulfill the obligations according to the terms and conditions herein contained and referred to, for prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. D -1(a) CONTRACTOR acknowledges the provisions of the State Labor Code req�cr_rc every employer to be insured against liability for worker's ccmpen-a--or, 01 to undertake self-insurance in accordance with the provisions of ta_ cc`.=l and certifies compliance with such provisions. ARTICLE VI CONTRACTOR agrees to indemnify, defend and hold harmless AGENCY and a'_'_ c= its officers and agents from any claims, demand, or causes -of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. CONTRACTOR affirms that the signatures, titles, and seals set fort: hereinafter in execution of this Contract Agreement represent all individuals, firm members, partners, joint ventures, and/or corpora-=_ officers having principal interest herein. IN WITNESS WHEREOF the parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to full performance of the covenants.herein contained and have caused t.__� Contract Agreement to be executed in triplicate bysettinghereunto tr:e'r names, titles, hands, and seals this, day of 19 _ CONTRACTOR: (Title) Contractor's License No. _ Class Federal Tax License No. Subscribedandsworn to this day of 19 _ AGENCY: Mayor of the City of Santa Clarita Attested City Clerk of the City of Santa Clarita Date Approved as to form City Attorney of the City of Santa Clarita Date D -1(b) CITY OF SANTA CLARITA FAITHFUL PERFORMANCE BOND FOR VALENCIA GLEN PARK POOL RENOVATION IN THE CITY OF SANTA CLARITA KNOWN ALL MEN BY THESE PRESENTS that as CONTRACTOR and as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in penal sum of dollars ($ ), which is one -hundred percent of the total contract amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligations or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF the parties hereto have set their names, titles, hands, and seals this day of CONTRACTOR* SURETY* Subscribed and sworn to this day of 19 NOTARY PUBLIC * Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. D-2 CITY OF SANTA CLARITA MATERIAL AND LABOR BOND FOR VALENCIA GLEN PARK POOL RENOVATION IN THE CITY OF SANTA CLARITA KNOWN ALL MEN BY THESEPRESENTSthat as CONTRACTOR and as SURETY, are held an -w firmly bound unto the City of Santa Clarita, as AGENCY, in penal sums f dollars ($ ), whic fifty percent of the total contract amount for the above stated projezz, the payment of which sum, CONTRACTOR and SURETY agree to be bound, and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACT0..=>>- bee: awarded and is about to enter into the annexed Contract Agreement AGENCY for the above stated project, if CONTRACTOR or any subcontrac7cr fails to pay for any labor material of any kind used in the performan=e c= the work to be done under said contract, or fails to submit amounts under the State Unemployment Insurance Act with respect to said labo_, SURETY will pay for the same in -an amount not exceeding the sum set above, which amount shall insure to the benefit of all persons esti_=a;. file claims under the State Code of Civil procedures; provided that _=n* alterations in the work to be done, materials to be furnished, or Z_-.= `„_ completion made pursuant to the terms of the contract documents sha== _ct -_.` any way release either CONTRACTOR or SURETY, and notice of said alce_a__cns is hereby waived by SURETY. IN WITNESS WHEREOF the parties have set their names, titles, hands, an seals this day of 19 CONTRACTOR* SURETY* Subscribed and sworn to this day of 19 _ NOTARY PUBLIC * Provide .CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. D-3 GENERAL SPECIFICATIONS SCOPE OF WORK The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications, and contract documents. The general items of work include installation of new Pool filters and associated valves and fittings at the Valencia Glen Park Pool. LOCATION OF WORK The general locations.and limits of the work are as follows: Valencia Glen Park Pool, 23750 Via Gavola, Valencia, California. TIME FOR COMPLETION The Contractor shall complete all work in every detail within 30 calendar days, exclusive of maintenance periods. NOTIFICATION The Contractor shall notify the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct: JONES & MADHAVAN (310) 732-0030 Attention: Nachi Madhavan, AIA Doug R. Jones, PE CITY OF SANTA CLARITA (805) 259-2489 Attention: Tony Nisich, Director of Engineering Services Wayne Weber, Park Development Administrator PACIFIC BELL (805) 583-6622 Attention: Ms. Kathy Kiser CITY OF SANTACLARITA(805) 255-4963 Attention: Mr. James R. Van Winkle SOUTHERN CALIFORNIA EDISON COMPANY (805) 257-8228 Attention: Mr. Ron Marchbanks NEWHALL COUNTY WATER DISTRICT (805) 259-3610 Attention: Mr. Bill Jenks SANTA CLARITA WATER COMPANY (805) 259-2737 Attention: Mr, Dennis Rolfe SANITATION DISTRICTS OF LOS ANGELES COUNTY (805) 685-3217 Attention: Mr. Charles Reyes LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS (818)_458-7119 Attention: Mr. Brian Scanlon SERVICE ALERT (800) 422-4133 E-1 ERGENCY INFORM, The names, address, and telephone numbers of the Contractor and subcontractors, or their representatives, shall be filed with the Engineer and the County Sheriff's Department or the City Police Department nrier -_ beainnina work STANDARD SPECIFICATIONS The Standard Specifications of the AGENCY are contained in the 1988 Edi=ic:, including the 1989 supplements, of the Standard Specifications for Worker Construction as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Wo:-:__ Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, telephone (310) 202-7775. The Standard Specifications set forth above will control the general provisions, construction materials, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. The following Special Provisions are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted and the section numbers of the Special Provision coincide with those.of the said Standard Specifications. Only those sections requiring elaborations, amendments, specifying of options; or additions are called out. E-2 VALENCIA GLEN PARK SWIMMING POOL RENOVATION INDEX TECHNICAL SPECIFICATIONS Section 01001 Basic Requirements Section 02055 Selective Demolition Section 13152 Starting of Pool Systems Section 13153 Pool Finishes Section 13154 Pool Deck Equipment Section 13155 Pool Mechanical Equipment END OF SECTION INDEX•PAGE1 1-5 1-2 1-2 1-4 1-2 1-1 VALENCIA GLEN PARK SWIDIMING POOL RENOVATION SECTION 01001 BASIC REQUIREMENTS 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplcnnentary Conditions and Division 1 Specifications sections, apply to this section. 1.02 PROJECT DESCRIPTION A. The project consists of removal and replacement of pool finishes and miscellaneous deck equipment. 1.03 ACCESS ROADS A. Existing on-site roads may be used for construction traffic. 1.04 APPLICATION FOR PAYMENT A. Submit Application for Payment on a monthly basis utilizing the approved Schedule of Values. 1.05 BARRIERS AND FENCING A. Provide barriers and fencing as necessary to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage. 1.06 CHANGE PROCEDURE A The Owner may advise Contractor of minor changes in the Work not invohing an adjustment to Contract Sum or Contract Time by issuing Supplemental Instruction%. B. The Owner may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will by considered valid. The Contractor shall prepare and submit an estimate within 7 days. C. The Owner may issue a Construction Change Directive, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Chane Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum or Contract Time. The Contractor shall promptly execute the change. D. The Contractor may propose changes by submitting a request for change to the Owner, describing the proposed change and its full effect of the Work. Include a statement describing the.reason for the change, and the effect on the Contract Sum and contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. E. The Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. SECTION 01001 • PAGE I VALENCIA GLEN PARK SWIMMING POOL RENOVATION 1.15 PARKING A Existing on-site parking may be used for construction personnel. 1.16 PROGRESS CLEANING A Maintain construction area free of waste materials, debris, and rubbish. 1.17 PRODUCT OPTIONS A Products specified by Reference Standards or by, Description Only: Any product. meeting those standards or description. B. Products Specified by Naming One or more Manufacturers with a Provision for Substitutions: Submit request for substitution for any manufacturer not named. 1.18 PROTECTION OF INSTALLED WORK A Protect installed Work and provide special protection when required. 1.19 QUALITY ASSURANCEICONTROL OF INSTALLATION A Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship. B. Comply with product manufacturers' instructions. C. Comply with specified standards as a minimum quality except when more stringent tolerances or codes indicate higher standards. 1.20 RECORD DOCUMENTS A Maintain on site, one set of Contract Documents to be utilized for record documents. B. Record actual revisions to the Work. Record information concurrent with construction progress. C. Legible mark and record at. each Product Section a description of actual products installed. D. Legibly mark each item to record actual construction. E. Submit documents to Owner with claim for final Application for Payment. 1.21 REFERENCES A Conform to reference standard by date of issue current as of the date of the Contract Documents. B. Should specified reference standard conflict with the Contract Documents, the Contractor shall request clarification from Owner before proceeding. 1.22 SCHEDULE OF VALUES A Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. SECTION 01001 • PAGE 3 VALENCIA GLEN PARK SWIMMING POOL RENOVATION 1.23 SECURITY A Provide security and facilities as necessary to protect Work, existine facilities. and Owner's operations from unauthorized entry, vandalism, or theft. 1.24 SUBMITTAL A Provide submittals as required in each Specification Section. B. Provide the number of submittal copies which the Contractor requires plus 3 copies which will be retained by the Owner. C. The Owner will return reviewed submittals within 14 days. D. Provide cover sheet with each submittal that includes.the following information: 1. Project Name. 2. Contractor, subcontractor, and supplier. 3. Appropriate Specification Section reference. 4. Signature of Contractor, certifying that review, verification of Products required. field dimensions, adjacent construction Work, and coordination of information i< in accordance with the Contract Documents. 5. Identify variations from Contract Documents. 6. 4 x 4 inch space for Owner's review stamp. E Revise and resubmit submittals as required. 1.25 SUBSTITUTIONS A Document each substitution request with complete data substantiating compliance of proposed substitution with Contract Documents. 1.26 TELEPHONE SERVICE A Provide, maintain, and pay for telephone service. 1.27 TEMPORARY ELECTRICITY A Connect to existing power services. Power consumption shall not disrupt Owner's need for continuous service. The Owner will pay for power consumed. 1.28 TEMPORARY LIGHTING A Existing lighting may be used. Provide additional lighting as required. 1.29 TEMPORARY SANITARY FACILITIES A Existing sanitary facilities may be used. Maintain in a clean and sanitary condition. 1.30 TEMPORARY WATER SERVICE A Connect to existing water source. Water consumption shall not disrupt the Owners need for continuous service. The Owner will pay for water consumed. SECTION 01001 • PAGE 4 VALENCIA GLEN PARK SWIMMING POOL RENOVATION PART PRODUCTS Not Used ART 3 EXECUTION Not Used SECTION 01001 • PAGE 5 VALENCIA GLEN PARK SWIMMING POOL RENOVATION SECTION 02055 SELECTIVE DEMOLITION PAR I GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplemcntarc Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: Removal of designated pool finishes and deck equipment. Not Used PART 3 EXECUTION 3.01 PREPARATION A. Provide, erect and maintain temporary barriers and security devices as necessary. B. Notify and coordinate with owners of adjacent properties if work may affect their property, potential noise, utility outage, or disruption. C. Prevent movement or settlement of adjacent structures. D. Protect existing landscaping materials, structures, and pool components which aro not indicated to be demolished. 3.02 DEMOLITION REQUIREMENTS A Conduct demolition to minimize interference with adjacent structures. B. Conduct operations with minimum interference to public or private accesses. C. Maintain protected egress and access at all times. Do not close or obstruct roadways and sidewalks without permits. D. Cease operations and notify Owner immediately if adjacent structures appear to be in danger. 3.03 SELECTIVE DEMOLITION A. Demolish and remove designated pool components in an orderly and careful manner, B. Chip and remove pool plaster finish completely to expose pool concrete surface. 3.04 SELECTIVE DEMOLITION (ALTERNATE) A Remove skimmer body completely and maintain pipe connections intact for new skimmer connection. SECTION 02055 • PAGE 1 VALENCIA GLEN PARK SWIMMING POOL RENOVATION B. Remove concrete surrounding skimmer body as necessary and replace after new skimmer is installed. 3.05 CLEAN UP A Remove demolished materials from site as work progresses. END OF SECTION SECTION 02055 • PAGE 2 VALENCIA GLEN PARK SWIMMING POOL RENOVATION SECTION 13152 STARTING OF POOL SYSTEMS PART] GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementar. Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section covers start-up procedures for all pool systems and instruction to Owner's personnel on equipment operation and maintenance. 1.03 SUBMITTALS A. All submittals shall be made in accordance with Section 01340. B. Reports: Submit results of water analysis. 1.04 STARTING POOL SYSTEMS A. Provide seven days notification prior to starting pool systems. B. Ensure that each piece of equipment or systems are ready for operation. C. Execute start-up in accordance with manufacturers' instructions. D. Provide complete domestic water analysis to determine quantities and types of chemical, necessary to maintain pool water within the following levels: 1. pH: 7.2 to 7.6. 2. Alkalinity: 80 to 100 ppm. 3. Calcium hardness: 200 to 400 ppm. 4. Chlorine: 1.0 to 1.5 ppm. 5. Total dissolved solids: 300 to 2300 ppm. E. Provide all chemicals and balance water immediately after initial pool filling and until project completion. F. Start up the entire pool system and operate all components for 7 consecutive days minimum. Start-up will include all equipment required for proper operation of the pool and the following: 1. Periodically clean pump strainer until no further accumulation of debris occurs. 2. Add chemicals as required for acceptable water quality. 3. Adjust all safety and automatic controls for proper operation and sequence. SECTION 13152 • PAGE 1 VALENCIA GLEN PARK SWIMMING POOL RENOVATION 4. Immediately repair and correct all deficiencies during the operational test and continue the test until 7 days of satisfactory performance has occurred without any defects. G. After successful conclusion of operational testing, clean strainers, backwash filter media, and leave the entire pool systems ready for use. II. Brush swimming pool plaster finish twice daily for 5 consecutive days immediately after plastering pool to remove calcium carbonate scale. Do not vacuum pool during 5 day brushing period. L At end of 5 day brushing period, vacuum pool, clean grates, and leave pool ready for use. 1.05 OPERATING INSTRUCTIONS A. Provide instruction and demonstrate use and operation of the following equipment by the manufacturer's representative: 1. Handicap Lift. .S IM Not Used MMMF jv Not Used END OF SECTION SECTION 13152 - PAGE 2 VALENCIA GLEN PARK SWIMMING POOL RENOVATION SECTION 13153 POOL FINISHES AP RTI GENERAL 1.01 RELATED DOCUMENTS A Drawings and general provisions. of Contract, including General and Supplcmemar� Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A Work Included: This section covers supply and installation of pool plaster. pool tile. deck joint sealant, and concrete coping. 1.03 SUBMITTALS A All submittals shall be made in accordance with Section 01001. B. Product Data: Submit for all products listed in this Section. PART PRODUCTS 2.01 DECK JOINT SEALANT A Two part, gun -grade, non -staining, polysulphide sealant, capable of continuous nater immersion, 500 percent elongation capability, 80 pounds per square inch tensile strength. and grey color. Provide manufacturers recommended primer, joint cleaner, joint filler. and bond breaker. B. Elasto-Seal 227 model manufactured by Pacific Polymers, Deck -O -Seal model manufactured by DFC Company, or equal. 2.02 POOL PLASTER A Cement: ASTM (American Society for Testing and Materials) C150, Normal - Type I white Portland. B. Aggregate: White marble dust uniformly graded within the following limits: Sieve Size Percent Retained No. 20 0 to 10 No. 30 25 to 35 No. 40 45 to 55 No. 50 65 to 75 No. 60 70 to 80 No. 100 80 to 90 No. 200 90 to 100 C. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster. SECTION 13153 • PAGE 1 VALENCIA GLEN PARK SWIMMING POOL RENOVATION D. Mix: 1. Mix and proportion cement plaster in accordance with ANSI (American National Standards Institute)/ASTM C926. 2. One part cement and maximum 2 parts aggregate for base and finish coats. 3. Mix only as much plaster as can be used in one hour. 4. Mix materials dry, to uniform color and consistency, before adding water. 5. Do not retemper mixes after initial set has occurred. 2.03 POOL CERAMIC TILE A Porcelain body, square edges, 0 to 0.5 percent moisture absorption, and conforming to ANSI/TCA A137.1. Surface finish, size, and color as scheduled B. Mortar: ANSI/ACI (American Concrete Institute) A118.1; Portland cement, sand, and water. C. Grout: Cementitious type, resistant to shrinking. D. Manufactured by American Olean Tile Company, Cepac Tile, Dal -Tile Corporation, or equal. 2.04 TILE SCHEDULE A. Tile colors listed in this schedule are from the following manufacturer's: 1. American Olean Tile Company (AO). 2 Cepac Tile (CT). 3. Dal -Tile Corporation (DT). 4. Inlays, Inc. (II) B. Deck: 1. Deck Depth Markers - Glazed ceramic with aggregate finish, 6 x 6 inch, white background, and black numbers (II SNO and SAB Series Custom). 2. No Diving Graphic - Glazed ceramic with aggregate finish, 8 x 8 inch, white background, and graphic colors as indicated (II SMG Series Custom). 3. No Diving Sign - Unglazed ceramic , 1 x 1 inch, and white (AO #A13 or DT #DK317) background with black (AO #A34 or DT #DK311) numbers. C. Pool: 1. Lane Marker - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK311) color. 2. Slope Break - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK311) color. SECTION 13153 • PAGE 2 VALENCIA GLEN PARK SWIMMING POOL RENOVATION 3. Step Edge - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK31 t i color. 4. Top Step - Unglazed ceramic, 2 x 2 inch, and white (AO #A13 or DT #DK3171 color. 5. Turn Target - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK311) color. 6. Wall Depth Markers - Glazed ceramic , 6 x 6 inch, blue background (CT 4925) with 4 inch high black numbers to match style of deck depth marker numbers. 7. Water Line - Glazed ceramic, 6 x 6 inch, and light blue (CT #925) color. 2.05 CONCRETE COPING A Wet cast concrete tile 12 inches wide, 2-3/8 inch thick rounded front edge sloping to I- 1/8 inch thickness at rear, and white color. Concrete mix to be 3 parts wash concrete sand, 1-1/2 parts 3/8 inch pea gravel, and 1 part Riverside white cement. B. Mortar: ANSI/ACI (American Concrete Institute) A118.1; Portland cement. sand. and water. C. Grout: Cementitious type, resistant to shrinking. D. Manufactured by Han -Crete Products, Inc., Precision Tile Company, or equal. PART 3 EXECUTION 3.01 INSTALLATION OF POOL JOINT SEALANT A Verify that joint openings are ready to receive work, and that joint measurements and surface conditions are as recommended by sealant manufacturer. B. Remove loose materials and foreign matter which may impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C790 for latex base sealants. E. Install sealants in accordance with manufacturer's instructions. F. Install joint filler to achieve a neck thickness dimension no greater than the joint width. G. Install bond breaker where joint filler is not used. R Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. I Tool joints flat. 3.02 INSTALLATION OF POOL PLASTER A Verify that surfaces and site conditions are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces. SECTION 13153 • PAGE 3 I VALENCIA GLEN PARK SWIMMING POOL RENOVATION C. Protect surfaces near work from damage or disfiguration. D. Clean concrete/shotcrete surfaces of loose and foreign matter using a high pressure/velocity water jet spray. Wash surfaces with clean water. E. Dampen concrete/shotcrete surfaces with clean water immediately prior to plastering. F. Apply plaster in accordance with ANSI/ASTM C926. G. Apply a thin base coat to surfaces then double back with a second coat for a total minimum thickness of 1/2 inch. a Apply finish coat after base coat is tamped and initially floated. L Provide smooth and consistent steel trowel finish. J. Moisture cure plaster by filling swimming. pool from the deep end and protect plaster from erosion caused by filling with water and marring from hoses. K Maximum variation from flatness shall be 1/8 inch in 10 feet. 3.03 INSTALLATION OF POOL TILE A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces. C. Protect surrounding work from damage or disfiguration. D. Vacuum clean existing surfaces and damp clean. E. Seal substrate surface cracks with filler. F. Install mortar bed, tile, and grout in accordance with manufacturer's instructions. G. Apply mortar bed over concrete surfaces to a minimum thickness of 1/4 inch. H Lay tile to pattern indicated. L Lay tile so upper surface is flush with adjacent finishes. J. Use trim finishes as indicated at corners. . K Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight without voids, cracks, excess mortar, or excess grout. L. Sound tile after setting.. Replace hollow sounding units. M. Allow tile to set for a minimum of 48 hours prior to grouting. N. Grout tile joints. SECTION 13153 • PAGE 4 VALENCIA GLEN PARK SWIMMING POOL RENOVATION SECTION 13154 POOL DECK EQUIPMENT PART I GENERAL 1.01 RELATED DOCUMENTS A Drawings and general provisions of Contract, including General and Supplementan Conditions and Division I Specifications sections, apply to this section. 1.02 DESCRIPTION A Work Included: This section covers supply and installation pool deck equipment. 1.03 SUBMITTALS A All Submittals shall be made in accordance with Section 01001. B. Product Data: Submit for all products listed in this Section. PART 2 PROD CIE A Type 304 polished and buffed stainless steel tubing with 1.900 inch outside diameter b� 0.049 inch wall thickness. Tubing shall have smooth wrinkle free bends and have bend as indicated.. Each rail shall have a matching cast bronze body anchor and stainless steel escutcheon. B. Model #RRHI00, #RRH100-B manufactured by S.R. Smith, Inc. or equal. 2.02 HANDICAP LIFT AND SOCKET A Lift: Assembly shall have stainless steel structural components, hydraulic jack cylinder with operating handle, stainless steel hoist chain and hardware, reinforced nylon seat. and related hardware. Pivot and rotation points shall have sealed bearings. Rated capacity of lift shall be 300 pounds. B. Socket: Stainless steel anchor socket with poly -olefin sleeve and closure cap. C. Model "Econolift" manufactured by Spectrum Pool Products or equal. 2.03 RECESSED STEP A Molded foam white cycolac body with 16-1/2 by 5-1/4 by 6 inch opening. B. Model #32102 manufactured by KDI Paragon, Inc., model #23450 manufactured by Spectrum Pool Products, or equal. 2.04 ROPE ANCHOR A Chrome plated bronze anchor body with chrome plated bronze eyebolt having 5/8 inch diameter opening. SECTION 13154 • PAGE 1 VALENCIA GLEN PARK SWIMMING POOL RENOVATION B. Model #70316 manufactured by KDI Paragon, Inc., model #4129 manufactured by Standard Bronze Company, or equal. 2.05 STANCHION POST SOCKET A Minimum 6 inch high cast bronze body to accept 1.900 inch outside diameter pipe tube and internal threading for bronze closure cap. Provide one opening device for each socket. B. Model #38201 manufactured by KDI Paragon, Inc., model #21054 manufactured by Standard Bronze Company, or equal. 2.06 STARTING PLATFORM ANCHOR A Two anchors for each platform welded to a stainless steel angle for proper spacing. Anchor body shall be welded stainless steel, minimum 6 inch high with 4 inch top flange plate, and a stainless steel closure cap. Anchor spacing must match leg spacing of starting platform. B. Provide one opening device for each pair of anchors. C. Model #23103 manufactured by KDI Paragon, Inc., model 21210 manufactured by Spectrum Pool Products, or equal. 2.07 BONDING MATERIAL A Bronze pressure connection, bronze bonding clamp, bonze screw, and #8 copper wire. PST 3 EXECUTION 3.01 INSTALLATION OF ANCHORS AND SOCKETS A Install anchors and sockets level and plumb. B. Install anchors and sockets flush with adjacent concrete deck, plaster surface, or tile surface as appropriate. SECTION 13154 • PAGE 2 VALENCIA GLEN PARK SWIMMING POOL RENOVATION SECTION 13155 POOL MECHANICAL EQUIPMENT PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section covers supply and installation of pool fittings. 1.03 SUBMITTALS A All Submittals shall be made in accordance with Section 01001. B. Product Data : Submit for all products listed in this Section. PART 2 PRODUCTS 2.01 MAIN DRAIN FRAME AND GRATE A Cycolac body, 12 by 12 inch frame and grate, and 78 square inch open area. B. Model 054-2020 manufactured by Pac Fab, model #SP -1032 manufactured by Hayward, or equal. 2.02 SKIMMER (BID ALTERNATE) A. Cycolac body, 8 inch wide hinged weir with automatic level adjustment of 4 inches. molded polyethylene strainer with brass weighted handles, 30 square inches of basket open area, 25 GPM to 55 GPM flow rating, float, float valve, equalizer check valve, and equalizer fitting. B. Model #U-3 (8650-1403) manufactured by Sta-Rite Industries, Inc., model #SP-1070- 2FVE manufactured by Hayward, or equal. 2.03 WALL INLET A. Cycolac body adjustable ball type nozzle with 1 inch orifice, retainer ring, stainless steel fasteners. B. Model #8429-0000 manufactured by Sta-Rite Industries, Inc. PART 3 EXECUTION 3.01 PIPING AND FITTING INSTALLATION A Install fittings with outside flush with adjacent plaster or tile finishes. END OF SECTION SECTION 13155 • PAGE 1 0 0 V.A-= Nc-A a EA IN usSTI 237g0 V A GAVOLA VALEN�C';_� �A9 CA 91355 CITY OO F SANTA CLAF'�ITA 23920 MALENUA BOULEVARD SANTA C LAR ITA, CSA 91355 ; PROJECT SITE 3 , VIA 1^_e\/ a '. R3(C'�yV�Etf 1.•.��o ' Y Ill Vel Y O L!l �� ,,w•ro� i = s I'aa��--9YA�_+. sa•rt •�ddi'�� ``'_ 1�V. 1' uyp f! p0. ai am - ar� •Q:'!,: /ya p,: �' S y'.tJ l •fes - re ♦ µoc,� 1 ii dI 1 .r`i i"3'r:r'y _ t 'w P t 6 .^ri ',,► 1 � I • .. ifNe $ w,r u ^,�. t. r� �J tom.. � N y.,„ o �� 'D.D�.N � SIDEWALK & AND H.C. HANDICAPPED to- a� . a go,!I•S. ��{ S �, y a i• " y. fv_iwcts\A ® AT HORIZ. HORIZONTAL _.'_. rf _ ��" �I �\� a < 3' .. o'�?`�pq•:' - y�� 0 DIAMETER HT. HEIGHT SLIDING GATE # NUMBER I.D. INSIDE DIAMETER + ``` " rt. .° n !� �►w� - * "I _ �/ (TYP. 2) t PLUS OR MINUS INT. INTERIORj°' •�� �,. a> s °'- 1 `h��� 10' BLOCKgUN� INV. INVERT ,yip WALL'- ALT. ALTERNATE JT. JOINT \ } BLDG. BUILDING LVR. LOUVER ° ".Kaii. 4 . L;z NEW A EQUIPMENT L TURF _ t Dt.hs{ i 4:#L-eY �i� r` v9tz "tJ� r >:\ ri •....<?n. "Apr C.J. CONTROL JOINT MATL. MATERIAL _ cf AREA _ 8 • - -f. ..:� 'J]tA` C.L. CHAIN LINK MAX. MAXIMUM-------- -i COL! .�.. 'v e. ' 4r :, 3' C.L. FENCE CLG. CEILING MFR. MANUFACTURER J I _ m 0op{� JD e '.M K• Ff �.'• p \,;0 09 td1Y 'fj. �. T �Y'\'a CO. CLEANOUT MECH. MECHANICAL t , t � .nno� -� r , /: � • {o .. `� � � r .� (.• x CLR. CLEAR MET. METAL v "'�`" N \.� s >' •°• ���`� s J` ' COL. COLUMN MIN. MINIMUM ffY, t_ v t�o�,. p y. N o� s���t°�,�'q'�� o`er t,�a C� •�\`� \ "L �1 I. U 1. 011 '� _ 3 � T • / � ♦ rw/ y. t: Pn - t . al�ti,u ffurass �X X �.Yf51A Y,IfLIL7A CONC. CONCRETE MISC. MISCELLANEOUS I�ARC A I �. C.M.U. CONC. MASONRY UNIT N.I.C. NOT IN CONTRACT le : 1i/"' CN s9r-aDRsr �. )�y'»°t '%<^'a c �` (� �'�t•=? „ J1+ _ Y ?. S ( ✓�/ f .mss r \ \ \ K `3�c� x CONT. CONTINUOUS N.T.S. NOT TO SCALE REF. NORTH TRUE NORTH CONC. POOL DECK 10' BLOCK WALL DET. DETAIL O.C. ON CENTER DIA. DIAMETER O.D. OUTSIDE DIAMETER DIM. DIMENSION PR. PAIR VICINITY MAP x D.F. DRINKING FOUNTAIN RAD. RADIUS EA. EACH REF. REFERENCE E.G. EXISTING GRADE REINF. REINFORCING E.J. EXPANSION JOINT REQ'D. REQUIRED x ELECT. ELECTRICAL RM. ROOM LOCKER ROOM Lx_ ELEV. ELEVATION SCH. SCHEDULE ENCL. ENCLOSURE SECT. SECTION p EQ. EQUAL SHT. SHEET EQUIP. EQUIPMENT SIM. SIMILAR SWIMMING POOL WROUGHT IRON EXIST. EXISTING SQ. SQUARE FENCE PANEL (TYP.) EXT. EXTERIOR SST. STAINLESS STEEL F.D. FLOOR DRAIN STD. STANDARD REFERENCE TO DETAIL F.F. FINISH FLOOR STL. STEEL 3 CALL OUT SYM80L USED ON PLANS & DETAILS. F.G. FINISH GRADE STRUC. STRUCTURAL SP2 NUMBER ABOVE — DETAIL IDENTITY NUMBER. F.O.C. FACE OF CONC. T.&B. TOP & BOTTOM SP1 TITLE SHEET NUMBER BELOW — SHEET NUMBER. F.O.F. FACE OF FINISH T.G. TOP OF GRATE F.L. FLOW LINE ' T.P. TOP OF PAVING SP2 POOL PLAN & SECTION F.S. FLOOR SINK TYP. TYPICAL FT. FOOT OR FEET U.N.O. UNLESS NOTED OTHERWISE REFERENCE TO SECTION FTG. FOOTING VAR. VARIES SP3 POOL DETAILS GALV. GALVANIZED VERT. VERTICAL B CALL OUT SYMBOL USED ON PLANS. _ GND. GROUND W/ WITH gp1 LETTER ABOVE — SECTION IDENTITY LETTER. — H.B. HOSE BIBB W.P. WATERPROOFlNG NUMBER BELOW,— SHEET NUMBER. SITE PLAN 1" 20'-0' NORTH ABBREVIATIONS DRAFTING SYMBOLS SHEET INDEX IV Jones & Madhavan c....I,f.t E.xf..,., 461 Wu, S,.,h St,cm Sun, 301 S.. P,d,,,calfu,ro. 90731 - (310) 732 00301,1 (310) 733.0031 F.. CONSULTANT DAR * C-25855 �r9 9FN , 30 91 P�\P �OF CA��FO APPROVAI5 O 0 Q Q O z LJ Uj O O z cu Z Q NJ 1J REVISIONS PROJECT NUMBER 97.43 DATE 11-3-97 SHEET TITLE TITLE SHEET SHEET NUMBER 1 OF 3 spi r Jones & Madhavan CORE DECK FOR STANCHION SOCKET 2'-p"EXIST. LIFEGUARD 1 -0 & SET IN CONC� . � CHAIR EXIST. HANDRAIL WALL DEPTH 4 EXIST. GRAB RAILS W/ 5 GRATE & FRAME PLASTER FINISH \ MARKER (TYP.) SP3 NEW RECESSED STEPS SP2 INSIDE BASIN U•rP� * C-25855 r' =III D WATERLINE CA��FD c o r �I -III r, u'In= =III O OO O III= 1 p CHIP TO EXPOSE --------------- A III_III III-III SP3 EXIST: REBAR & — C BOND SOCKET -- —� of EXIST. POOL w=nr111=u1 PLASTER FINISH 03 p LIGHT (TYP.) ITr=1n=_ITi EXIST. PIPE • C w _11111'-6" • =III =III f- EXIST. HYDROSTATIC' -111 43'-0" 10'-6" 10'-0" RELIEF VALVE LuLu MAIN DRAIN 1" = 1'-p 8 STANCHION SOCKET 1" = 1'-p" 4 SWIMMING POOL .SECTION 1/8"= 1'_O" A COPING TILE REVISIONS PROJECT NUMBER 97.43 DATE �- WATERLINE v SHEET TITLE POOL PLAN & SECTION SHEET NUMBER 2 OF 3 - SP2.. 37'-0" TILE TOP STEP TILE iD o WATERLINE - 7'-0" 7'-0" 11'-6" - TILE 6 SAWCUT & REMOVE CONC. TARGET TILE SP2 SLAB FOR NEW STARTING 0' PROTECT EXIST. PLATFORM ANCHOR (TYP. 3)f UNDEND RF D a POOL LL LINE I o — PLASTER N I I TILE LANE MARKER TILE TARGET ON WALL f- STEP EDGE (TYP. 5) (NOTE 2) (TYP. 5 PR. SP2 TILE (TYP.) - - - - - - - - I MAIN ° GRATE (1YIP. 2) SP2 CENTER TARGETS ON LANE MARKERS. SAWCUT & REMOVE CONC. 1 SLAB & LADDER FOR NEW SP3 TARGET 3/4" = 1'-O" 7 STAIR TILE 1 1/2" = 1'—D" 3 D I °, GRAB RAILS 5 EXIST. GRAB RAILS I SP2 W/ NEW RECESSED STEPS HANDRAIL EXIST. LIFEGUARD 30PING TILE rONCEXIST. (NOTE ) STARTING PLATFORM CHAIR [EDD \� ANCHOR1 —6 EXIST. CONC. STAIR TILE 3 �/ STER FINISH EXIST. WALL INLETQ (NOTE ) (TYP. 17) 3 SP2 SLAB .� i EXIST. DECK DEPTH c — _ ® O MARKER (TYP. 11) ' • v I I WATERLINE a CHOR Ell e G M #4 SP3 too I i (E 2) DOWEL ® 12" EPDXIED INTO c D o F_ 5/8"x4" HOLE -III III_ 8 I 4-1/2' DEPTH 4 =III = I t MARKER (TYP. 2) SP3 V � t I 4' WIDE TILE I 10BOND =III 1 BAND EXIST. CONC. SHELL p > I I (NIODIVING SIGN SP3 NOTES: 1. CHIP TO EXPOSE EXIST. REBAR IN POOL SHELL & BOND TO =III - I I o 4 STANCHION EXIST. POOL LIGHT �N ® H.C. LIFT SOCKET SP2 SOCKET 8 LIGHT (TYP. 6) SP3 TRENCH REINF. & ANCHOR. (NP. 4) �® i i O I I I PLATFORM ANCHOR 1" r= 1'-p" 6 STAIR SECTION ,/2" _ ,'—D" 2 in 4._6,. 7._0•• , a I (TYP.) O 6.. I I a EXIST. HANDRAIL -EXIST. GRAB CAST -IN-PLACE 4 CLt3I a SP2 ® I a (TYP. 2) INTI,"1 RAIL (TYP.) CONC. 2"t THICK L-- 1' N -----_---- ---� CONC. COPING 10 E.J. ON MORTAR BED f SP3 � v ' At WATERLINE EXIST. ROPE EXIST. SKIMMER 8 I ANCHOR A TYP. 8) SP3 III _III • G WATERLINE TILE 12'-0" (TYP. 10) SP2 NOTE 5) III=EXIST.=III = G� - III s III - o CK SLAB _ D 44'-0" EXIST. CONC. I SHELL C o ® EXIST. CONC. 1/27 MIN. PLASTER GROUT STEP I RECESSED STEP (TYP.) - POOL SHELL FINISH IN PLACE p NOTES: 1. CHIP & REMOVE EXIST. POOL PLASTER FINISH. e 2. REMOVE ALL EXIST. POOL TILE INCLUDING, LANE MARKERS, TARGETS & WATERLINE TILE. NOTES: 3. REMOVE EXIST. DECK COPING TILE & 2-1/2"t MORTAR BED. 1. CHIP & REMOVE EXIST. RECESSSED STEP INSERTS & CONC. NOTES: 4. DIMENSIONS ARE TYP. FOR OPPOSITE SIDE OF POOL U.N.O. AS REO'D FOR CLEARANCE. 1. CHIP ENTIRE TOP SURFACE OF EXIST. BOND BEAM TO EXPOSE 5. 1. SKIMMER AS ADDITIVE ALTERNATE REMOVE & REPLACE EXIST. # 2. CENTER RECESSED STEPS BETWEEN EXIST. GRAB RAILS. AGGREGATE & PROVIDE MECHANICAL BOND. GRAB RAILS ,fir = ,'-0" 5 DECK EDGE 1" = 1 -� 1 SWIMMING POOL PLAN 1/8" _ ,'—D" JNOR* _-- Jones & Madhavan 461 Wm Sieh Svm. Suit, 301 San Pedro. GG(nrnia 90731 1310) 7320030 Trl (.310) 7320032 F.. CONSULTANT DA \G0 Q A M dy9p FO v �9L �: U•rP� * C-25855 sT9T FA' t t 3a 91 QIP FOF CA��FD APPROVALS 0 IuL 0 Z :5V) w 0 LuLu z�-z Q REVISIONS PROJECT NUMBER 97.43 DATE 11-3-97 SHEET TITLE POOL PLAN & SECTION SHEET NUMBER 2 OF 3 - SP2.. V-6" EXIST. SKIMMER 1'-6" 8.. NEW WATERLIN(NOTES 1,2&3) E TILE IN OPENING NEW WATERLINE III=III TILE IN OPENING ° III= •' I •� I =III NOTE 2 a I 111111 � � � , 111= NOTE 3 4 r EXIST. EQUALIZER, FITTING EXIST. PIPE a NOTE 2 EXIST. CONC. PLAN ® OPENING SKIMMER BASIN c NOTES: 1. REPLACE SKIMMER AS ADDITIVE ALTERNATE #1. SECTION 2. CORE DECK SLAB & CHIP OUT EXIST. SKIMMER BODY. t 3. CONNECT NEW SKIMMER TO EXIST. SUCTION & EQUALIZER LINES &' SET IN CONC. SKIMMER 3/4" = 1'-D" 8 BRASS PRESSURE CONNECTION & SCREWS #8 COPPER WIRE REBAR r1 I BRASS BONDING CLAMP & SCREWS f— ATTACH TO METAL ITEM TO BE BONDED CORE DECK FOR LIFT SOCKET & SET IN CONC. ' a co =III D -III IS 1 p CHIP TO EXPOSE SP3 EXIST. REBAR & C BOND SOCKET v e H.C. LIFT SOCKET 8" SQ. BONDING CLAMP I N.T.S. 1101 NO DIVING GRAPHIC EXIST. CONC. .DECK -"SLAB - SEALANT JOINT FILER - EXPANSION JOINT 30 o =�" 9 "0al alalala ■■ gym■ MEMS ■■ m"AMOtwo] WHITE BACKGROUND BLACK BODY & FLOOR BLUE WATER RED TICKS 7" DIA. RED CIRCLE 3/4" WIDE HALF SIZE ( 6 4'-0" TILE NO DIVING TILE NO DIVING SIGN GRAPHIC 6 NOTES: SP3 1. SAWCUT EXIST. CONC. & CHIP 1/2" DEEP FOR TILE SIGN. NO DIVING SIGN 1" =1-D" 5 E.J. DECK 0 PTH MARKERETILE I 11-15" PLAN WALL DEPTH COPING - MARKER TILE lC'NN�JJJI � ELEV. NOTES: 1. PROVIDE NEW WALL DEPTH MARKER ® EA. DECK DEPTH MARKER. 2. SAWCUT EXIST. CONC. & CHIP 1/2" ,DEEP FOR NEW DECK MARKERS. DEPTH MARKERS 1 1" - -D" 14 ROPE ANCHOR CHIP TO EXPOSE 10 EXIST. REBAR & SP3 BOND ANCHOR NOTES: 1. CHIP OUT EXIST. CONC. FOR ANCHOR & SET IN NEW CONC. ROPE ANCHOR ,—,/2" _ ,'—D" 3 EXIST. INLET FITTING W/ NEW 1" DIA. EYEBALL, RETAINER RING & SST. SCREWS WALL INLET 1„ = 1 2 NEW GRAB RAIL & WEDGE ANCHOR (TYP.) in I N NOTE 3 10 BOND III SP3 III � EXIST. CONC. SHELL G o RECESSED GROUT STEP STEP (TYP.) IN PLACE a NOTES: 1. CHIP & REMOVE EXIST. CONC. IN ABANDONED RECESSED STEP HOLES AS REQ'D FOR CLEARANCE. 2. CHIP TO EXPOSE EXIST. REBAR IN POOL SHELL & BOND TO TRENCH REINF. & ANCHOR. 3. 04 DOWEL ® 12" EA. WAY EPDXIED INTO 5/8"x4" HOLE. GRAB RAILS 1/2" = 1'-Q" 1 FA r ff n Jones & Madhavan C..,.r,;.t E.S,.,e„ v 061 Wc., S..,h Svre,. S..,,301 Sm Ped,.. Uld ..i. 70731 (310) 732 00w Td (310) 7320032 F.. -III- CONSULTANT O . -III n * z C-25855 Z FOFC AUFO APPROVALS p 4 . 0 =III ful, O nQn e EXIST. INLET FITTING W/ NEW 1" DIA. EYEBALL, RETAINER RING & SST. SCREWS WALL INLET 1„ = 1 2 NEW GRAB RAIL & WEDGE ANCHOR (TYP.) in I N NOTE 3 10 BOND III SP3 III � EXIST. CONC. SHELL G o RECESSED GROUT STEP STEP (TYP.) IN PLACE a NOTES: 1. CHIP & REMOVE EXIST. CONC. IN ABANDONED RECESSED STEP HOLES AS REQ'D FOR CLEARANCE. 2. CHIP TO EXPOSE EXIST. REBAR IN POOL SHELL & BOND TO TRENCH REINF. & ANCHOR. 3. 04 DOWEL ® 12" EA. WAY EPDXIED INTO 5/8"x4" HOLE. GRAB RAILS 1/2" = 1'-Q" 1 FA r ff Jones & Madhavan C..,.r,;.t E.S,.,e„ 061 Wc., S..,h Svre,. S..,,301 Sm Ped,.. Uld ..i. 70731 (310) 732 00w Td (310) 7320032 F.. CONSULTANT USED ARCy�T \GCC�PPM Mq fcc ' vU�� �.yLyyi• * z C-25855 Z FOFC AUFO APPROVALS OC 0 ful, O nQn � �_ ppippp luul Q o p a z Liu 0 vL REVISIONS PROJECT NUMBER 97.43 DATE 11-3-97 SHEET TITLE POOL DETAILS SHEET NUMBER 3 OF SP�