Loading...
HomeMy WebLinkAboutR31-Economic Development AgencyCITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION From: James Funk, Director Dept: Development Services Acct. Description: Five-level Dazking structure seismic retrofit and Date: Jul 23, 2002 Y 1/1~~i~ File: 6.7225 ORl ~~ ~ ~ ~~L Subject: Resolutions of mutual benefit and award of contract to Fibrwrap Construction, Inc. for seismic retrofit and repair of City's five-level parking structure, per Plan No. 10304-A, and approval of amendment No. 2 to Agreement with TY Lin International-McDaniel for inspection and materials testing; and authorize the Director of Finance to amend the budget. MCC Date: August 5, 2002 Synopsis of Previous Council Action: 7/9/01 Allocation of $1,320,000 in the 2002/03 Capital Improvement Program (CIP) for seismic retrofit and repair of city's five-level pazking structure (Account No. 123-557-5504- 7225). Recommended Motion(s): That the Community Development Commission: 1. Adopt Resolution "A"; and 2. Authorize the Economic Development Agency to appropriate and expend a total of $1,489,100 as outlined in the staff report to cover, in part, the cost of construction, inspection, and plan checking for seismic retrofit of the Agency's five-level parking structure. That the Mayor and Common Council: 1. Adopt Resolutions "B", "C", and "D"; and 2. Authorize the Duector of Finance to amend the FY O1-02 and FY 02-03 budget and appropriate a total not to exceed amount of $35,900 from 'k Cent Sales & Road Tax Fund as outlined in the staff report. J es Funk Contact person: Mehran Sepehri, Senior Civil Engineer Phone: 51 ~7 Supporting data attached: Staff Report, Map, & Resos. Ward: t FUNDING REQUIREMENTS: Amount: $1,800,000.00 Source: (Acct. No.) 123-557-5504-7225, & 129-367-5504-7225 Council Notes: repatr Finance: iZ~3a +' cOG ~ ac~c.~ - ~ iS ~ooa'~E8 apUd -a(,ei Agenda Item No.~ CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolutions of mutual benefit, and award of contract to Fibrwrap Construction, Inc. for seismic retrofit and repair of City's five-level parking structure, per Plan No. 10304-A, and approval of Amendment No. 2 to Agreement with TY Lin International- McDaniel, for inspection and materials testing, and authorization for the Director of Finance to amend the budget. Background: Based on a study of current seismic standards, the existing five-level parking structure adjacent to City Hall is not designed to withstand more than small to moderate earthquakes (depending on depth and distance from earthquake epicenter). For this reason staff is proposing to move forward with this project. This project consists of wrapping the concrete columns with a composite material, patching damaged concrete slabs, modifying expansion joints, installing new concrete beams on the third level, installing steel angle support and anchor bolts, and additional miscellaneous construction items necessary to strengthen the parking structure. In addition, the contractor may close one level of the parking lot at a time; however, all other levels must remain open. Also during construction the contractor must direct traffic by signs to their assigned alternate reserved parking spaces. On September 18, 2000, the Community Development Commission (CDC) approved funding for TY Lin International/McDaniel (TY Lin) in the amount of $265,000 for professional design services. In addition, Amendment No. 1 added to the TY Lin agreement in amount of $30,000. The funding was approved by CDC on September 4, 2001 for Amendment No. 1 which includes the design of additional maintenance required, to prepare as built drawings, and perform site visits during construction. Upon request, the consultant divided the project into two phases due to funding constraints. The first phase of project construction is estimated to cost $1,200,000. The second phase of construction is estimated to cost in excess of $1,000,000. The design and construction of the second phase can be done at a later date when additional funding is available. The inspection and material testing for this project is a specialty item and Public Works staff does not have this expertise. Therefore, for Phase I, TY Lin is proposing to perform inspection and material testing fora ("not to exceed") fee of $196,100 per Exhibit "B" agreement. The Plan and specifications for phase one of this project are complete and it is ready to be awarded. The estimated project costs are as follows: Construction Cost $1,146,000.00 Contin encies 110,000.00 Desi n - (TY Lin)* 295,000.00 Construction Ins ection & Material Testin (TY Lin) 196,100.00 Plan Check* 17,000.00 Contract Administration* 35,900.00 Total $1,800,000.00 CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION STAFF REPORT -continued *Costs/Portion of costs already incurred This project was advertised locally in the San Bernardino County Sun Newspaper, Construction Trend Newspaper, the City's web site, and with the San Bernardino Area Chamber of Commerce; the following nine companies responded: Name of Bidder Ci Amount of Bid Fibrwra Construction Duarte $1,146,000.00 ACE Restoration Wate roofin ,Inc. Fullerton $1,221,559.00 Dala' International Co Los An eles $1,337,897.00 Trursdell Co Phoenix, Az $1,348,000.00 Sea-Pac En r. Inc. Reseda $1,388,600.00 F.D. Thomas Portland, Or. $1,458,000.00 Metro Builders & En ineers Grou New ort Bch $1,544,411.00 Lehi h Construction Co. Los An eles $1,680,000.00 Arco General Contractin ,Inc. Hes eria $1,777,671.00 En ineerin Estimate $1,210,000.00 Based on review of the sealed competitive bids received, staff has determined that Fibrwrap Construction, Inc., is the apparent lowest bidder in the amount of $1,146,000, and has met the minimum requirements of the specifications and bid guidelines and staff recommends that the Mayor and Cotnmon Council award the referenced contract to said contractor. Financial Impact: Total funding in the amount of $1,800,000 is needed to complete this project. To date $122,000 has been allocated for this project from CDBG in addition to a State General Fund grant in the amount of $120,000 that the City received in FY01-02 to cover design costs (account number 123-557-5504-7225). An additional $1,558,000 needs to be appropriated and approved to be expended at this time in order to cover all costs for this project. In order to accommodate all the in-house staff time expended and to be expended in FY 02-03 for this project, staff is recommending the Mayor and Council authorize the Director of Finance to amend both the FY 01-02 and FY 02-03 budget and appropriate a total not to exceed amount of $35,900 from 'h Cent Sales & Road Tax Fund. The $35,900 will be transferred from account 129-367-5504-7156 (Street/Safety Improvements-Citywide) to account 129-367-5504-7225 (Retrofit of the Five-level Parking Structure). For the remaining balance of $1,522,100 needed for this project, staff is recommending that the Community Development Commission authorize the Economic Development Agency to appropriate these monies. $522,100 can be appropriated from the 2002 JPA Tax Allocation Refunding and Current Advance Refunding bond proceeds and the remaining balance of CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION STAFF REPORT -continued $967,000 be appropriated from the 1999 COP bond proceeds (balance of unspent funds remaining from the $1,000,000 allocated). The Agency owned five-level parking structure is in the Central City Projects redevelopment project area, from which the $967,000 of 1999 COPS bond proceeds aze being allocated. However, the 2002 JPA Tax Allocation Refunding bond proceeds and the Current Advance Refunding bond proceeds are not within the Central City Projects redevelopment project area and will require the adoption of City and Agency resolutions of mutual benefit to the other redevelopment project areas. Recommendation: That the Community Development Commission: 1. Adopt Resolution "A"; and 2. authorize the Economic Development Agency to appropriate and expend a total of $1,489,100 as outlined in the staff report to cover, in part, the cost of construction, inspection, and plan checking for seismic retrofit of the Agency's five-level parking structure. That the Mayor and Common Council: 1. Adopt Resolutions "B", "C", and "D"; and 2. Authorize the Director of Finance to amend the FY 01-02 and FY 02-03 budget and appropriate a total not to exceed amount of $35,900 from'/x Cent Sales & Road Tax Fund as outlined in the staff report. City of San Bernardino, California Department of Puhlic Works, Division of Engineering November 27, 2001 File No. 6.7225 W.O. No. 123-557-5504-7225 DWG. No. 10304 ' City of San Bernardino S-Level Parking Strcccture Phase I Jt£AAOYSRC•~~Y. FlE~DS ~t, ~. u7 N' i ^ ST ~' )01 Thomas Brus. N1ap5 VICIN ~'~ !~n/7 6 ~ ~'~ `~ ~ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. WHEREAS, the City of San Bernardino, California (the "City"), is a municipal corporation and a charter city duly created and existing pursuant to the Constitution and the laws of the State of California; and WHEREAS, the Community Development Commission of the City of San Bernardino (the "Commission") on behalf of the Redevelopment Agency of the City of San Bernardino (the "Agency"), is a redevelopment agency, a public body, corporate and politic of the State of California, organized and existing pursuant to the Community Redevelopment Law (Part 1 of Division 24 commencing with Section 33000) of the Health and Safety Code of the State of California (the "Act"); and WHEREAS, pursuant to Section 33445 of the Act, the Agency may, with the consent of the Mayor and Common Council of the City (the "Council"), pay all or a part of the cost of installation and construction of any building, facility, structure or other improvement which is publicly owned either within or without the boundazies of a redevelopment project azea if the Council determines: (1) that such buildings, facilities, structures or other improvements are of benefit to the redevelopment project area or the immediate neighborhood in which the project is located, regazdless of whether such improvement is within another project azea, or V ~I 1 2 3, 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCURE. in the case of the project area in which substantially all the land is publicly owned that the improvement is of benefit to an adjacent project azea of the Agency, (2) that no other reasonable means of fmancing such buildings, facilities, structures or other improvements is available to the community, and such determination by the Agency and the Council shall be fmal and conclusive, and (3) that the payment of funds for the cost of the facilities, structures or other improvements will assist in the elimination of one of more blighted conditions inside the project; and WHEREAS, the City and the Commission have previously approved and adopted Redevelopment Plans (collectively hereinaRer referred to as the "Redevelopment Plans") for various redevelopment project azeas within the City which project azeas include: Southeast Industrial Project Area, Northwest Project Area, Tri City Project Area, Uptown Project Area and Central City North Project Area; and WHEREAS, it is in the interests of the present landowners within the various project areas subject to the Redevelopment Plans ("the Project Areas") and the residents, both within the Project Areas and within the City generally, that the Agency cause the funding of certain public improvements consisting of seismic retrofit and repairs of the Agency owned five-level pazking structwe; and 2 1 2 3 4 5 6 7 8 9 10 11 12~ 13 14 1J 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. WHERAS, the five-level pazking structure (the "pazking structure") is located within the Central City Projects Area in the downtown portion of the City between "D" and "E" Streets, and Court and Second Streets, which aze major thoroughfares connecting vazious Project Areas, specifically the Uptown Project Area, the Southeast Industrial Pazk Project Area, the Central City North Project Area, the Tri City Project Area, and the Northwest Project Area (collectively referred to herein as the "Benefited Project Areas"); and WHERAS, each of the aforementioned Benefited Project Areas is adjacent to the Central City Projects Area and aze generally contiguous to the Central City Projects Area and the Central City Projects Area serves the commercial, retail, and other community needs of each of the Benefited Project Areas as to those functions that cannotbe provided separately within each of the Benefited Project Areas; and WHEREAS, the parking structure is a centrally located facility servicing pazking requirements for City residents and other persons conducting business in City Hall and the Agency's owned building at 20] North "E" Street, the State of California (the "State") and County of San Bemazdino (the County") office buildings, the County courthouse, the downtown hotel, the Agency owned cinema, and vazious retail, business and commercial buildings located either adjacent to the parking structure, or in the general area; and 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC REROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTUER AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. WHEREAS, based upon a study of current seismic standards, the existing parking structure adjacent to City Hall is not designed to withstand more than small to moderate earthquakes, depending on the depth and distance of the earthquake epicenter; and WHEREAS, the Projects Areas are suffering from stagnant property values and impaired investments, and in order to promote the City's health, safety and welfare, it is important that the Agency fund the costs of the seismic retrofit and repairs in order to enhance economic conditions and ensure the safety of the public; and WHEREAS, in connection with the funding of the seismic retrofit and repairs (the "improvements") of the parking structure it is proposed that the Agency shall utilize revenues attributable to a certain prior bond issue undertaken by the Agency designated as the Forward, Current Advance Refunding and the San Bernardino Joint Powers Financing Authority Tax Allocation Refunding Bonds Series 2002 (collectively referred to herein as the "Bonds"); and WHEREAS, proceeds from the Bonds in an amount not to exceed $522,100 shall be used and applied for the benefit of the Benefited Project Areas to accomplish the improvements to the parking structure in the dollar amounts 4 W l 2~ 3 4 5 6 7 8 9 10 11 12' 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. Resolutions; and WHEREAS, it is appropriate at this time for the Commission to make certain findings and determinations and take certain actions with respect to the Agency's funding of the improvements for the parking structure. NOW, THEREFORE, BE IT RESOLVED BY THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, AS FOLLOWS: Section I. The recitals hereinabove aze true and correct and are incorporated herein by this reference. Section 2. The Commission hereby authorizes the use of proceeds of the Bonds in connection with the funding of improvements of the pazking structure. Section 3. The Commission approves the payment by the Agency of the costs of the pazking structure improvements in order to ensure the economic enhancements and stability of the Benefited Project Areas and other neighborhoods within the City for the reasons set forth in the Recitals hereinabove. The Cormission also finds and determines that no other reasonable means of financing the parking structure improvements is presently available to the Agency and that the City and the Agency require the use of revenues generated from the various 5 1'I 2 3 4 J 6 7', 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. Commission further fmds that the funding of the parking structure improvements will enhance viability in the Benefited Project Areas thereby eliminating existing blighted conditions in the Project Areas. Funds from the Benefited Project Areas shall be used and applied from the proceeds of the Bonds in the following manner: Southeast Industrial Park $150,000 Central City North $ 40,000 Northwest Redevelopment Project $100,000 Uptown Redevelopment Project $ 45,000 Tri-City Redevelopment Project $187,100 TOTAL $522,100 The Commission further finds and determines that because of the proximity of the pazking structure to the Benefited Project Areas and the character of the Central City Projects Area, the parking structure and the intended seismic improvements thereto will enhance the commercial retail and other community services that aze provided from within the Central City Projects Area to the Benefited Project Areas and the residents and businesses located therein. 6 ~../ 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. Section 4. The Agency Secretary is hereby authorized and duected to cause this Resolution to be transmitted to the City for consideration in connection with appropriate action by that body. Section 5. The findings and determinations herein shall be final and conclusive. This Resolution shall take effect upon the date of its adoption. // // // // // // // // // 1/ // // !/ 7 ~``x 1 2~ 3 4 5 6 7 8 9 10. 11 ', 12 13 ~j 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE COMMUNITY DEVELOPMENT COMMISSION OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. I HEREBY CERTIFY that the forgoing Resolution was duly adopted by the Community Development Commission of the City of San Bernardino at a meeting thereof, held on the day of , 2002, by the following vote, to wit: Commission Members Aves Navs ESTRADA LIEN _ MCGINNIS DERRY SUAREZ ANDERSON MCCAMMACK Abstain Absent Secretary The foregoing Resolution is hereby approved this _day of , 2002. Approved a~ to form anEi legal content: 'i i ~ ; h ~ ~ ~~i , By: .: a .:- Agency Counsel Chairperson, Community Development Commission of the City of San Bernardino 8 ~~' ~~/ 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE 3 FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE q AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING . FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE 5 VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL 6 PARKING STRUCTURE. 7 WHEREAS, the City of San Bernardino, California (the "City"), is a 8 municipal corporation and a charter city duly created and existing pursuant to the 9 Constitution and the laws of the State of California; and 10 WHEREAS, the Community Development Commission of the City of San 11 12 Bernardino (the "Commission") on behalf of the Redevelopment Agency of the 13 City of San Bertardino (the "Agency"), is a redevelopment agency, a public body, 14 corporate and politic of the State of California, organized and existing pursuant to 15 the Community Redevelopment Law (Part 1 of Division 24 commencing with 16 Section 33000) of the Health and Safety Code of the State of California (the 17 18 "Act"); and 19 WHEREAS, pursuant to Section 33445 of the Act, the Agency may, with 20 the consent of the Mayor and Common Council of the City (the "Council"), pay all 21 or a part of the cost of installation and construction of any building, facility, 22 structure or other improvement which is publicly owned either within or without 23 the boundazies of a redevelopment project azea if the Council determines: (1) that 24 such buildings, facilities, structures or other improvements are of benefit to the 25 redevelopment project area or the immediate neighborhood in which the project is 26 ~,J 27 located, regardless of whether such improvement is within another project azea, or 28 1 ~, 1 2 3 4 5 6 7 8 9' 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCURE. in the case of the project azea in which substantially all the land is publicly owned that the improvement is of benefit to an adjacent project azea of the Agency, (2) that no other reasonable means of financing such buildings, facilities, structures or other improvements is available to the community, and such determination by the Agency and the Council shall be fmal and conclusive, and (3) that the payment of funds for the cost of the facilities, structures or other improvements will assist in the elimination of one of more blighted conditions inside the project; and WHEREAS, the City and the Commission have previously approved and adopted Redevelopment Plans (collectively hereinafter refen•ed to as the "Redevelopment Plans") for vazious redevelopment project azeas within the City which project areas include: Southeast Industrial Project Area, Northwest Pmject Area, Tri City Project Area, Uptown Project Area and Central City North Project Area; and WHEREAS, it is in the interests of the present landowners within the various project areas subject to the Redevelopment Plans ("the Project Areas") and the residents, both within the Project Areas and within the City generally, that the Agency cause the funding of certain public improvements consisting of seismic retrofit and repairs of the Agency owned five-level pazking structure; and 2 1 2 3 4 a 6 7 8 9 10 11 12 13 14. 15 16 17 18 19 20 21 22 23 24 25 26 •,.i 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. WHERAS, the five-level pazking structure (the "parking structure") is located within the Central City Projects Area in the downtown portion of the City between "D" and "E" Streets, and Court and Second Streets, which are rnajor thoroughfares connecting various Project Areas, specifically the Uptown Project Area, the Southeast Industrial Pazk Project Area, the Central City North Project Area, the Tri City Project Area, the Northwest Project Area (collectively referred to herein as the "Benefited Project Areas"); and WHEREAS, each of the aforementioned Benefited Project Areas is adjacent to the Central City Projects Area and are generally contiguous to the Central City Projects Area and the Central City Projects Area serves the commercial, retail and other community needs of each of the Benefited Project Areas as to those functions that cannot be provided separately within each of the Benefited Project Areas; and WHEREAS, the pazking structure is a centrally located facility servicing parking requirements for City residents and other persons conducting business in City Hall and the Agency's owned building at 201 North "E" Street, the State of California (the "State") and County of San Bernardino (the County") office buildings, the County courthouse, the downtown hotel, the Agency owned cinema, 3 1 2 3 4 S 6 71 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 - 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC REROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTUER AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. pazking structure, or in the general area; and WHEREAS, based upon a study of current seismic standards, the existing pazking structure adjacent to City Hall is not designed to withstand more than small to moderate earthquakes, depending on the depth and distance of the earthquake epicenter; and WHEREAS, the Projects Areas aze suffering from stagnant property values and impaired investments, and in order to promote the City's health, safety and welfaze, it is important that the Agency fund the costs of the seismic retrofit and repairs in order to enhance economic conditions and ensure the safety of the public; and WHEREAS, in connection with the funding of the seismic retrofit and repairs (the "improvements") of the pazking structure it is proposed that the Agency shall utilize revenues attributable to a certain prior bond issue undertaken by the Agency designated as the Forward, Current, Advance Refunding and the San Bernardino Joint Powers Financing Authority Tax Allocation Refunding Bonds Series 2002 (collectively referred to herein as the "Bonds"); and WHEREAS, proceeds from the Bonds in an amount not to exceed $522,100 shall be used and applied for the benefit of the Benefited Project Areas to 4 2002-268 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16. 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AREAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. accomplish the improvements to the pazking structure in the dollar amounts allocated to each of the Benefited Project Areas in the manner as provided in this Resolution; and WHEREAS, it is appropriate at this time for the Mayor and Common Council to make certain findings and determinations and take certain actions with respect to the Agency's funding of the improvements for the pazking structure. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, AS FOLLOWS: Section 1. The recitals hereinabove aze true and correct and are incorporated herein by this reference. Section 2. The Mayor and Common Council hereby authorize the use of proceeds of the Bonds in connection with the funding of improvements of the parking structure. Section 3. The Mayor and Common Council approve the payment by the Agency of the costs of the parking structure improvements in order to ensure the economic enhancements and stability of the Benefited Project Areas and other neighborhoods within the City for the reasons set forth in the Recitals hereinabove. 5 1 2 3 4 5 6 1 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AUTHORIZING THE FUNDING OF THE SEISMIC RETROFIT AND REPAIR OF THE AGENCY'S FIVE-LEVEL PARKING STRUCTURE AND MAKING FINDINGS AND DETERMINATIONS AS TO THE BENEFIT TO THE VARIOUS REDEVELOPMENT PROJECT AERAS OF UNDERTAKING PUBLIC IMPROVEMENTS IN CONNECTION WITH THE FIVE-LEVEL PARKING STRUCTURE. The Mayor and Common Council also finds and determines that no other reasonable means of financing the parking structure improvements is presently available to the City and that the City and the Agency require the use of revenues generated from the various Project Areas in order to fund the pazking structure improvements. The Mayor and Common Council further find that the funding of the pazking structure improvements will enhance viability in the Benefited Project Areas thereby eliminating existing blighted conditions in the Project Areas. Funds from the Benefited Project Areas shall be used and applied from the proceeds of the Bonds in the following manner: Southeast Industrial Pazk $150,000 Central City North $ 40,000 Northwest Redevelopment Project $100,000 Uptown Redevelopment Project $ 45,000 Tri-City Redevelopment Project 187 100 TOTAL $522,100 The Mayor and Common Council further find and determine that because of the proximity of the pazking structure to the Benefited Project Areas and the 6 11 21 3 4 5 6 7 8 ,~ ,~~~,r t ~~' ~ ~ RESOLUTION NO. RESOLUTION OF THE MAYOR ANll COMMON COUNCIL OF THE CITY OF SAN' BERNARDINO AWARDING A CONTRACT TO FIBRWRAP CONSTRUCTION, INC. FOR SEISMIC RETROFIT AND REPAIR OF CITY'S FIVE-LEVEL PARKING STRUCTURE, PER PLAN NO. 10304A. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Fibrwrap Construction, Inc. is the lowest responsible bidder for seismic retrofit and repair of the City's five-level parking structure. A contract is awarded accordingly to said bidder in a total amount of $1,146,000, with a contingency atnount of $110,000, but 10 it 12 13 14 15 such award shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall'be 17 18 19 20 21 i obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of passage of the resolution. 29 25 2S 27 28 /// /// 2002-269 RESOLUTION...AWARDING ACONTRACT TO FIBRWRAP CONSTRUCTION, INC. FOR SEISMIC RETROFIT AND REPAIR OF CITY'S FIVE-LEVEL PARKING STRUCTURE, PER PLAN NO. 10304-A. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a jt. reg. meeting thereof, held on the 5tlday of August , 2002, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA _~_ LIEN x it 2 3 4 5 6 7 8 9 MC GINNIS x DERRY x SUAREZ x x ANDERSON MC CAMMACK x City rk The foregoing resolution is hereby approved this _ ~~r day of August , 2002. 10' ll 12 13 14 15 16 17 18 19 211 s, Mayor Bernardino Approved as to form and legal content: JAMES F. PENMAN, City Attorney By: ~~ 24 25 26 27 28 t Meeting Date: 08/05/2002 Item ~1R31C Resolution /12002-269 p~tGl NRL.~ NO. 6.7225 ACCT. NO. 123-557-5504-7225 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS REVISED PLANS AND SPECIAL PROVISIONS NO. 10304A FOR SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO 5-LEVEL PARHING STRUCTURE ( PHASE I ) TECHNICAL SPECIFICATIONS APPROVED BY: (PART II) PREPARED BY: T.Y. LIN INTERNATIONAIrMc DANIEL QP~P~~q< ~ " 3680 ~ EXP. n'~ ~`~'l,.sTRUCT~IPP DIVISION OF PUBLIC WORKS DEPARTMENT OF DEVELOPMENT SERVICES CITY OF SAN BERNARDINO APRIL, 2002 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M. ON MAY 21 .2002 Ex~~e-T `'~" tJ2 ^69 NO. 6.7225 ACCT. NO. 123-557-5504-7225 May 21, 2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS REVISED ADDENDUM NO. THREE PLANS AND SPECIAL PROVISIONS NO. 10304-A FOR SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO 5-LEVEL PARKING STRUCTURE (PHASE I) BID OPENING IS RESCHEDULD FOR MAY 28, 2002 @ z:oo PM All bidders shall indicate receipt of this ADDENDUiVi NO. THREE on page viii "BIDDERS ACKNOWLEDGEMENT OF ADDENDUME" of specification included with their bid. BY: i~~~i/" `_ ~ ~~ Sepehri Senior Civil Engineer DATE: h I ~ ~ ~ C L 02 ~ ~~ NO.6.7225 ACCT. NO. 123-557-5504-7225 May 17, 2002 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS REVISED ADDENDUM NO. TWO PLANS AND SPECIAL PROVISIONS NO. 10304-A FOR SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO 5-LEVEL PARKING STRUCTURE (PHASE I) The following Contract Documents for the above project are hereby amended: 1. Revise DRAWING NO. S3.2 (Sheet 9 of 13), DETAIL 10, CONC. SURFACE REPAIR, to replace the "NON-SHRINK GROUT" callout in the section view with the following: "REPAIR GROUT (SEE NOTE 3)." 2. Revise Paragraph 1.02 of SECTION 02579, "PAVEMENT MARKING, BUMPERS AND SIGNAGE" of PART II, TECHNICAL SPECIFICATIONS, to read as follows: "All parking space striping, traffic striping and pavement markings on Floor Levels 1 through 4 shall be removed and replaced with traffic paint in the same configuration or as directed by the Engineer, as specified in CALTRANS Standard Specifications Section 84, Traffic Stripes and Pavement Markings, and as specified herein." Replace Paragraph 2.01 of SECTION 02579, "PAVEMENT MARKING, BUMPERS AND SIGNAGE" ofPART R, TECHNICAL SPECIFICATIONS, with the following: "TRAFFIC PAINT: Paint shall conform to the requirements of CALTRANS Standard Specifications, Section 84 Paragraph 3.02 and shall be a type specially manufactured for pavement traffic line markings by Dunn-Edwards, Wellborn, Sherwin-Williams, Devoe, Sinclair, Pittsburg Paint, Behr, or equal, white color unless otherwise directed. D2 2D9 4. Replace Paragraph 3.01 including Subparagraphs A through H of SECTION 02579, "PAVEMENT MARKING, BUMPERS AND SIGNAGE" of PART II, TECHNICAL SPECIFICATIONS, with the following: "3.01 PAVEMENT MARKING AND STRIPING A. Thoroughly remove existing pavement markings and striping in accordance with CALTRANS Standard Specifications, Section 15, Subsections 2.02B and 2.02C. B. Paint traffic and parking lines as indicated. Unless otherwise directed, paint in two coats minimum to achieve complete opacity. The 5rst coat of paint shall be dry before application of the second coat. In no case shall the second coat be applied prior to at least 7 days after application of the first coat. Paint directional arrows, numbering, and lettering using stencils in similar fashion and with same paint. Stencils shall replicate the existing markings. C. Paint approved blue colored handicapped parking symbols where indicated. D. Be responsible for paint droppings and overspray. Completely remove droppings and repair injured surfaces in a satisfactory manner." All bidders shall indicate receipt of this ADDENDUM NO. TWO on page viii "BIDDERS ACKNOWLEDGEMENT OF ADDENDUME" of specification included with their bid. BY: , "I i~ Sepehri Senior Civil Engineer DATE: ~' ~7/° ADDENDUM NO. TWO MAY 17, 2002 PLANS AND SPECIAL PROVISIONS NO. 10304-A NO.6.7225 ~~ ~~~ NO. 6.7225 ACCT. NO. 123-557-5504-7225 CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUMENTS REVISED ADDENDUM NO.ONE PLANS AND SPECIAL PROVISIONS NO. 10304-A FOR SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO 5-LEVEL PARKING STRUCTURE (PHASE I) The following Contract Documents for the above project are hereby amended: 1. Revise DRAWING NO. S L2 (Sheet 2 of 13), NOTE 3 under "ALTERNATE DESIGN OF FRP SYSTEM:", second sentence to read as follows: "THE FRP SYSTEM SUPPLIER SHALL CERTIFY AND WARRANT THAT FRP SYSTEM PROPERTIES WILL NOT FALL BELOW THE `DESIGN VALUES' SHOWN BELOW DURING 5 YEARS FROM THE DATE OF INSTALLATION OF FRP SYSTEM." 2. Revise Paragraph 1.02 of SECTION 02579, "PAVEMENT MARKING, BUMPERS AND SIGNAGE" of PART II, TECHNICAL SPECIFICATIONS, to read as follows: "ALL PARKING SPACE STRIPING, TRAFFIC STRIPING AND PAVEMENT MARKINGS ON FLOOR LEVELS l THROUGH 4 SHALL BE REMOVED AND REPLACED IN THE SAME CONFIGURATION OR AS DIRECTED BY THE ENGINEER WITH THERMOPLASTIC MATERIAL AS SPECIFIED HEREIN." All bidders shall indicate receipt of this ADDENDUM NO. ONE on page viii "BIDDERS ACKNOWLE~/DGEMENT OF ADD~ENDUME" of specification included with their bid. Mehran Sepehri Senior City Engineer DATE: 5/g I i~ Z T 02 2s~ TABLE OF CONTENTS PAGE SECTION TITLE NUMBERS CONTENTS FOR BID AND CONTRACT DOCUMENTS ........ ... i BID PROPOSAL -NOTICE INVITING BID ii BID FORM v BASIC BID SCHEDULE vi BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS .. viii DESIGNATION OF SUB-CONTRACTORS ix BID BOND x WORKMEN'S COMPENSATION INSURANCE CERTIFICATE xi NON-CONCLUSION AFFIDAVIT .. xii MBE/WBE INFORMATION -GOOD FAITH EFFORTS .. xiii REFERENCES xvi PART 1 SPECIAL PROVISIONS 1 INSTRUCTIONS TO BIDDERS 1 SECTION 1 SPECIFICATIONS AND PLANS ............................ ..... 2 1-1.01 GENERAL 2 1-1.02 DEFINITIONS 2 1-1.03 STANDARD SPECIFICATIONS 4 1-1.04 TAXES S 1-1.05 INTERPRETATION OF PLANS AND DOCUMENTS ... 5 1-1.06 ADDENDA OR BULLETINS .... ......... ... .. .. S ~~ ~~~ SECTION 2 BID BONDS AND MBE/WBE REQUIREMENTS AND CONDITIONS 6 2-1.01 GENERAL .................. ...................... ........ 6 2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES .. 6 2-1.03 MINORITY, WOMAN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS .. 7 SECTION 3 AWARD AND EXECUTION OF CONTRACT .................... 10 3-1.01 GENERAL 10 3-1.02 CONTRACT BONDS 10 3-1.03 DISQUALIFICATION OF BIDDERS 10 3-1.04 AWARD OF CONTRACT 10 3-1.OS REQUIRED EXAMINATION OF ALL CONTRACT DOCUMENTS .. 11 3-1.06 REQUIRED INSPECTION OF THE SITE .... .. 12 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, SECTION 4 TIME OF COMPLETION AND LIQUIDATION DAMAGES ........ 13 4-1.01 GENERAL 13 4-1.02 WORKING DAYS .... .. 13 4-1.03 LIQUIDATED DAMAGES ..................................... 13 4-1.04 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR WORKING DAYS .. 14 4-1.05 INSPECTION 14 SECTION 5 LEGAL REQUIREMENTS ..................................... 15 5-1.01 INSURANCE REQUIREMENTS 15 5-1.02 LIABILITY INSURANCE 15 5-1.03 WORKER'S COMPENSATION INSURANCE .. 16 5-1.04 PAYMENT OF PREVAILING WAGE RATE ... .. .. 16 5-1.05 PAYROLL RECORDS .... 17 5-1.06 CONTRACTOR'S LIABILITY .................. ... 17 02269 5-1.07 ATTORNEY'S FEES AND ARBITRATION .. .. 18 5-1.08 WITHDRAWAL OF PROPOSALS ... .. 18 5-1.09 IRREGULAR PROPOSALS 18 SAMPLE INSURANCE FORM ... ..... ... ... .... .. 19 SAMPLE INSURANCE FORM ........... 20 SECTION 6 GENERAL ................................................... 21 6-1.01 INCREASED OR DECEASED QUANTITIES 21 6-1.02 SOUND CONTROL REQUIREMENTS 21 6-1.03 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) REQUIREMENTS .. .. ... .. 22 6-1.04 PERMITS AND LICENSE 22 6-LOS EXTRA WORK AND MARKUP 22 6-1.06 HOLIDAYS, WORKING DAYS AND HOURS 23 6-1.07 PAYMENTS 24 6-1.08 PROJECT APPEARANCE 24 6-1.09 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL 25 6-1.10 SURVEYING SERVICE ...... 2S 6-1.11 CITY-FURNISHED MATERIALS 25 6-1.12 CLAYTON ACT AND CARTWRIGHT ACT 26 6-1.13 PROJECT ERRORS, OMISSIONS, INCONSISTENCIES, AND/OR DISCREPANCIES 26 6-1.14 EMERGENCY INFORMATION. 27 6-1.15 MAINTENANCE OF EXISTING IMPROVEMENTS ............... 27 6-1.16 MOBILIZATION _ _ 27 6-1.17 CONTRACTOR'S SAFETY RESPONSIBILITY ....... 28 6-1.18 SAFETY SUPERVISOR AND MEETINGS . ... 29 6-1.19 MEETINGS . 29 6-1.20 PAYMENT . ..... ... .......... .. ... ... .. .. 30 02 asp SECTION 7 UTILITIES .................................................. 31 7-1.01 GENERAL .. 31 7-1.02 CONTRACTOR'S RESPONSIBILITY ... ....... 34 7-1.03 UTILITIES NOTIFICATION .. ..... .... ... 34 7-1.04 UTILITIES INTERFERENCE 34 7-1.05 BUILDING SYSTEM AND UTILITY COORDINATION .. ..... 34 7-1.06 PAYMENT .. 34 SECTION 8 DESCRIPTION OF WORK ..................................... 36 8-1.01 DESCRIPTION .... 36 8-1.02 PR-BID INQUIRIES ............ ....... ... 38 SECTION 9 TRAFFIC CONTROL .......................................... 39 9-1.01 GENERAL 39 9-1.02 TURN RESTRICTIONS .. ... .... ....... ... .... 40 9-1.03 PARKING RESTRICTIONS .. .. .... .... .... .... .. 40 9-1.04 TRAFFIC LANES ... .. :.. 40 9-1.05 ACCESS TO ABUTTING PROPERTY AND ROAD AND TRAVEL LANE CLOSURE ..... .. 41 9-1.06 PUBLIC CONVENIENCE 41 9-1.07 FLASHING ARROW SIGNS 41 9-1.08 ACCESS TO THE SITE AND SIGNING AND STRIPING 42 9-1.09 PAYMENT ... .. 45 SECTION 10 SCHEDULE OF VALUES ...................................... 47 10-1.01 SUBMITTAL OF THE SCHEDULE OF VALUES .. 47 10-1.02 BASELINE SCHEDULE OF VALUES ...... ... ... ........ 47 10-1.03 SCHEDULE OF VALUES PREPARATION GUIDELINES ... 48 ]0-1.04 SCHEDULE OF VALUES REVISIONS ......... 48 0~ ~~9 10-1.05 10-1.06 10-1.07 10-1.08 ] 0-1.09 PROGRESS PAYMENT REQUESTS .. ... REVIEW OF THE SCHEDULE OF VALUES SUSPENSION OF PAYMENTS CASH-FLOW AND WORK-HOUR PROTECTIONS PAYMENT . 48 49 49 50 50 AGREEMENT 02 L69 CONTENTS FOR BID AND CONTRACT DOCUMENTS The "Bid and Contract Documents" for this project consists of three (3) Parts as follows: PART I -Administration 2. PART II -Technical Specifications The above 2 parts are bound together in one (1) manual titled "Bid and Contract Documents " 3. PLANS -One (1) separately bound set SEISMIC RETROFIT OF 5-LEVEL PARKING STRUCTURE Contents for Bid and Contract Documents.doc CITY OF SAN BERNARDINO "02 269 Engineer's Estimate 51,210,000.00 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids For: SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO 5-LEVEL PARKING STRUCTURE ( PHASE I ) in accordance with Special Provision No. 10304-A in file in the Office of the City Engineer, Third Floor, San Bemardino City Hall. Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bemardino, California with the Specification title and number clearly marked on the outside of the envelope. The unit price must be written in words and also shown in figures. Said bids will be received up to the hour of 2:00 p.m., on May 21. 2002, at which time all of said bids will be publicly opened, and examined and declared in the City Engineer's Conference Room, Third Floor, City Hall. No bid will be received unless it is made on a bid form furnished by the City with the unit price written in words and also shown in figures for each item, and with the total of each item and total of all items filled in. All bids shall be signed, sealed and accompanied by cash, cashier's check, certified check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder refuses to execute said contract, the use by the public of the improvements will be delayed, and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damages. Therefore, the City and the bidder agree that the above sum of 10% percent shall be paid to the City upon the condition above set forth as liquidated damages and not as a forfeiture. All bonds furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better and bonds issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570, who is authorized to issue bonds in California. ii 02 2ss Pursuant to law, the Mayor and the Common Council of the City of San Bernardino, by Resolution No. 90-358 and any and all amendments thereto which are hereby referred to and made a part thereof by references as fully as though set at length herein, have ascertained and determined the general prevailing rate per diem wages, and of per diem wages for legal holidays and overtime work for each craft or type work of workman needed in the execution of contracts under jurisdiction of said Mayor and Common Council. Said prevailing rates of wages shall conform to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the City Clerk's Office, and available from the California Department of Industrial Relations' Internet web site at http://www.dicca.eov. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. The Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the contract as provided for in Section 22300 of California Government Code and Section 10263 of the California Public Contract Code. It shall be mandatory upon the Contractor to whom [he contract is awarded and upon any sub- contractor under him to pay not less than specified rates to all laborers, workmen, and mechanics employed by them in the execution of the contract, and to prevent discrimination in the employment of persons because of race, creed, color, or national origin, as set forth in the provisions of Resolution No. 7414 of the Mayor and Common Council of the City of San Bernardino. The Contractor shall possess a Class "A" or "B" License or Appropriate Speciality License(s) at the time the contract is awarded. The prime Contractor shall perform, with his own organization, contract work amounting to at least 50 percent of the contract price. A Non-mandatory Pre-Bid Meeting will be held on Tuesday , April 30. 2002 , at 2:00 p.m. in the office of the City Engineer, Public Works Division of Development Services, Third Floor, City Hall, 300 North "D" Street, San Bernardino, CA 92418. This meeting is to provide information, to answer questions and inform bidders of MBEs/WBEs subcontracting and material supply opportunities, and to make the prime Contractor aware of the City's outreach program as it relates to minority hiring and participation. Bidder's attendance at this meeting is recommended, but the prime may certify that they are familiar with the program and attendance is not required. Attendance and/or certification may be used as part of the good faith effort. The City of San Bernardino reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within ~ working days from the date of bid opening. The City reserves the right to take all bids under advisement for a period of 60 days. iii 02 ~00 Plans and Specifications may be obtained from the City Engineer's Office, third floor, City Hall, 300 N. "D" Street, San Bernardino, California 92418, upon anon-refundable payment of 3$ 5.00 for each set if picked up in person. Unon request. the Plan and Special Provisions may be mailed for an additional charge of X25.00 per set. If there are any questions regarding this project, please contact in writing the City Engineer's Office as follows: City Engineer's Office Subject: 5-Level Parking Structure Seismic Retrofit Third Floor San Bernardino City Hall 300 North "D" Street San Bernardino, CA 92418 Attention: Mehran Sepehri, PE, Project Manager Tel: (909) 384-$127; Fax: (909) 384-5155; E-mail: Seoehri_MeC~?cisan-bernardino.ca.us Responses will be provided to written questions only. No response will be provided to verbal questions. CITY OF SAN BERNARDINO ~~: ~; ( Vii., . ~~ L ;~C /< /c ~``~ `~_~ RACHEL CLARK City Clerk NOTICE TO ADVERTISE SPECIFICATION NO: 10304-A SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE: 04/22/02 AND 04/27/02 SECOND PUBLICATION FIVE DAYS LATER SIGNATURE: DATE: iv "(l226g BID FORM TO THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plan and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials, transportation and service for the SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO S-LEVEL PARKING STRUCTURE (PHASE I) in strict conformity with Plans and Special Provisions No. l0304-A, ufthe Public Works Division, Department of Development Services for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, 2000 Edition. Undersigned proposes and agrees if this bid is accepted, that he will contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and that he will take in full payment therefor the following unit prices or lump sum prices, to-wit: v ITEM 1. 02 "69 BASIC BID SCHEDULE PLAN NO. I0304-A SEISMIC RETROFIT OF THE CITY OF SAN BERNARDINO 5-LEVEL PARKING STRUCTURE (PHASE I) DESCRIPTION OF ITEMS AND UNIT PRlCE OUANTITY UNIT UNIT PRlCE WRITTEN IN WORDS IN FIGURES TOTAL LS Seismic Retrofit of the 5-Level parking structure per Bid and Contract Documents, Plans, Specifications and all applicable codes, at , of 1 :::;"-__'IJ.'C-^,-J~'.'\.""'~ I, 1'10, v\Y' ILS $ I, N",L'c l;.JJ:;.. W1J((,- J/V,c,,-'c h~'/l(l.t'"t, t=".). Dollars & Cents -G- per Lump Sum $ l' r , NOTE: t 1 I I '--I' c'^' TOTAL BID $ , li,t)", ',I The unit price must be written in words and also shown in figures, All blank spaces appearing above must be filled in, In case of discrepancy in Bid Proposal Amounts, unit prices shall govern over extended amounts, and words shall govern over figures, Total bid price for the entire contract work shall include the cost of labor, materials, equipment parts, implements, taxes and supplies necessary to compete the project, as based on the City Engineer's estimate of quantities of work The total price must be extended for each item of work and the total of all items inserted in the space provided, Bidders shall complete and submit entire BID PROPOSAL section as their bid to the City, Failure to do so will result in bid being non-responsive, Within three (3) working days of being notified by the City as the lowest bidder, the bidder shall submit a schedule of values of its Bid. The schedule of values shall comply with Section 10, Schedule of Values. The City will evaluate the schedule of values, and may require additional information. This shall be in addition to the reqnirements of Section 10, Schedule of Values. BIDDER declares that this proposal is based upon careful examination of the work site, Bid and Contract Documents, The award of the contract, if made, will be to the lowest Grand Total responsible Bidder as determined solely by the City of San Bernardino, VI l ~1 02 269 It is the understanding of the undersigned that the work hereinabove described shall be commenced within 10 working days from the date of the "Notice to Proceed", and shall be . . completed within 120 working days from the date of said notice, as directed in these Special Provisions. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guaranty accompanying this bid shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor,. LICENSE NO.: (~ll<.-fo'-i CLASSIFICATION: A ~~~ TI~~ I, f /t <0 ~< FIRM NAME: -t=;l-yl.,r<>p (r""J-"... .J".~, r~. , I BUSINESS ADDRESS: i 7 { (' F; '1';;.<: <:C. '" ,.,. =. J 'S+. 'D~_.,:..-.,.--.l-e/ (M ci Ie II ;, BUSINESS PHONE: L 7 L' < "'Ci ,'(,; CELL PHONE: .~ / C . 'I c/. L', );/ SIGNATURE OF BIDDER: ~.~/'t:. " If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individuals, co-partners composing the firm. If a corporation, state legal name of the corporation, also the names of the president, secretary, treasurer and manager thereof. NAME ADDRESS ..r:;:(i~ ,0---,J i! ", -+ ,-"", ,Jr,;/ .t-,,~ , .11 F/~..{. 1-1 ( ';:,/.'/K C. f.CC,__Xc."'D I 11,,1 )1;.JJCJj~;v' Is Bidder currently a certified DBE? Yes 0 No Ji Dated: ~ /2 9 /0 ! [ ,2002 VB BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS ADDENDUM NO. l;;:.It ADDENDUM NO.2 ',;z;;./l, ADDENDUM NO.3 /lLJr- ' / ADDENDUM NO.4 DATE: -,':7/0 ' DATE: :';,',2/,<0;: DATE: _":,-'Z,>OL DATE: ADDENDUM NO.5 DATE: ADDENDUM NO.6 DATE: ADDENDUM NO.7 DATE: ADDENDUM NO.8 DATE: ADDENDUM NO.9 DATE: ADDENDUM NO. 10 DATE: ADDENDUM NO. 11 DATE: ADDENDUM NO. 12 DATE: Vlll 02 269 '0 2 2 6 9 BIDDERS FIRM NAME DESIGNATION OF SUB-CONTRACTORS In compliance with the provisions of Section 4100-4110 of California Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth the name and location of each subcontractor who will perform work or labor or render service to the Contractor. Name & Address Under Which Licensed Agency & No. of MBEIWBE CERT. (If Applicable) Sub-Contractor's Phone-No. Sub-Contract Amount Work to Be Performed 1. W,e. . P"il.v..J flI'ii,' s i.' ,d[",C" '1 '/( h' ( " It-, fl,-''-. (T Oi."Sir e71 "r <Jl.! ,7ent ,.", $ '-"'I cO, r <';,.Ja., I P-" V-P ..+,..".~ ~I,.:\ 1 >L C)~ .~1V v riDe-Nt ... 2.F2\d_"'Jj"I~ - " l; .Gi'>2(. ;." r.!-.t:!'> '~XtY:t,...,,.:,::.....J -\(~,'/-J./- <;. 7(; (, S foe /,'2;'" 'j, ( $ 2 .?. 7 iJ..0 . !S-C"....I f'-."I<~::" .'.J ~...--.--l-e- ,?, 1'4i'/...,d.>..:, ) i0l. ~;;iLILI 3. C-, r (~" I ,.,L.. 4.\ f.f.-..-', <.... 7ft; L<I~; &""7 " t ' . fv~'.< ~ t~'-'l~-..) r /1 ,,' . L ~ I ~ .C,',. I L t 'c:J 4'2 ..,u cT Gl';'7~)- $ "1 I 11-,(1 , 4.f,D Tn.J,Ii'f-hL"-" 1'/-" -~ - I ,),.i,w" \"S:],l'iZ'ISvL $ 1;)-, {),,",c. kk< <;,.L......-i lv.',,~{; (_.(..r;:;~l\-~' [)., . (,1. 5. C,L \,." p" .) 1 /'\.--,... f'\..1I ~ (', ( ) , ( S't ' 5/",'-1 $illf,() i:..-h . t' ,," .> J CA , IF ADDITIOi'iAL SPACE IS REQUIRED, PLEASE DUPLICATE TillS SHEET DO NOT WRITE ON THE BACK tX WORKMEN'S COMPENSATION INSURANCE CERTIFICATE . I am aware of the provisions of Section 3700 of the Labor Code requiring every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor: NAME OF FIRM: :f-,l:-Jr!/VcAI' (~,,(.j,.VC+")~,r..,. BY: 0.l";.J..J-R C,..,d ~A/? , TITLE: C?~Ct? t1 I tvl ,tl-rJl.l.Y- DATE: <;--:Z;'<..L xi 02 269 '0 2 2 6 9 (This affidavit shall be executed by all bidders at the time of bid submittal. Failure to execute the affidavit on this page will result in rejection of bid,) NON-COLLUSION AFFIDAVIT To the Divis'ion of Public Works, Department of Development Services, City of San Bernardino, State of California: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: T. lie A1 i-f (' l't f" , That he or she is of the party making the foregoing bId, that the bid is not make in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; communication, or conference with anyone 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 on anyone interested in the proposed contract; or take ny action in restraint of free competitive bidding in connection with such 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 data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid d pository, or to any member or agent thereof to effectuate a collusive or sham bid. / ~ T-,h.~tC'J'V' (c".<.frvct'rll"_h -Coo/)( / //0 I"c ve,~.c re.- ..f , ) '..,~- LJ""dr ...Le._; (,Q- 7/"0/ ,) Signature of Bidder Business Address l' / Y ~-- 7-~v", tl /j /1i4 [" v,'/j.,,\ (A "(7cJ Place o(Residence )!! Subscribed and sworn to before me thisd ~ day of /JM '/ .. ,2002. 'J J --, jc~;L/ Fi'et;' !;'. f"~6('\)L>'-. !"f()"J:.1P';' PUI..1LiC 1.. OS ANGELES r.;;:~:::\ RO,\j~W. BABco6tl "'I'~ tr\I:''''',;;;Jh-tf..{:\ CC)~'!:'..1.#1350274 ~ ""'_"""'~"."~,o._'':L I,O'li'"PUS' I{' "All-ORNI, (- \i',\,,\ "'-.~ ".! lv-v r .., V (l~ \~"> ~)i.'~ l.OS ANGELES COUNTY ro d ~"'k.;! My C01Tlm. Expires AD;. 13, 2r~ '\!~'~'1~"I..>I- ~_~ .. ..-....-~ ___ Notary Public in and for the County of My Commission expires on Year xii 02 269 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOW ALL MEN BY THESE PRESENTS, That we, Fibrwrap Construction, Inc. as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of San Bernardino, State of California as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE BID AMOUNT-------------------_ Dollars ($ 10% of Bid Amount), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Seismic Retrofit of the City of San Bernadino 5 Level Parking Structure (Phase 1) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 21st day of May, 2002. ~: /l/))' U,u.;;;t;Tt..;et; RA-ry....... (Witness) Fibrwrap Construction, Inc. 0' .~ //....~ (Principal) (Seal) OTC\{rb1~ (""<^.~ rn I tf" ,. I'. i ~ , (Title) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA " ~~ IJ~~tt\'lmey-in-Fact) Printed in cooperation with the American Institute of Architects (AlA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in AlA S-] 869.G (07-97) "02 ;-6$ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Diego On May 21, 2002 Date before me, Lisa L. Costner Name and Title of Officer (e,g. "Jane Doe. Notary Public") personally appeared Jeanette Seidl Name(s) of Signer(s) ~ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisfher/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. r;~ h ",". ."= - -- :l ' '-'.....-.,,\"'--"....:..:......_.-.....,."'.~.'''''-'';:II~.' - . ~,., " liS,\1 c"sn,f~~~ _ ~,,_;rJl~\ co~~i~ion'-'# 1206918 z ;S ~~.,,~.,,'$; Notary Public - Codemic ~ J ~,-{.i'i.. Son Diego Coor,ty / r"-_, . 3 My .........,nm. ExpIres JO'l ,2C03 -- ~- ,."...... ~........-"... " WITNESS my hand and official seal. ,~ IYJ .X ~~-Z, ,/ ... Signature or Notary Public OPTIONAL Though the information below is not required by Jaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: . Top of thumb here o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 Generai o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer Is Representing: 01994 National Notary Association. 8236 Remmel Ave., P.O. Sol( 7184. Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1 .8()()'87~7 .. 02 269 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 8th day of January 200 I. ST A IE OF CONNECTICUT } SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY /~~-~>~~ - By George W. Thompson Senior Vice President On this 8th day of January, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depC'se and say: that helshe is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that helshe knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that helshe executed the said instrument on behalf of the corporations by authority of hislher office under the Standing Resolutions thereof. ~~ c.~ My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. May Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 21st ,2002. day of ~#-..".,~"" J'...~..~$I.lI:(,~C .ry , l ~ I HA""::\;;~ ~~ CWi./fiI ~,_~._<(f. . ,.'l" ,...,.,. By ~'ru-~ Kori M. Johanson Assistant Secretary, Bond ,TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County ,)f Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, cunsti,ute and appoint: C. Jeannie Barnabi-Suarez, Jeanette Seidl, John R. Jay, M. Monte Richardson, of San Diego, Clilifornia, thdr true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowl~dge, at any place within the United States, thc following instrument(s): by hislher sole signature and act, any and all honds. recog~izances, contracts of indemnity, and other writings obligatory in the nature of a hond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chainnan, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other mitings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power gi ven him or her. VOTED: That the Chainnan, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assis:..:mt Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney lOr tf1 any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of txcc,;nting and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate beari:;1g Sl!ch facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsi:r..ile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to whi~h i: is ;:.ttacl1ed. (11-00 S,,"ulMd) PART I SPECIAL PROVISIONS 02 ~"S ..;.. y~,; 02 "en c _ SPECIAL PROVISIONS INSTRUCTIONS TO BIDDERS SECTION I SPECIFICATIONS AND PLANS 1-1.01 GENERAL -- The work embodied herein shall be done in accordance with the Standard Specifications for the Public Works Construction, 2002 Edition, and City of San Bernardino Standard Drawings, insofar as the same apply and in accordance with the following Special Provisions. 1-1.02 DEFINITIONS -- Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Ae:ency The City of San Bernardino. Board The Mayor and Common Council for the City of San Bernardino. City Ene:ineer The City Engineer, Division of Public Works, Department of Development Services for the City of San Bernardino. Laboratory The laboratory to be designated by the City of San Bernardino to test materials and worked involved in the contract. Office ofthe District - Whenever, in the Standard Specifications, reference is made to the office of the District or the District's office, such references shall be deemed made to the City of San Bernardino's Development Services Department office, located in the City of San Bernardino's Development Services Department. 2 02 2-f>9 The City of San Bernardino's Development Services Department mailing address is: City of San Bernardino Development Services Department 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Office or Office of Structures Desien - Office of the City of San Bernardino's Development Services Department Resident Eneineer - Or Eneineer The Resident Engineer is the City of San Bernardino's Development Services Department Engineer, registered as a Civil Engineer in the State of California, or the designated representative of the City of San Bernardino's Development Services Department Engineer, registered as a Civil Engineer in the State of California. State Hiehwav Eneineer - The City of San Bernardino's Development Services Department Engineer, registered as a Civil Engineer in the State of California. Transportation Buildine - Sacramento - The City of San Bernardino's Development Services Department's Office. Notice Advertisine for Bids - Notice Inviting Bids. Standard Specifications - Standard Specifications for Public Works Construction. Other terms appearing in the Standard Specifications, and these Special Provisions, shall have the intent and meaning specified in Section 1-2, "Definitions", in the Standard Specifications. 3 02 269 1-1.03 STANDARD SPECIFICATIONS - The Standard Specifications for the Agency are contained in the most current edition of the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION, "GREEN BOOK", as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. The Standard Specifications set forth above will control the general provisions for this Contract except as amended by the Plans, Special Provisions, or other contract documents. Only those Sections requiring amendment or elaboration or specifying options are called out. In case of conflict between the Standard Specifications and the Special Provisions, the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. References in the Special Provisions to "CAL TRANS Standard Specifications" shall mean the Standard Specifications (July, 1992) of the State of California, Department of Transportation. References in the Special Provisions to Standard Plans shall mean the Standard Plans for the City of San Bernardino or other governing agency as specified. Applicable Standard Plans for this project are contained in Appendix A of these Specifications. Where the Plans or Specifications describe portions of the work in general terms, but not in complete detail, it is understood that the item is to be furnished and installed complete and in place, that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish all labor, materials, tools, equipment, and incidentals and do all the work involved in executing the Contract. Plans and specifications must conform to the requirements of the City of San Bernardino, American Concrete Institute (ACI), Uniform Building Code (UBe), Caltrans Standard Specifications, these Special Provisions and the Standard Specifications for Public Works Construction (green book) latest edition. 4 Q2 269 1-1.04 TAXES -- No mention shall be made in the proposal of Sales Tax, Use Tax, or any tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. 1-1.05 INTERPRET A nON OF PLANS AND DOCUMENTS -- If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the services to be performed, they may submit a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued and copy of such addendum will be mailed, faxed, or delivered to each person receiving a set of such documents. The Engineer will not be responsible for any explanation or interpretation of the proposed documents. 1-1.06 PLANS AND SPECIFICATIONS TO BE PROVIDED -- The City will provide the Contractor with five (5) sets of Plans and Specifications at no cost after the Award of Contract. The Contractor shall obtain all additional sets at its own cost. 1-1.07 ADDENDA OR BULLETINS -- All Bidders are advised as to the possibility of issuance of addenda affecting the items, scope or quantity of the work required for this project. Each Bidder shall be fully responsible for informing themselves as to whether or not any such addenda have been issued. The effect of all addenda to the Contract Documents shall be considered in the bid and said addenda shall be made a part of the Contract Documents and shall be returned with them. Failure to cover in a bid any such addenda issued may render the bid irregular and may result in its rejection by the City. 5 02 269 SECTION 2 2-1 BID BONDS AND MBE/WBE REOUIREMENTS AND CONDITIONS 2-1.0 I GENERAL -- Bids must submitted on the bid form contained herein. All bids shall be signed, sealed and accompanied by cash, cashier's check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given a guarantee that the bidder will enter into the contract, if awarded to him. In the event the bidder, to whom the contact is awarded, refuses to execute said contract, and/or fails to file the necessary bonds and insurance certificate within ten (10) working days after the date of the City's Notice of Award, the Bidder shall forfeit to the City the bids. By not executing the contract, the use by the public of the improvements will be delayed and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damage. Therefore, the City and the bidder agree that the bid guarantee of 10% of the bid shall be paid to the City as forfeiture. Bid bonds shall be underwritten by a surety company having a rating Best's most recent Insurance Guide of "A" or better and bonds issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570, who is authorized to issue bonds in California. Any proposal not accompanied by such bid bonds will not be considered. 2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES -- A policy for establishing goals for participation of Minority and Women's Business Enterprises (MBE/WBE) was adopted by Resolution No. 95-409 of the Mayor and Common Council of the City of San Bernardino, on 11-20-95. This outreach program superseded Resolution No. 93-411 and the Standard Operation Procedures dated January 1994. Bidder's outreach efforts (good faith efforts) must reach out to MBEs, WBEs and all other business enterprises. Prime bidders could reasonably be expected to produce a level of participation by interested subcontractors of -10- % MBE and -5- % WBE on this project. Bidders shall make every reasonable effort to solicit bids from MBE/WBEs. 6 02 269 A justification shall be provided to support the rejection of any bid from a minority or women's business enterprise, certified by Caltrans. 2-1.03 MINORITY, WOMEN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS n It is the policy of the City of San Bernardino to provide Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs) and all other enterprises an equal opportunity to participate in the performance of all City contracts. Bidders shall assist the City in implementing this policy by taking all reasonable steps to ensure that all available business enterprises, including local MBEs and WBEs, have an equal opportunity to compete for and participate in City contracts, Bidders' good faith efforts to reach-out to MBEs, WBEs and all other business enterprises shall be determined by the following factors: (1) The bidder attended pre-solicitation or pre-bid meetings, if any, scheduled by the City to inform all bidders of the requirements for the project for which the contract will be awarded, The City may waive this requirement if the bidder certifies it is informed as to those project requirements. (2) The bidder identified and selected specific items of the project for which the contract will be awarded to be performed by sub-contractors to provide an opportunity for participation by MBEs, WBEs and other business enterprises. The bidder shall, when economically feasible, divide total contract requirements into small portions or quantities to permit maximum participation of MBEs, WBEs and other business enterprises. (3) The bidder advertised for bids from interested business enterprises not less than ten calendar days prior to the submission of bids, in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media specified by the City. (4) The bidder provided written notice of its interest in bidding on the contract to those business enterprises, including MBEs and WBEs, having an interest in participating in such contracts. All notices of interest shall be provided not less than ten calendar days prior to the date the bids were required to be submitted. In all instances, the bidder must document that invitations for sub-contracting bids were sent to available MBEs, WBEs and other business enterprises for each item of work to be performed. 7 02 269 The Mayor's Affirmative Action Office shall be available to help identify interested MBEs, WBEs and other business enterprises. (5) The bidder documented efforts to follow up initial solicitations of interest by contracting the business enterprises to determine with certainty whether the enterprises were interested in performing specific portions ofthe project. (6) The bidder provided interested enterprises with information about the Plans, Specifications and requirements for the selected sub-contracting work. (7) The bidder requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs and other business enterprises not less than fifteen days prior to the submission of bids. (8) The bidder negotiated in good faith with interested MBEs, WBEs and other business enterprises and did not unjustifiably reject as unsatisfactory bids prepared by any enterprises, as determined by the City. As documentation the bidder must submit a list of all sub-bidders for each item of work solicited, including dollar amounts of potential work for MBEs, WBEs and other business enterprises. (9) The bidder documented efforts to advise and assist interested MBEs, WBEs and other business enterprises in obtaining bonds, lines of credit, or insurance required by the City or Contractor. If the City has established expected levels of participation for MBE and WBE sub-contractors, failure to meet those levels shall not be a basis for disqualification of the bidder. A determination of the adequacy of a bidders' good faith effort must be based on due consideration ofthe indicia of good faith as set forth above. In the event that the City is considering awarding away from the lowest bidder or not awarding a contract to a proposed bidder because the bidder is determined to be non-responsive for failure to comply with the good faith indicia set forth above, the City shall, if requested, and prior to the award of the contract, afford the bidder the opportunity to present evidence to the Mayor and Common Council in a public hearing of the bidders' good faith efforts in making its outreach. In no case should the City award away pursuant to this program if the bidder makes a good faith effort but fails to meet the expected levels of participation. 8 02 269 For the purposes of this Policy, "minority" shall be synonymous with "minority person" as defined in California Public Contract Code Section 2000(0. Nothing herein restricts the discretion of the City to reject all bids in accord with Charter Sections 140 and 238 or Chapter 3.04 of the San Bernardino Municipal Code. The directions set forth herein shall take effect immediately, and all City Departments shall modify their implementation programs to the extent such programs are inconsistent with this policy. 9 .~ 2 2 6 9 SECTION 3 3-1 AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL -- Award of the contract will normally be made by the Mayor and the Common Council at the first or second regular meeting following the opening of the bids. The bidder, to whom the contract is awarded, shall file with the Engineer all required bonds and insurance policies, and execute the contract within 10 calendar days after receiving notification of the award. Failure to file the stipulated documents and execute the contract within the prescribed time shall constitute good and sufficient grounds for rescission of the award and payment of 10% of the bid to the City as liquidated damages. 3-1.02 CONTRACT BONDS -- The Payment and Faithful Performance Bonds shall be filed with the Engineer before the contract is executed by the City in accordance with Section 2-4, "CONTRACTS", of the Standard Specifications. The contract bonds, including payment Bond (Material and Labor Bond) and Performance Bond shall be underwritten by a surety company having Best's most recent Insurance Guide of "A" or better and bonds issued by a surety who is listed in the latest version of U.S. Department of Treasury Circular 570, who is authorized to issue bonds in California. 3-1.03 DISOUALIFICATlON OF BIDDERS -- In the event that any Bidder acting as a 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. No contract will be executed unless the Bidder is licensed in accordance with the provisions of the State Business and Professions Code. Contractor shall fill out, complete and follow all the specification requirements. 3-1.04 AWARD OF CONTRACT -- Following a review of the bids, the City shall determine whether to award the contract or to reject all bids. The award of contract, if made, will be to the lowest responsible Bidder as determined solely by the City. Additionally, the City reserves the right to reject any or all proposals, to accepto 10 02 L69 any bid or portion thereof, to waive any irregularity and to take the bids under advisement for the period of time stated in the legal notice inviting sealed bids as may be required to provide for the best interest of the City. The Contractor's original signature on the Bid Proposal form shall constitute a commitment on the part of the Bidder to furnish the items as set forth in the Bid Proposal Form, the Instructions to Bidders, the Plans, the Special Provisions and the Notice Inviting Sealed Bids. The Bidder to whom the contract is awarded shall be notified upon approval of the contract by the City Council. The Notice Inviting Bids, the Instructions to Bidders, the Bid Proposal Form, the Plans, Special Provisions and Standard Specifications, Addendum, together with any attachments, shall be considered as part of the contract between the City and the Contractor to whom a Purchase Order is issued. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. 3-1.05 REOUIRED EXAMINATION OF ALL CONTRACT DOCU- MENTS A. Before submitting a Proposal, each Bidder shall thoroughly examine and be familiar with the Specifications, Plans, and addenda, or any other Contract Documents. The submission of a Bid shall constitute an acknowledgement upon which the City may rely that the Bidder has thoroughly examined and is familiar with all the Contract Documents. B. The failure or neglect of a Bidder to receive or examine any of the Contract Documents shall in no way relieve that Bidder from any obligation with respect to its proposal or to the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any Contract Documents. C. The Bidder shall not be allowed any extra compensation by reason of any matter or thing, concerning that which such the Bidder might have fully informed himself prior to the bidding. D. 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. 11 02 269 3-1.06 REQUIRED INSPECTION OF THE SITE -- A. Bidders are required to inspect the site of the work to satisfy themselves by personal examination, or by such other means as they may prefer, of the location of the proposed work, and of the actual conditions, including subsurface, of, and at, the site of the work. B. If, during the course of examination, a Bidder finds facts or conditions that appear to be in conflict with the letter or spirit of the bidding documents, the Bidder shall notify the Engineer immediately. C. Submission of a Bid by the Bidder shall constitute conclusive evidence that, if awarded the Contract, it has relied and is relying on its own examination ofthe following: 1. The site of the work. 2. Access to the site. 3. All other data and matter requisite to the fulfillment ofthe work. 4. The Bidder's own knowledge of existing facilities on and in the vicinity of the site of the work under the Contract. 5. The conditions to be encountered. 6. The character, quality, scope and complexity of the proposed work. 7. The quality and quantity of the materials to be furnished. 8. The requirements of the Specifications, Plans, any addenda, or any other Contract Documents. D. The information provided by the City is not intended to be a substitute for, or a supplement to, the independent verification by the Bidder to the extent such independent investigation of site conditions is deemed necessary or desirable by the Bidder. 12 02 269 SECTION 4 4-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . TIME OF COMPLETION AND LIQUIDATION DAMAGES 4-1.01 GENERAL -- Attention is directed to the provisions in Section 6-1, "Construction Schedule and Commencement of Work", in Section 6-7.1, "Time of Completion" and in Section 6-9, "Liquidated Damages" of the Standard Specifications and these Special Provisions. 4-1.02 WORKING DAYS n The Contractor shall diligently prosecute the work to completion before the expiration of 120 WORKING DAYS from the date of the "NOTICE TO PROCEED". 4-1.03 LIQUIDATED DAMAGES -- The Contractor shall pay to the City of San Bernardino the sum of $1,000.00 per day for each calendar day's delay in finishing the work in excess of the number of working days prescribed above. In case all the work called for is not completed in all parts and requirements within the time specified, the City shall have the right to grant or deny an extension of time for completion, as may seem best to serve the interest of the City. The Contractor will not be assessed with liquidated damages during the delay in the completion of the work caused by acts of God or of the Public Enemy, acts of the State, fire not due to acts of Contractors or Subcontractors, epidemics, quarantine, restrictions, freight embargo, unusually severe weather, or delays of Subcontractors due to such causes provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the City, in writing, of the cause of the delay. The City will ascertain the facts and the extent of the delay, and the findings thereon shall be final and conclusive. The Contractor's proposed Construction Schedule shall be submitted to the Engineer within ten (10) working days after the date of the Notice of Award of the Contract. The schedule shall be supported by written statements from each supplier of materials or equipment indicating that all orders have been placed and acknowledged and setting forth the dates that each item will be delivered. The schedule shall be in the form of a tabulation, chart or graph. 13 02 269 4-1.04 PROGRESS REPORTS AND ACCOUNTING OF CONTRACTOR WORKING DAYS -- The Contractor shall submit periodic Progress Reports to the Engineer by the tenth of each month. The report shall include an updated Construction Schedule. Any deviations from the original schedule shall. be explained. Progress payments will be withheld pending receipt of any outstanding reports. Delete Section 6-7.3 Contract Time Accountinz. The Engineer or his/her designee will make a daily determination of each working day to be charged against the contract time. Per contract written request, the Engineer will provide working and non-working days to the Contractor. 4-1.05 INSPECTION -- The contractor is responsible to notify the Public Works/Engineering Division 48 hours prior to start of any work. Any work performed without inspection by the City is subject to rejection and removal of work performed, and at contractor expense, the work will have to be reconstructed. At the inspector's request and at the contractor's expense, any pipes less than 30" must be inspected by camera for joint grouting and any other inspection. For inspection after regular working hours, see Section 6-1.06 "HOLIDAYS, WORKING DAYS AND HOURS". 14 02 269 SECTION 5 5-1 LEGAL REOUIREMENTS 5-1.01 INSURANCE REOUIREMENTS -- Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. The Contractor shall indemnify and save harmless the City of San Bernardino, the State of California, the County of San Bernardino and/or any incorporated city from all claims or suits for damages arising from the prosecution of the contract work, as more fully described in Subsection 5-1.06, "Contractor's Liability". The Contractor agrees to protect, defend and indemnify the City of San Bernardino against loss, damage or expense by reason of any suit claims, demands, judgements and causes of action caused by the Contractor, its employees, agents or any subcontractor, or by any third party arising out of or in consequence of the performance of all or any operations covered by the Certificate of Insurance. The Contractor, at its option, may include such coverage under Public Liability coverage. 5-1.02 LIABILITY INSURANCE The Contractor's attention IS directed to Section 7-3, "Liability Insurance", of the Standard Specifications, providing that the Contractor shall furnish the City with a policy or certificate of liability insurance prior to execution of the contract. All of the Insurance Policy shall name the City of San Bernardino as additionally insured. The endorsement shall be provided by/or agent of the insurance company and shall be notarized to that affect. ACCORD Forms are not acceptable nor forms signed by the broker, unless they have Power of Attorney to bind the insurance provider. (See attached sample forms.) 15 02 "60 L ~ Contractor shall maintain minimum limits of insurance no less than: I. General Liability: $2,000,000.00 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Products/Completed: $2,000,000.00 3. Automobile Liability: $2,000,000.00 per accident for bodily injury and property damage. 4. Employer's Liability: $2,000,000.00 per accident for bodily injury or disease. 5. Course of Construction: Completed value of the project. A combined single limit policy with aggregate limits in an amount of not less than FOUR MILLION DOLLARS ($4,000,000.00) shall be considered equivalent to the said required minimum limits set forth hereinabove. 5-1.03 WORKER'S COMPENSATION INSURANCE -- The Con- tractor's attention is directed to Section 7-4, "Worker's Compensation Insurance", of Standard Specifications, providing that the Contractor shall file a signed certification Certificate of Worker's Compensation Insurance before execution of the contract. 5-1.04 PAYMENT OF PREY AILING WAGE RATE -- The Contractor and all subcontractors shall pay each craft or worker employed on this project not less than the prevailing wage rates specified in Resolution No. 90-358 of the Mayor and Common Council of the City of San Bernardino. The Engineer shall have the right to interview any craft or worker on the project site in order to verify payment of prevailing wage rates in accordance with Resolution No. 90- 358. Prevailing wage shall comply with current rates and all updates. 16 02 269 5-1.05 PAYROLL RECORDS n The Contractor's attention is directed to the following provisions of Labor Code Section 1776 (Stats.1978, Ch. 1249). The Contractor shall be responsible for the compliance with these provisions by his subcontractors. (a) The Contractor and all subcontractors shall keep an accurate payroll record, showing the name address, social security number, work classification, straight time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with public work. (b) The payroll records enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principal office of the Contractor on the following basis: (1) A certified copy of an employee's payroll record shall be made available for inspection or furnished to such employee or his or her authorized representative on request. (c) Each Contractor shall file a certified copy of the records enumerated in subdivision (a) with the Engineer on a weekly basis. It will be the Contractor's responsibility to submit the records enumerated in subdivision (a) for all his subcontractors, in addition to his own employees. Failure to submit the records enumerated in subdivision (a) on a timely basis shall constitute good and sufficient reason for withholding the partial payments for work accomplished. 5-1.06 CONTRACTOR'S LIABILITY -- The City of San Bernardino, the Mayor, the City Councilor the Engineer shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof; or for any of the materials or other things used or employed in performing the work; or for injury to any person or persons, either workmen or the public; or for damage to any person or persons, either workmen or the public; or for damage to adjoining property from any cause which might have been prevented by the Contractor, or his workmen, or anyone employed by him; against all of which injuries or damages to persons and property the Contractor, having control over such work, must properly guard. The Contractor shall be responsible for any damage to any person or property resulting from defects, obstructions, or any time before its completion and final acceptance, and shall indemnify and save harmless the City of San Bernardino, the Mayor, the City Council and the Engineer from all suits or 17 '0 '2 2 6 9 actions of every name and description brought for, or on account of, any injuries or damages received or sustained by any person or persons, by the Contractor, his servants or agents, in the construction of the work or in consequence of any negligence in guarding the same, in improper materials used in its construction, by or on account of any act or omission of the Contractor or his agents, and so much of the money due the Contractor under and by virtue of the Contract as shall be considered necessary by the City may be retained by the City until disposition has been made of such suits or claims for damages aforesaid. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due, or becoming due, the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. 5-1.07 ATTORNEY'S FEES AND ARBITRATION -- The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all attorney fees, court costs and necessary disbursements in connection with that action. The costs, salary and expenses of the City Attorney and members of his office, in connection with that action, shall be considered as attorney's fees for the purposes of this Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. 5-1.08 WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the Bidder. Such requests must be delivered to the City's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids". The withdrawal of a proposal will not prejudice the right of the Bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said bid opening hour without forfeiture of the bidder's proposal guarantee. 5-1.09 IRREGULAR PROPOSALS 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 interlineation, alterations, or erasures. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. 18 CE'" R,oT' 'I'F' 'I'C' A'''T'E~'oe I~N'S' UO~~N' 'C"'E" :"",>~,':.'~'D+'- "'.>~"":>~:s,::"-;;;,:<~;. O.ti'MIIIYYIDDI ~. # r7 ~ ""....:-~..,, '~.'....l'.."_.. -~ ..of'":.h..;".,O';'.......~-"''t~~~~.'-,- 02/15/98 .-.. ",-'-.. .-',- ...-............ .. ,"~. 4'" .....,..,.... '"'Jf,.-'..~- -"-" _....,-'~f.'-..; ;0-,;.. ...J...~ '_0 '....'..,.,"'J....'..#f;'. '!'i:~p-~.,,;.I). .::.::'.~~l-~~~~~~:'~ ;':-;; - .,r'.:~:_~..-;.,"':.;I.~ :.!!;). ..._.~\~~ ~~:~~~/>}:.!;-~.~lr~.;~.--;.:;~::.~~'~~11i.~~;:i.~~:;.\Q: THIS CERTIFICATE ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICA TE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ACORD <!> ,~:~ ',', ~T~_.:i..!-_.-_""" : PRODUCER COMMERCIAL ASSOCIATES IKS, INC 1226 EAST LA PALl".A AVE ANAHEIM, CA 92807 (714) 524-4949 FAX: 524-4940 COMPANY A CNA-TRAKSCONTINETAL INSURED '{OUfE, CoMPl'tN'{ ~w.e: I~llu1dlB bM1E),3CAP::tJ:] J:1\:,/: :r:C J (3 6 (3 C.'-lIFCRrTI..\ J:-R:E7 :)..\1: DIJR!t\nDlrIO, C..'\ ::21:: COMPANY B CNA - V.r..:':"EY FORGE COMPANY C CHu~3 GROC?-FEDERAL INSURANCE COMPANY o COVERAGESC':'i:..t7""':~~7:".J).':~\;:-:--,r::,-:.<;.-;,,-, .~, ,.....;-. ',>'-"-. ," .... .... ...~._.~,;~...... ;.~'~:.#.~t.::.&,":'~.r~:' '..,-;(. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHST'NDING ANY REOUIREMENT. TERM OR CONDITION OF 'NY CONTRACT OR OTHER DOCUMENT W1TH RESPECT TO '^'HICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS. eXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOVlIN MAY HAVE seEN REOUCEO BY PAID CLAIMS LIMITS ',-' )'~-.";~~;;: ~C~!+AJ'O~>\' ;.~~;,,'(~..-.~-;.\\;;~~. ~~':~<~'~~ ~-:,ii SHOULD ANY o~ "I'HE ABOVE DESCRIBED POLICIES BE CANCELLED IEFORE THE EXPIRATION DATE THEREOF" THE ISSUING COMPANY WILL j f, ,....... !!. CAYS ~ITTEN NOTICE TO THE CERTIFICATE HOLDER NAMES TO THE LEFT, CD TYl'f OF INSUM,NCE POLICY NU"BER POLICY EFFEcnVE POLICY E:ltP1RATION LTR DATE (..../'NIDDI DATE (MMN"Y/DOl GENERAL LIABILITY A X CO....ERCI...L GENERAL LIABILITY CLAIMS ""'DE 00 OCCUR X ."'..,--....~--- :2/C:'/98 eLi 'B OWNER'S I. CONTRACTOR'S PROT .v.:..L: : '::' GENERAL "'GGREGA TE 'RODUCTS.cOMP/O' "'GG PERSON"'L & Aav INJURY lEACH OCCURENCE FIRE DAMAGE ''''ny on. fit.1 M.d up IAn, on. person) "'UTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY"'UTO X "'LL OWNED "'UTOS B X SCHEDULED AUTOS X HIRED AUTOS X NON.QWNED AUTOS 10DIL Y INJUTY 1'.rf"ltsOfll C2/C:'/93 BODILY INJURY (P.r accident' C2/01/98 S.. - t:.. "'-. ... ~ .Mot" ~_:;:l _'::l GARAGE LIABiliTY 'ROPERTY ACCIDENT AUTO ONL Y-EA ACCIDENT ANY "'UTO EXCESS liABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COIfIPENSA nON AND EM"LOYEft'S L1AIIIUTY THE PROPRIETO"J PARTNERSlUECUnVE OFFICERS ARE: cn.!fJl /" 8 EL EACH "'CCIDENT EL DISEASE. POLICY LIMIT EL DISEASE. EA EMI'LOYEE INCL nCL w ~ ):..I(X.lVIX 0"2/61/'79 OTHER DESCRlponON OF OPERA nONS/LOCA nONSlVEHICLESlSPECIAL ITEMS JOS LOCATION: ALL CALIfORNIA C?::~"::ONS O~ 7"~ t;A:'!::2 :~;S'_':;::J RE: AD 2000, CONTRACT 9838 BELOW NAMES AS ADDITIONAL INScR::J w::~ RESPECTS TO G::NE~.~ LIABILI,Y !<ERnFJCATf:.HO.LD~}1~",~'<:'<:(,:",: ~ , THE CITY OF SAN e::RKARC:N8 DEPARTMENT OF CEVELOPM::K: S::R;::::S PUSLIC WORKS DIVISION 300 NORTH "D" STREET SAN BERNARDINO, CA 92418-CCcl c~ . .2,000; 000 .1,000,000 .1,000,000 .1,000,000 . 50,000 . 5,000 .1,000,000 . . . . .. L., II 000 000 . - . 'I"''''P"A'' ''''1;:'''-;;0''''' f,,~...............\t"." .....9tt.'Q.......'........Q..,................ ~,... ..,.... "'.'t? ,...,..,., "Uf ';:Q.......'... '....t a~'[............ ..~.....i':'r............,.. .UT;ro~~:~E~~ .$P~l?~(11951.f;J'F;;;~"')r.'.' ,': ..",.< ~7:;.-1;:t.. {~~-~..~'~l~?:::.~.~:ii.~~j;:~i:~j~.;t:.:~~~~~S~.6P 19 . . . . _ .,. .- ,r. ( ~ ,... ..." ~ COMMERCIAL GENERAL LIABILITY "Q2 -:69 L NAMED INSURED.: POLICY NUMBER: THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED ____n OWNERS, LESSES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERA.L LIABILITY COVERAGE PART-OCCURRENCE SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF SAN BERNARDINO DEVELOPMENT SERVICES/PUBLIC WORKS 300 NORTH "0" STREET SAN BERNARDINO, CA 92418-0001 SAMPLE OILY (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. NOTE. MUST BE SIGEND BY AUTHORIZED REPRESENTATIVE FOR PROVIDER ALSO SUPPLY POWER OF ATTOR.>"EY GIVIN HORITY TO BIND II Authorized Representative for CNA Insurance Group Golden Eagle Insurance Company CG 20 10 11 85 20 " 02 0(]O L ... , SECTION 6 6-1 GENERAL 6-1.01 INCREASED OR DECREASED QUANTITIES -- If the total pay quantity of any item of work subject to the provisions in Section 3-2.2.1, "Contract Unit Prices" ,"increased or decreased quantities", of the Standard Specifications varies by more than 25 percent, compensation payable to the Contractor will be determined in accordance with said Section 3-2.2.1 and these Special Provisions. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the Engineer's Estimate is less that $1,500 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. Should the total pay quantity of any item of work required under the contract be less than 75 percent of the Engineer's Estimate, therefor, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accompanied by adequate, detailed data to support costs of the item. The payment of the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of75 percent of the Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SOUND CONTROL REQUIREMENTS -- Sound control shall comply with Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions. The noise level from the Contractor's operations between the hours of 9:00 p.m. and 6:00 a.m. shall not exceed 86 dbA at the distance of 50 feet. This requirement in no way relieves the Contractor from responsibility for complying with local ordinances regulating noise levels. 21 02 269 Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that mayor may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. 6-1.03 NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) REOUlREMENTS -- The Contractor shall comply with all the NPDES requirements pursuant to the State Water Resources Board and to the Caltrans Storm Water Quality handbooks to prevent pollutant sources affecting the quality of storm discharge from the construction site, both during construction and after construction completion. This information is available for review at the City Engineer's office, Third Floor, San Bernardino City Hall, 300 North "D" Street, San Bernardino, CA 92418. Only clean water is allowed to drain into the storm drain system. 6-1.04 PERMITS AND LICENSE -- The Contractor shall pay for and obtain a City Business Registration prior to the execution of the contract. Prior to the commencement of work, the Contractor shall obtain a construction permit at no cost from the City of San Bernardino, Public Works Division, Engineering Section, located at San Bernardino City Hall, 300 North "D" Street, 3rd Floor, San Bernardino, CA 92418. The permit shall be kept in a readily available place on the job site at all times during construction. While no fee will be charged for the permit, no permit will be issued unless the Contractor provides a code reference number from USA. Contractor shall obtain all required permits from all other City of San Bernardino Departments/divisions and/or agencies including, but not limited to, Building Division, Public Services - Sewer, Water, County Flood Control, Railroad, Caltrans, Fish & Game, Corp. of Engineers, Regional Water Quality Board, etc., at his/her own expense, unless otherwise stated in the Plans and Specifications. These fees and permits shall include water and sewer hook-up, meter, inspection and flagging fees. Contractor shall obtain a City of San Bernardino Business License at his/her own expense. 6-1.05 EXTRA WORK AND MARKUP -- Any extra work done shall conform to the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the restrictions of Section 20452 and 20455 of the Public Contract Code. 22 02 269 A. Work bv Contractor The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor 20 2) Material 5 3) Equipment Rental 5 4) Other items and Expenditures 5 To the sum of the costs and markups provided for in this subjection, compensation for bonding shall be at the rate specified by the bonding company. B. Work bv Subcontractor When all or any part of the extra work is performed by a Subcontractor, the markup established above shall be applied to the Subcontractor's actual cost of such work, also a markup of 10 percent on the first $5,000.00 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000.00 of the subcontracted portion of the extra work may be added by the Contractor. 6-1.06 HOLIDAYS. WORKING DAYS AND HOURS The Contractor's activities shall be confined to the hours between 7:00 a.m. and 4:30 p.m., Monday through Friday, excluding holidays, as defined in this section. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. No traveled lane shall be closed during rush hour, (7:00 a.m. to 8:30 a.m. and 4:30 p.m. to 6:00 p.m., unless approved by the Engineer. The Contractor shall coordinate with the Engineer regarding working hours prior to start of construction. Deviation from these hours will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. 23 {)'L 269 In the event of either a requested or emergency deviation, inspection service fees will be charged against the Contractor. The service fees will be calculated at overtime rates, including benefits, overhead and travel time. The Contractor will coordinate inspections with the Public Works Inspector 48 hours prior to any work being done during evenings or Saturdays. Designated legal Holidays are: January I '\ the third Monday in January, the third Monday in February, the last Monday in May, July 4th, the first Monday in September, November 11 t\ Thanksgiving Day and the Friday following, December 25th and the working day preceding or following (as directed by the Mayor and Common Council) and the last working day of the year. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be designated a legal holiday. 6-1.07 PAYMENTS -- Attention is directed to Section 9-3, "Payments", and 9-3.2, "Partial and Final Payment", of the Standard Specifications and these Special Provisions. No partial payment will be made for any materials which are furnished, but not incorporated in the work. The Contractor shall submit "As Built" project drawings to the Engineer prior to the release of final payment and/or bonds. 6-1.08 PROJECT APPEARANCE -- The contractor shall maintain a neat appearance to the work including use of street sweeping. In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be removed or disposed of weekly unless otherwise specified. 24 02 269 6-1.09 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MA TERlAL Unless otherwise specified, all excess excavation or removed material shall become the property of the Contractor and shall be disposed of by him away from the site of the work. 6-1.10 SURVEYING SERVICE "Surveying Service", with the following: Replace Section 2-9.2, Surveying and/or construction staking for the entire project shall be the responsibility of the Contractor and performed by a registered Civil Engineer or Land Surveyor at the Contractor's expense. The Contractor shall submit to the City a copy of all survey notes and a Certificate of line and grade. All existing monumentation, which may be destroyed or covered by the proposed work, shall be referenced prior to construction; and Comer Records shall be filed, pre and post construction, in accordance with Section 8771 of the Business and Professions Code (AB 1414). Final monumentation of alignments and new R/W lines shall be performed in accordance with the State of California Surveys Manual (latest Edition); Record of Surveys, or In-Lieu Maps, as applicable, shall be prepared and filed. One reproducible (mylar) copy of all filed maps, and one photocopy of all filed Comer Records or Records of Survey, shall be delivered to the City within 30 days of such filings. 6-1.11 CITY-FURNISHED MATERlALS A. Materials, if furnished by the City, will be made available as specified in these Specifications. The Contractor is responsible for loading, unloading, hauling and handling, and placing City- furnished materials. B. The Contractor shall inspect and assure itself of the amount and soundness of such materials. C. The Contractor will be held responsible for all materials furnished to it, and shall pay all demurrage and storage charges. City-furnished materials lost or damaged from any cause whatsoever shall be replaced by the Contractor. The Contractor 25 02 ':>69 '- will be liable to the City for the cost ofreplacing City-furnished material and such costs may be deducted from any monies due or to become due the Contractor. 6-1.12 CLAYTON ACT AND CARTWRIGHT ACT -- Section 45510f the State Government Code specifies that in executing a public works contract with the CITY to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to the CITY all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.c. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when the CITY tenders final payment to the Contractor without further acknowledgement by the parties. 6-1.13 PROJECT ERRORS, OMISSIONS, INCONSISTENCIES, AND/OR DISCREPANCIES -- In the event of errors, omissions, inconsistencies, and/or discrepancies among two or more portions of the Contract Documents, the Engineer may direct the Contractor to follow the most stringent requirements at no additional cost. If errors, omlSSlOn, inconsistencies, and/or discrepancies appear in the Contract Documents or in the work done by others affecting this work, the Contractor shall immediately notify the Engineer prior to proceeding with the work, and the Engineer shall issue appropriate instructions. If the Contractor proceeds with the work so affected, without instructions from the Engineer, the Contractor shall remove the incorrect work or make the necessary corrections to comply with the Engineer's instructions at no cost to the City of San Bernardino. In case of conflicts, errors, omissions, inconsistencies, and/or discrepancies on the plan sheets, it is assumed that the bid included the cost for implementing and/or constructing the discrepancy that would have the highest dollar value. 26 .. ~tl'L 269 6-1.14 EMERGENCY INFORMATION -- The names, addresses and telephone numbers of the Contractor and subcontractors, or their representatives, which can be reached and will respond to calls 24 hours/day, shall be filed with the Office of the City Engineer prior to beginning work. 6-1.15 MAINTENANCE OF EXISTING IMPROVEMENTS -- The Contractor shall protect and maintain all existing improvements and facilities in place to remain from the first day of work under this contract to acceptance. Contractor is responsible for replacing any damaged improvement or facility to original condition or better. 6-1.16 MOBILIZATION A. Mobilization shall include, but not be limited to, the following principle items: 1. Submittal and modification, as required, of the Construction Schedule. 2. Submittal and modification, as required, of the Schedule of Values. 3. Providing a Project Office. 4. Review of the Site. 5. Obtaining all required Transportation Permits. 6. Submittal of all required insurance certificates and bonds as required by these Specifications. 7. Moving onto the site, including, but not limited to: a. Equipment b. Arranging for and erection of Contractor's work and storage areas. 8. Installing construction fencing and temporary construction power and wiring. 27 02 269 9. Establishing required fire protection provisions. 10. Providing a minimum of one restroom facility for each twenty- five (25) workers occupying the site, but not less than two (2) facilities. Facilities may include existing, functioning restrooms, or portable chemical faciliities, or any combination thereof, and shall count as one for each urinal or one for each water closet. II. Installing all temporary utilities. 12. Posting all OSHA required notices and establishment of safety programs. 13. Posting of all Department of Labor notices. 14. Having the Contractor's superintendent at the job site full-time and responding 24 hours per day. 15. Potholing and other research and review as necessary to verify site conditions and utility locations. 16. Air and water quality protective measures, as necessary, and without limitation. 17. Demobilization of the Site. 18. Any other item as specified. Full compensation for Mobilization shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed unless authorized noted. 6-1.17 CONTRACTOR'S SAFETY RESPONSIBILITY The Contractor shall be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U.S. Department of Labor (OSHA), the 28 '02 "6Q L ~ California Occupational Safety and Health Act, and all other applicable Federal, State, County, and City laws, ordinances, regulations, codes, the requirements set forth below, and any regulations that may be detailed in other parts of the Contract Documents. Where any of these are in conflict, the more stringent requirement shall be followed. 6-1.18 SAFETY SUPERVISOR AND MEETINGS A. The Contractor shall appoint an employee as safety supervisor who is qualified and authorize to supervise and enforce compliance with the Safety Program. The Contractor shall notify the Engineer in writing prior to the commencement of work of the name of the person who will act as the Contractor's Safety Supervisor. B. The Contractor will, through and with his Safety Supervisor, ensure that all of its employees, and its subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Supervisor shall be a full-time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. C. The Contractor and its affected subcontractors shall attend safety coordination meetings. The minutes of their meetings shall be submitted to the Engineer. 6-1.19 MEETINGS -- A. The Contractor shall attend weekly progress meetings at the project site. B. In general, these meetings will be attended by the Contractor, the Engineer or his designee, and any subcontractors, suppliers, distributors or other concerned individuals with issues or items to discuss. 29 '0 2 2 6 9 C. Meeting minutes will be taken by the Engineer or his/her designee. The meeting minutes will be available to the Contractor at the following weekly meeting. The Contractor shall be responsible to distribute the meeting minutes to all parties performing work under his contract. D. The Engineer shall have the authority to require that a mandatory meeting be held at any time during normal work hours. E. These meetings shall be attended by the Contractor, the Engineer or his/her designee, and may subcontractors specified by the Engineer. 6-1.20 PAYMENT n Full compensation for conforming to the require- ments of Section 6 shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 30 '0 '2 2 6 9 SECTION 7 7 -1 UTILITIES 7-1.01 GENERAL -- The location of all utility substructures that may affect the work shall comply with Section 5, "Utilities", of the Standard Specifications and these Special Provisions. Notify the Engineer immediately of any conflict. Match existing products. The Contractor is responsible for coordinating work with the utility owners. Certain companies, governmental agencies, or their contractors may be working within the construction area. Certain utility facilities at various locations within the project limits may be removed, relocated, abandoned, or installed by companies' agencies' contractors. The Contractor shall coordinate his work with utility owners and their contractors. The Contractor shall exercise due caution to prevent any damage t%r movement of these utility facilities. Listed below are the utilities that may be affected, with the designated contact person. These names and phone numbers are listed for information purposes only. The Contractor is responsible for verifying phone numbers and contact persons. 1. SOUTHERN CALIFORNIA EDISON COMPANY 287 Tennessee Street Redlands, CA 92373 Phone: (909) 307-6759 Attn: Ben Murguia 2. SOUTHERN CALIFORNIA GAS COMPANY 1981 West Lugonia Avenue Redlands, CA 92373 Phone: (909) 335-7847 Attn: Sam Martin 3. ADELPHIA (COM CAST) 1205 South Dupont Avenue Ontario, CA 91760-1536 Phone: (909) 975-3349 Attn: Jack Hays 31 4. ADELPHIA 1722 Orange Tree Lane Redlands, CA 92373 PHONE: (909) 798-3588 5. GTE/VERlZON Verizon Communications 1960 Orange Tree Lane, Suite 100 Redlands, CA 92374-2803 Phone: (909) 748-6648 Phone: (909) 784-6647 6. A.T. & T. OSP Engineering Cable Maintenance & Right-of-Way 360 East Alessandro Boulevard Riverside, CA 92508-2402 Attn: Mark Davenhauer Attn: Chuck Austin Attn: Terry Dietz Phone: (909) 776-3907 - Franco Jauregui Phone: (909) 776-3914 - Rubin Martinez Fax: (909) 776-3910 7. U.S. SPRlNTCOMMUNICATIONS Attn: Outside Plant Engineering 282 South Sycamore Street Rialto, CA 92376 Phone: (909) 874-7450 8. MCI WORLDCOM Pacific Division 157 S. Lilac Avenue Rialto, CA 92376 Phone: (909) 421-5003 Attn: Lynn Durrett Attn: Jim Yoder 32 02 26(\ 9. TIME WARNER TELECOM OF CALIFORNIA 430 N. VINEYARD AVENUE, SUITE 150 ONT ARlO, CA 91764 Phone: (909) 877-8905 Attn: Barry Waer 1 O. PACIFIC BELL TELEPHONE COMPANY ATTN: Right-of-Way Liaison 3939 E. Coronado Street, 2ND Floor Anaheim, CA 92807 Phone: (714) 999-5454 Attn: Larry Todd 11. SAN BERNARDINO MUNICIPAL WATER DEPARTMENT 300 North "D" Street San Bernardino, CA 92418 Phone: (909) 387-7224 Attn: Ellis Williams 12. MCI NA TIONAL SUPPORT/INVESTIGATIONS Dept. 2855 Loc 642 2250 Lakeside Boulevard Richardson, TX 75082 Phone: (972) 656-1030 Attn: Jonathan Clark 13. CHARTER COMMUNICATIONS Construction Supervisor 6680 View Park Court Riverside, CA 92503 Phone: (909) 343-5165 Attn: Stuart King 33 02 269 02 2\19 14. CITY OF SAN BERNARDINO TRAFFIC SIGNALS 234 S. Mt. View, #110 San Bernardino, CA Phone: (909) 384-5129 Attn: Charles Temple 7-1.02 CONTRACTOR'S RESPONSIBILITY -- The Contractor shall verify the location of all underground utilities and services, including potholing, before proceeding with the excavation work, requesting in advance the services of inspectors from the utility companies in order to ascertain said locations. Damage to underground utilities resulting from neglect on the part of the Contractor shall be corrected and paid for by the Contractor. 7-1.03 UTILITIES NOTIFICATION -- The Contractor shall notify all owners of public utilities seventy two (72) hours in advance of excavating around any of their facilities and substructures and shall also provide the same notice to Underground Service Alert of Southern California, telephone number 1/800/422-4133. 7-1.04 UTILITIES INTERFERENCE n Utilities which are found, by exploratory location or by excavation, to interfere with the construction of this project will be relocated, altered, or reconstructed, or the Engineer may order changes in location, line or grade of the project structure, to be built in order to avoid said utility. The Contractor may coordinate the work with the utility owners. Abandoned utilities, which interfere with the construction of any portion of this project, may be cut by the Contractor, the interfering portion of the utility removed and open ends of the pipe sealed with a suitable plug or cap. 7-1.05 BUILDING SYSTEM AND UTILITY COORDINATION -- The location, size and reinforcement of holes in the building structure for the placement of pipes, conduits, and other materials shall conform to the structural Plans and Specifications. 34 02 260 All informational signs, electrical and/or mechanical equipment, fencing and any other attachments to the existing concrete colurrms shall be temporarily removed for installation ofF.R.P. colurrm wrapping, and shall be restored to original condition after installation of R.R.P. colurrm wrapping. When the requirements of the Mechanical, Electrical, Plumbing, or other sections of the Specifications or Plans are in conflict with the structural requirements, the structural requirements shall usually take precedence. The Engineer shall be notified immediately of any and all conflicts for verification of what will take precedence. Where the safety of the building structure is threatened, due to construction or holes in the building structure required for construction, modifications shall be made as directed by the Engineer. 7 -1.06 PAYMENT -- Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. 35 '{)2 ?6n L ,,. SECTION 8 8-1 DESCRIPTION OF WORK The parking structure was built in 1970, and was designed based on the 1965 DBC. It is divided into north and south wings separated by expansion joints. The plan view of the overall 5-level parking structure is approximately 226 feet by 475 feet. Traffic circulation from level to level is facilitated by four exterior circular ramps at each end of the long sides of the structure. In addition, four staircases are provided at the east and west sides of the structure. There are several ramps at multiple levels to provide access to the streets and the adjacent buildings. There are approximately 1,560 parking spaces in the structure, which serve City Hall, as well as adjacent offices and the Radisson Hotel. 8-1.01 DESCRIPTION n The work to be done consists, in general, of seismic retrofitting of the City of San Bernardino's 5-level parking structure, next to City Hall, 300 North "D" Street and those items as described in the Technical Provisions of these Specifications, and as required by the Plan and Standard Details as may apply. IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII IIII 36 ()2. 269 The work to be done shall include furnishing al materials, equipment, tools, labor, taxes and incidentals as required by the Contract Documents to construct the project. Addenda issued during the time of bidding shall become a part of the documents furnished to all bidders for the preparation of bids, shall be covered in the bids, and shall be made a part of the contract. Each Bid shall include specific acknowledgement in the space provided of receipt of all Addenda issued during the bidding period. Failure to so acknowledge may result in the Bid being rejected as not responsive. In addition, to following conditions shall apply to the project and all workers to the duration of the project. 1. The Contractor is not allowed to use equipment loads of more than 50 psf on the parking structure decks at any time. 2. The parking structure shall remain in operation during construction. The Contractor cannot close more than one (I) parking level at any time without written City approval. The Contractor shall provide traffic circulation plans for City approval prior to construction, including the impact on entrances, staircases and egress, all in addition to the requirements of Section 9 herein. 3. The Contractor is responsible for the security of the construction equipment, material and storage. Construction and storage areas shall be fenced at all times. 4. The Contractor shall prevent dust from contaminating the parking structure during construction operations. Safety provisions shall be implemented by the Contractor to insure the safety of the public and the vehicles parked in the structUre, including exercising extreme caution with the use of sandblasting, epoxy, RFP materials and mortar. 5. The Contractor is responsible for the use of all signage required during the construction to alert the public of the revised traffic circulation patterns, disturbed areas, construction schedule, closed stalls and safety requirements. 37 '0 '2 2 C C2 6. The parking structure elevator shall not be used for construction purposes. The stairs and elevators shall stay open and operational all the times. 7. The Contractor shall be responsible for providing all necessary electrical power and water sources needed for construction purposes. The Contractor shall pay for all fees, permits and other incidentals as may be required for compliance with this issue. 8. The parking structure shall be cleaned daily per City requirements, including street sweeping. 8-1.02 -- PRE-BID INOUIRIES -- NO ORAL representations or interpretations will be made to any Bidder as to the meaning of the Specifications, Plans, any addenda, or other Contract Documents. Written requests for an interpretation, or to identify a potential omission, discrepancy, or misunderstanding will be accepted until one week prior to bid opening. If there are any questions regarding this project, please contact: City Engineer's Office San Bernardino City Hall 300 North "D" Street, 3'd Floor San Bernardino, CA 92418 Attention: Mehran Sepehri, PE, Project Manager Re: 5-Level Parking Structure Seismic Retrofit Tel: (909) 384-5127; Fax: (909) 384-5155; E-mail: Seoehri Me@ci.san- bemardino.ca.llS 38 02 269 SECTION 9 9-1 TRAFFIC CONTROL 9-1.01 GENERAL Attention is directed to Section 7-10, "Public Convenience and Safety", of the Standard Specifications for Public Works Construction, 2002 Edition and these Special Provisions. Warning signs, lights, cones, barricades and devices for use in performance of work upon highways shall conform to the "Manual of Traffic Controls", current edition, published by the State of California, and the "Work Area Traffic Control Handbook", current edition. The Contractor shall submit and obtain City approval for traffic control and traffic detour plans prior to the commencement of operations on a street. Traffic control and detour plans shall be based on the most recent Caltrans Manual of Traffic Control for Construction and Maintenance Work Zones. All temporary traffic striping, and maintenance shall be done by the Contractor. Also, place temporary tape on all crosswalks. All warning, regulatory and construction signs shall be fully reflectorized. The traffic cones to be used shall be eighteen inches (18") in height, rubber or plastic, and be reflectorized. All work areas for the night must be properly lighted to the satisfaction of the Engineer. The Contractor shall take all necessary measures to obtain a normal flow of traffic to prevent accidents and to protect the work throughout the construction stages until completion of the work. The Contractor shall be responsible for implementing traffic control plan based on the most recent Caltrans Manual of Traffic Control for Construction and Maintenance Work Zones. The Contractor shall make the necessary arrangements to provide and maintain barriers, cones, barricades, construction warnings, regulatory signs and any other safety control devices, including flagmen. The Contractor shall take measures necessary to protect all other portions of the work during construction and until completion, providing and maintaining all necessary barriers, barricade lights and striping, including crosswalks. 39 '{) 2. 2 6 Z In addition to the foregoing traffic control and safety measures, the Contractor shall undertake immediately to implement any measures requested by the Engineer, as defined necessary to ensure the proper flow of traffic and the protection of the public and the safety of the workers. The Contractor shall maintain at all times the ability to respond to calls from the Engineer, including during non-working hours to replace or provide additional traffic control or safety devices as required. All places of business and residences along the streets that are within the limits of any work shall be notified by the Contractor in writing at least seven (7) days prior to commencement of work. This notification shall explain the sequence of work and indicate any restrictions of parking and access. Verbal notification shall be given to all places of business and residences at least 18 hours in advance of commencing work that will affect access to and from their properties. 9-1.02 TURN RESTRICTIONS -- The Contractor shall post appropriate signs restricting turns when directed to do so by the Engineer. 9-1.03 PARKING RESTRICTIONS -- Unless otherwise provided herein, the Contractor may post temporary "NO PARKING" signs within the area of work as required to facilitate construction operations, subject to approval of the Engineer. The Contractor shall furnish, maintain, and install (seven days prior to the start of work) all "TEMPORARY NO PARKING" signs with the duration of the no parking time written on them. The Contractor will be responsible for posting, removing, and maintaining these signs as required for this project. The Contractor shall make his own arrangements relative to keeping the working area clear of parked vehicles. The Contractor shall obtain prior approval from the Engineer for removal of vehicles. 9-1.04 TRAFFIC LANES -- Traffic lanes shall have a minimum width of II feet. A minimum shoulder width of 2 feet shall be provided adjacent to curbs, posts and other similar obstructions, and 5 feet shall be provided adjacent to any excavation, unless otherwise authorized by the Engineer. 40 02 269 9-1.05 ACCESS TO ABUTTING PROPERTY AND ROAD AND TRAVEL LANE CLOSURE n The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public. Convenience access to abutting properties shall be maintained and remain open, unless approved by the Engineer. If lane closures are approved by the Engineer, the full width of the traveled way shall be open for use by public traffic from 4:00 p.m. to 8:30 a.m., all day for Saturdays, Sundays, and designated legal holidays, after 3:00 p.m. on Fridays and the day preceding designated legal holidays, and when construction operations are not actively in progress on working days. The Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of lane or road closures. No traveled lane will be closed without authorized approval given by the Engineer. If any traveled lane or road is allowed to be closed by the Engineer, the Contractor shall install signs to notify the public of days and times that traveled lanes or roads will be closed seven (7) days in advance of the lane or road closure. Personal vehicles of the Contractor's employees shall not be parked 0 the traveled way at any time. 9-1.06 PUBLIC CONVENIENCE During the progress of work, adequate provisions shall be made by the Contractor to accommodate the normal vehicular and pedestrian traffic along streets, roads, and highways, immediately adjacent to or crossing the work, so as to cause a minimum of inconvenience to the general public. Emergency vehicles shall be permitted access at all times to any street. 9-1.07 FLASHING ARROW SIGNS -- The Contractor shall furnish and maintain flashing arrow signs (F AS) during lane closures or detours on streets. The Engineer shall determine when F AS is required at any location. 41 '() 2 :2 6 9 9-1.08 ACCESS TO THE SITE AND SIGNING AND STRIPING n A. Contractor shall maintain access to and operations of the facility during construction as follows: Contractor shall construct the proposed improvements one (1) parking level at a time. The level on which the Contractor is working on shall be designated as a "No Parking Level" completely and may be also be used as storage with prior approval from the Engineer. The remaining parking levels shall be fully open for parking. Vehicular access shall be provided to all parking levels at all times. For example, if the Contractor is working on Level Parking 3, the entire level will be designated as "No Parking Level". However, vehicular access through Level 3 to access levels above and below shall be maintained at all times. Elevator operation to all levels shall be maintained at all times. Stair access to all levels shall be maintained at all times. Power, lighting and exit signs shall be maintained at all levels at all times. 42 '{) 2 2 ~ lj SIGN TYPE 1: At all entrances to the structure, the Contractor shall maintain signs indicating the following: ATTENTION-CONSTRUCTION ACTIVITY IN PARKING STRUCTURE The following level is under construction and parking is not available at LEVEL PARKING A V AILABLE FOR: RADISSON: Level V ANIR: Level BIG FIVE: Level COUNTY: Level CITY VEICLES: Level COUNCIL: Level MAYOR: Level CITY COMMISSIONERS: Level ECONOMIC DEVELOPMENT AGENCY: Level PUBLIC PARKING: Level Please park in designated spaces. Drive access to all levels is aDen. Number of signs: Letter size: Background Color: Border Color: 5 4" to 8" White Black Sign size: Sign Material: Letter Color: 6'X6' Plywood Black SIGN TYPE 2: At floors open to parking, the contractor shall provide and maintain the following parking spaces and signs at all times: PARKING FOR RADISSON HOTEL 160 signs, white background, black letters, black border, paper sign to state "PARKING FOR RADISSON HOTEL",2'x2', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. PARKING FOR V ANIR 256 signs, white background, black letters, black border, paper sign to state "PARKING FOR VANIR", 2'X2', 4" letters. Signs will be installed on Type II barricades on parking spaces ad directed by the Engineer PARKING FOR BIG FIVE 8 signs, white background, black letters, black border, paper sign to state "PARKING FOR BIG FIVE", 3'X3", 4" letters. Signs will be installed on Type II barricades on parking spaces ad directed by the Engineer 43 PARKING FOR MAYOR PARKING FOR MAYOR'S STAFF PARKING FOR CITY COUNCIL PARKING FOR CITY COMMISSIONER PARKING FOR EDA CITY VEHICLES ONLY COUNTY VEHICLES ONLY '0 2 2 U <2 1 sign, white background, red letters, red border, paper sign to state "PARKING FOR MAYOR", 3'x3', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. 11 signs, white background, red letters, red border, paper sign to state "PARKING FOR MAYOR'S STAFF", 2'x2', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. 8 signs, white background, red letters, red border, paper sign to state "PARKING FOR CITY COUNCIL", 3'x3', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. 12 signs, white background, red letters, red border, paper sign to state "PARKING FOR CITY COMMISSIONER", 3'x3', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. 60 signs, white background, black letters, black border, paper sign to state "PARKING FOR EDA", 3'x3', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. 88 signs, white background, black letters, black border, paper sign to state "CITY VEHICLES ONLY", 3 'x3', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. 30 signs, white background, black letters, black border, paper sign to state "COUNTY VEHICLES ONLY", 3 'x3', 4" letters. Sign will be installed on Type II barricade on parking spaces as directed by the Engineer. Signs shall be maintained in good and legible condition. Old, tom, damaged, or vandalized signs shall be replaced with new signs within 24 hours. 44 ()'L 269 B. After completion of construction at each level contractor shall paint a parking level on each column and a section identification letter (A, B; C, D on every other column, on each side of the column. The identification letter shall be 12" in size. The color of identification letter will be different for each floor. The color shall be as follows: 151 Floor 2nd Floor 3rd Floor 4th Floor GREEN YELLOW RED BLUE C. Contractor shall not use equipment loads that exceed Chapter 16 of the California Building Code on the parking structure decks at any time. D. The level of parking structure, on which construction activity is taking place, shall be cleaned by a motorized sweeper at the end of each work day of construction. The City will maintain the other levels, which are not under construction. E. Contractor shall be responsible for providing all necessary power and water for its construction activities. F. Contractor shall restore parking signs and all other improvements, which are damaged, removed, or displaced as a result of construction activities to their original conditions. Contractor shall repaint the exits, arrows and any other lettering on the parking structure walls. Contractor also shall restripe the parking lot with thermoplastic for all floors, except the 5th floor, then include parking stalls, parking stall legends, arrows, etc. 9-1.09 PAYMENT Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included, as paid for, in the various items of work, and no additional compensation will be allowed therefor. 45 '0 ~ '2- 6 9 The provisions in this Section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. 46 I'f\ "l, "r, '" \JL [''V,,", SECTION 10 SCHEDULE OF VALUES 10-1.D1 SUBMITTAL OF THE SCHEDULE OF VALUES -- A. All Schedule of Values submittals shall be transmitted with a Letter of Transmittal and shall include one (1) electronic copy of the Schedule of Values and one (1) printed copy on a format specified by the Engineer prior to submittal. B. Each electronic copy of the Contractor's Schedule of Values shall be submitted on a non-rewritable CD and shall bear the signature of the Schedule of Values Preparer. 10-1.02 BASELINE SCHEDULE OF VALUES A. The Contractor, within three (3) working days of being informed by the City as being determined as the lowest bidder, shall submit for review to the Engineer a detailed Schedule of Values allocating the value assigned to each part of the Work, including an allowance for profit, overhead, insurance, taxes, etc. With the submittal, the Contractor shall certify that the Schedule of Values is not unbalanced and that the value assigned to each part of the work represents the Contractor's estimate of the total actual cost of performing that part of the work. B. The Engineer shall review and accept or return with summary comments the Contractor's Schedule of Values within six (6) working days of receipt. The Contractor shall resubmit the Schedule of Values with responses to the Engineer's summary comments within six (6) working days of receipt. The review process shall be repeated within the specified time frames until the Contractor's Schedule of Values is accepted by the Engineer. C. After the Contractor and the Engineer agree on the Schedule of Values, said Schedule shall be identified as the "Baseline Schedule of Values", and shall become a part of the Contract Documents. 47 02 269 D. The contract shall not be executed by the City, until the "Baseline Schedule of Values", is approved by the Engineer. I 0-1.03 SCHEDULE OF VALUES PREP ARA nON GUIDELINES A. The Contractor shall be responsible for all costs associated with the preparation, maintenance, and any revisions to the Schedule of Values required by the Engineer. B. The Schedule of Values shall list the installed value of the component parts of the Work in sufficient detail to serve as one of the bass for evaluating progress payments submitted by the Contractor. For each major line item the Contractor shall list sub-values of the major products or operations composing said major item, as appropriate. C. The Schedule of Values shall be computer-based, in a format acceptable to the Engineer. It shall reflect the construction phasing indicated in the Specifications, the Plans, any addenda, and any other Contract Documents. The Level of detail indicated in the Schedule of Values shall be equal to, or greater than, that outlined in Part II - Technical Specifications. 10-1.04 SCHEDULE OF VALUES REVISIONS A. Revisions to the Schedule of Values shall be mutually agreed upon by the City and the Contractor. 10-1.05 PROGRESS PAYMENT REQUESTS A. Simultaneously with each submittal of the Contractor's Progress Payment Request, the Contractor shall deliver to the Engineer an updated Schedule of Values reflecting work costs as of the date of the requested progress payment, and the costs of the remaining work. The sum of the costs as of the date of the requested progress payment and the costs of the remaining work shall equal the total Contract sum. 48 O'L 269 10-1.06 REVIEW OF THE SCHEDULE OF VALUES n A. The Engineer shall review and accept or return with summary comments the Contractor's Schedule of Values within six (6) working days of receipt. The Contractor shall resubmit the Schedule of Values with responses to the Engineer's summary comments within six (6) working days of receipt. The review process shall be repeated within the specified time frames until the Contractor's Schedule of Values is accepted by the Engineer. B. If the Schedule of Values is considered by the Engineer to be in non- compliance with any requirement of the Contract Documents, the Contractor shall be notified to review and revise the Schedule of Values, and to bring the Schedule of Values into compliance. A schedule determined to be in noncompliance with the Contract Documents by the Engineer shall be revised by the Contractor and resubmitted within six (6) working days following notification by the Engineer. C. The Engineer's acceptance of a monthly update of the Schedule of Values indicates that the submittal appears to comply with the requirements of the Contract Documents. However, it is impracticable for the Engineer to review the monthly update of the Schedule of Values for compliance with every requirement of the Contract Documents. The Contractor shall be responsible for ensuring that the monthly update of the Schedule of Values is in compliance with the requirements of the Contract Documents. Acceptance of the monthly update of the Schedule of Values does not relieve the Contractor from any requirements of the Contract Documents. 10-1.07 SUSPENSION OF PAYMENTS n A. No progress payments shall be made by the City to the Contractor, if the Schedule of Values submitted with the Request for Progress Payment has not been accepted by the Engineer. 49 {)'L 269 10-1.08 CASH-FLOW AND WORK-HOUR PROJECTIONS n A. The Engineer shall have the right to request that a Cash-Flow Projection or a Work-Hour Projection be submitted simultaneously with any update to the Schedule of Values. B. Each Projection shall be reviewed, revised by the Contractor, and accepted by the Engineer as required for Schedule of Values in Subsection 10-1.06 Review of the Schedule of Values above. 10-1.09 PAYMENT Full compensation for conforming to the requirements of this Section, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed therefor. 50 PART II TECHNICAL SPECIFICATIONS . Part II Page 1 02 'Le9 PART 2 - TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1 GENERAL CONDITIONS 01300 01400 01600 01710 Submittals Quality Control Material and Equipment Clean Up and Disposal DIVISION 2 SITE WORK 02070 02444 02579 Selective Demolition Chain Link Fences Pavement Marking, Bumpers and Signage DIVISION 3 CONCRETE 03072 03100 03200 03300 03345 03353 03400 03500 03600 Externally Bonded FRP Reinforcement Concrete Formwork Reinforcing Steel Cast-In-Place Concrete Concrete Finishing Sandblasting Adhesive Anchoring System Epoxy Adhesive Injection System High-Strength, Non-Shrink, Cement-Base Grout DIVISION 4 MASONRY (Not Applicable) DIVISION 5 METALS 05120 05500 Structural Steel Metal Fabrications DIVISION 6 WOOD AND PLASTIC (Not Applicable) DIVISION 7 THERMAL AND MOISTURE PROTECTION 07900 07920 Wabo SeismicSpan APS Reduced Height Expansion Control System Sealants and Calking DIVISION 8 DOORS AND WINDOWS (Not Applicable) Part II Page 2 " '{) 2 2 6 9 PAGE 4 - 8 9 - 13 14 -16 17 - 18 19 - 21 22 - 23 24 - 25 26 - 43 44 - 47 48 - 51 52 - 60 61 - 64 65 Only 66 - 68 69 - 71 72 - 74 75 - 83 84 - 87 88 - 91 92 - 93 " '() '2. L Q q DIVISION 9 FINISHES 09900 Painting 94 - 98 DIVISION 10 THROUGH DIVISION 16 (Not Applicable) END OF TABLE OF CONTENTS Part II Page 3 .. '()2 1 ~~ SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 DESCRIPTION: General Conditions and this Section cover the general requirements and procedures for submittals. A. Submittal Requirements In This Section: 1. Schedule of submittals and transmittals. 2. Deviations. 3. Contractor's review and approval. 4. Corrections and resubmittals. 5. Review and approval. 6. Shop Drawings, Samples, and Product and Equipment Data. 7. Manufacturers' instructions. 8. Materials furnished under standard specifications. 9. Certificates. B. Submittal Requirements Not 1n This Section: 1. Performance and payment bonds, insurance- Conditions of the Contract. 2. Record Drawings, manuals, and maintenance materials- Sections 01600 and 01730. 3. Warranties and guarantees - Section 01800. 1.02 GENERAL SUBMITTAL REQUIREMENTS: Submit to the Construction Manager all submittals required herein, under other Sections, or by Modifications except as otherwise indicated, specified, or directed. Submittals shall be correctly prepared, identified, and transmitted as specified herein or as otherwise directed. Prepare submittals according to the requirements herein and as may be specified in other Sections. A. Conformance: Do not purchase or commence any Work covered by a submittal until the pertaining submittal is approved. Work shall conform to approved submittals and all other requirements of Contract Documents unless revised by Modification, in Part II Page 4 '0 2 2 6 9 which case submit revised submittals as directed or required at no extra cost to the Owner. Do not start related Work affected by Work covered in submittals until applicable submittals are approved by the ENGINEER. B. Schedule of Submittals: The Progress Schedule submitted by the Contractor shall be accompanied by an itemized listing of all required submittals with a scheduled date for each submittal, and shall allow at least 15 days review by the Construction Manager and Engineer for each submittal and 10 days for each resubmittal from the date of receipt by the Engineer of each submittal and resubmittal. Extension of the Contract Time will not be granted because of the Contractor's failure to make timely and correctly prepared and transmitted submittals with an adequate and approved time allowance for the checking and review periods. Upon award of contract, the contractor may start the submittal process. C. Transmittals: Deliver submittals with a dated and sequence numbered transmittal letter typed on Contractor's letterhead, noted as to the initial or resubmittal status, and describing the submittal contents. Submittals are not acceptable directly from Subcontractors, suppliers, or manufacturers. In each transmittal state the Drawing numbers and Specification Section, Articles, and Paragraphs to which the submittal pertains and identify accompanying data, catalogs, drawings, sketches, and brochures in the same manner. D. Deviations: Notify the Engineer in the transmittals of all deviations from the requirements of the Contract Documents. Fully describe each deviation and all other changes required to correlate the Work including the related Work. State in writing all variations in costs caused by each deviation and the Contractor's assumption of costs for the deviation and of all related costs if any deviation is approved. E. Contractor's Review and Approval: Every submittal shall bear the Contractor's review and approval stamp, dated and signed by Contractor in every case, certifying that Contractor (a) has reviewed, checked, and approved the submittal and has coordinated the submittal contents with requirements of the Work and Contract Documents including related Work, (b) determined and verified quantities, field measurements, construction criteria, materials, equipment, catalog numbers and identifications, and similar data, or will do so, and 19 states that Work illustrated or described in the submittal is recommended by Contractor and that Contractor's warranty will fully apply thereto. F. Corrections and Resubmittals: Contractor shall make corrections required by the Engineer, resubmit corrected submittals until they are approved, shall direct specific attention in writing to all revisions other than corrections called for on previous submittals, and shall state in writing all changes in costs for such revisions and assumption of all costs for revisions and related changes the same as is required for deviations in Paragraph "Deviations". Part II Page 5 02 269 G. Check of Returned Submittals: Contractor shall check and review the submittals returned for correction and ascertain whether the required corrections result in extra cost above that included in the Contract, and shall give written notice to the Construction Manager within 15 calendar days of receiving the correction, in the Contractor's opinion, extra costs result from corrections. The Contractor's failure to give such written notice or the starting of any Work covered by a returned submittal constitutes a waiver by the Contractor of claims for extra costs resulting from required corrections identified in the returned submittal. H. Review And Approval Of Submittals By The Engineer: Submittals will be reviewed with reasonable promptness, but only for conformance with the design concept of the Project and with the information indicated on the Drawings and stated in the Specifications. Approval of a separate item as such will not indicate approval of the assembly in which the item functions. Approval of submittals shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents or for any revision in resubmittals unless Contractor has given written notice of such deviation or revision at the time of submission or resubmission and written approval has been given to the specific deviation or revision, nor shall approval relieve the Contractor of responsibility for errors or omissions in the submittals or for the accuracy of dimensions and quantities, the adequacy of connections, and the proper and acceptable fitting, execution, functioning, and completion of the Work. 1. Incomplete Or Inadequate Submittals, including those not correctly transmitted, titled, and identified, or not bearing Contractor's review and approval stamp, will be returned to the Contractor without review. J. Interrelated Submittals: Except where the preparation of submittal information is dependent upon the approval of any prior submittal, all submittals pertaining to the same class or portion of the Work shall be submitted simultaneously, unless waived by the Construction Manager. K. Expense: All cost for the preparation, correction, delivery, and return of the submittals shall be borne by Contractor. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 SHOP DRAWINGS: Prepare each submittal complete including all dimensions, design criteria, materials, connections, bases, foundations, anchors, and the like, and further including such technical and performance data as is necessary to confirm the information in the Shop Drawings. Prepare Shop Drawings of same size as the Drawings. Copies of the Contract Drawings marked to show Shop Drawing information are not acceptable. Each Shop Drawing shall have an adequate title block showing the following identification: Part II Page 6 ()2. ? 6 (\ 'L Name and address of the Work. Name and address of the Contractor. Name and address of the Subcontractor, Subsubcontractor, manufacturer, supplier, or distributor, as applicable. Name and address of the Engineer. Date, scale of drawings, and identification number. Contractor's review and approval stamp, dated and signed. A. Initial and Resubmittals: Submit Shop Drawings III sets consisting of one sepia reproducible and three blue-line prints. B. Correction and Approval of Shop Drawings: The Engineer will mark corrections, notations, or approval on the reproducible sepia transparencies and return them to the Contractor. Resubmit in same manner if Shop Drawings are not approved. C. Final Distribution: Furnish and distribute prints of approved Shop Drawings as required for performance of the Work. Provide one set of the approved submittal to the Construction Inspector. 3.02 SAMPLES: Unless otherwise specified, each submittal shall include not less than three complete sets of Samples. One set of approved Samples and all disapproved Samples will be. returned to Contractor. Samples of value retained by Engineer will be returned to Contractor after completion of the Work if the Contractor's first transmittal for the Sample requests its return. Approved Samples of items returned to Contractor may be installed in the Work if the location is recorded and the Samples bear temporary identification as such. 3.03 PRODUCT AND EQUIPMENT DATA SUBMITTALS: A. Product Data shall include materials lists, catalogs, brochures, performance and technical data, service history, characteristics, and like information to fully describe the products covered by the submittal. I. Submittal Preparation. Bind submittal copies with sturdy labeled covers and include a typed index listing the contents. Loose or unbound submittals will be returned unreviewed. For each item listed, include the manufacturer's name and address, the trade or brand name, all conditions of manufacturer's guarantee and warranty, information to fully describe each item, and supplementary information as may be required for approval. Mark cuts, brochures, and data to indicate the items proposed and the intended use. Part II Page 7 ()'L 260 2. Product Data Submittals. Unless otherwise specified, every submittal shall include four bound copies. One copy will be returned to the Contractor marked to show the required corrections or approval. If corrections are required, the final submittal shall include four bound corrected copies. 3.04 MANUFACTURERS' INSTRUCTIONS: Submit manufacturers' installation instructions and directions for materials specified to be installed in accordance with such instructions to demonstrate the adequacy of the instructions. Furnish copies to all trades involved. 3.05 MATERIALS FURNISHED UNDER STANDARD SPECIFICATIONS: For materials specified by reference to standard or reference type specifications, prepare and submit for approval a list of such materials by manufacturer's names and identifications to the extent requested by the Engineer or Construction Manager. 3.06 CERTIFICATES: Deliver all certificates to Construction Manager. Each certificate required under the Contract Documents shall be signed by the individual, officer, or the agent lawfully authorized to execute the certificate, and such authority shall be cited in the certificate by title, description, or other acceptable evidence. All certificates shall be sworn and notarized as to the correctness and validity of the contents, and copies shall be notarized to be true copies. END OF SECTION Part II Page 8 ()'L ;6(\ SECTION 01400 OUALITY CONTROL PART I - GENERAL 1.01 DESCRIPTION: General Conditions and this Section cover general requirements for quality control of the Work, including testing and inspection procedures. A. Requirements In This Section: 1. Testing laboratory or agency. 2. Coordination of tests and inspections. 3. Test costs and reports. 4. Inspections, continuous and special. 5. Contractor-furnished assistance. 6. Verification of conditions. B. Requirements Not In This Section: I. Specific test procedures to be performed in accordance with this Section. 2. Testing of materials specified to be tested by other agencies under other Section. 1.02 GENERAL QUALITY CONTROL REQUIREMENTS: A. General Test Requirements: Materials to be furnished under the Contract are subject to testing and inspection for compliance with requirements of Drawings and Specifications. B. Testing Laboratory or Agency shall be the licensed Testing Laboratory or Agency certified as meeting the requirements of ASTM D3666, D3740, E329, E543, and E548 as applicable to the Work, and referred to hereafter as the Testing Laboratory. Testing Laboratory will be hired and paid by the Owner. Perform all testing under supervision and control of a California registered professional engineer employed by Testing Laboratory. C. Disqualified material: Any material shipped or delivered to the site by the Contractor from the source of supply prior to having satisfactorily passed the required testing and inspection, or prior to the receipt of a notice from the Engineer that such testing and inspection will not be required, shall not be incorporated in the Work. Part II Page 9 '() 'L 2 6 9 1.03 COORDINATION OF TESTS AND INSPECTIONS: Contractor shall initiate and coordinate testing and inspections required by Contract Documents and public authorities having jurisdiction of the Work. A. Notification: Contractor shall notify the Owner a sufficient time in advance of the manufacture of material to be supplied by him which, by requirements of the Contract Documents, must be tested at the source of supply in order that the Owner may arrange for the testing. 1.04 TEST SAMPLES AND PROCEDURES: A. Test Samples: Furnish and deliver Samples of materials to be tested at no extra cost to Owner. Test samples will be selected by the Engineer, Inspector, or Testing Laboratory and not by the Contractor. B. Test Procedures: Testing Laboratory shall perform tests according to ASTM or other methods of test specified for the various materials under other Sections. If no procedure or test method is specified, testing shall conform to material specification referenced unless otherwise directed by Engineer. The Testing Laboratory shall tag, seal, label, record, or otherwise suitably identify the materials for testing and no such materials shall be used in the Work until the test result reports are submitted and approved, excepting only the materials specified to be placed or installed prior to testing. C. Test Repeating: Testing Laboratory shall repeat applicable tests at specified intervals, whenever the source of supply is changed, or whenever the characteristics of the materials change or vary in the opinion of Owner or Engineer. 1.05 TEST COSTS: Owner will pay for testing performed by Testing Laboratory. 1.06 TEST REPORTS: Furnish copies of each test result report, signed and certified by the Testing Laboratory supervising engineer, as follows: To Copies Owner 2 Engineer 2 Contractor 2 1.07 INSPECTIONS, CONTINUOUS AND SPECIAL: A. Inspections, continuous and special, shall be performed by Registered Deputy or Special Inspectors (hereinafter referred to as the Inspector) hired by the Owner as required by the Contract Documents and Building Code. During course of Work Part II Page 10 '()2 2Ji q under inspection, each Inspector shall submit detailed reports relative to progress and condition of Work including variances from the Contract Documents, and stipulating dates, hours, and locations of the inspections. B. Inspection Costs: The Owner will pay for required continuous and special inspections. C. Reimbursement of Inspection Costs: The Contractor shall reimburse to the Owner all or any part, as the Owner may deem just and proper, of the actual excessive inspection costs incurred by the Owner due to any or all of the following: I. Contractor's failure to complete the Work within the Contract Time stated in the Agreement, and any previously authorized extensions thereof. 2. Claims between separate contractors. 3. Covering of any of the Work before the required inspections or tests are performed. 4. Extra inspections required for Contractor's correction of defective Work. 5. Overtime costs for acceleration of Work done for Contractor's convenience. D. Approvals Required by Others: If the laws, ordinances, rules, regulations, or orders of any public agency having jurisdiction require any of the Work to be specifically inspected, tested, or approved by some authority other than the Owner, Engineer, or Contractor, the Contractor shall give all required notices and make all arrangements, shall deliver to the Engineer the certificates of inspection, testing, or approval of such public agency, and shall pay all costs therefore unless otherwise provided in the Contract Documents. 1.08 CONTRACTOR-FURNISHED ASSISTANCE: Whenever requested, Contractor shall furnish access, facilities, and labor assistance as necessary for duties to be performed at the site by Testing Laboratory and Inspector including furnishing ladders, hoisting, temporary lighting and water supply, and like services, all at no additional cost to the owner. 1.09 VERIFICATION OF CONDITIONS: Prior to installation of any portion of the Work, the installing Contractor, Subcontractor, or Sub-subcontractor shall inspect the Work in place to receive the Work to be installed and arrange for correction of defects in the existing workmanship, material, or conditions that may adversely affect Work to be installed. Such inspections shall include test applications of the materials to be installed as required to establish the correct condition of surfaces involved. Installation of materials on Work in place constitutes acceptance by the installing Contractor, Subcontractor, or Sub-subcontractor of such Work in place as being in proper condition to receive the materials to be applied and Part II Page 11 02 26 9 waiver of claim that the Work in place is defective as pertains to warranty requirements, excluding unascertainable or concealed conditions. Where the Specifications require a material to be installed under the supervision or inspection of the material manufacturer or his representative, manufacturer or his representative also shall inspect the Work in place and issue a letter of approval to Engineer. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 TESTS AND INSPECTIONS: The following specific items need special inspections: A. Reinforcing Steel: l. Conformance testing of bars. 2. Inspector for welding of bars. 3. Inspector during placement of bars. B. Cast-in-Place Concrete: l. Mix design of concrete. 2. Conformance testing of materials. 3. Casting and testing of cylinders. 4. Inspector during placing of concrete. C. Structural Steel: I. Conformance testing of materials. 2. Inspector for high-strength bolting, groove welding, and field welding. 3. Inspector for shop fabrication of structural steel unless shop is approved by the Owner. 4. Inspector to verify grouting under column base plates. D. Non-Shrink Grout: I. Mix design of grout. 2. Conformance testing of materials. Part II Page 12 " 't)'L 2Q~ 3. Casting and testing of cylinders. 4. Inspector during placing of grout. E. Adhesive Anchoring System: I. Conformance testing of materials, shear and tension. 2. Inspector during drilling. 3. Inspector during placement. F. Anchor Bolts: I. Conformance testing of materials. 2. Inspector during placing. G. Externally Bonded Fiber Reinforced Polymer (FRP): I. Conformance testing of materials. 2. Preparation and sampling of test coupons. 3. Inspection during installation. END OF SECTION Part II Page 13 ~02 "'~" ct I!>';;I SECTION 01600 MATERIAL AND EOUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION: General Conditions and this Section cover the general requirements for the materials and equipment for the Work. Specific requirements for materials and equipment are covered under other Sections of the Specifications. A. Requirements of This Section: 1. Submittals. 2. Proposed substitutions. 3. Materials. 4. Transporting and handling. 5. Maintenance materials. 6. Storage and protection. 1.02 SUBMITTALS: Refer to Section 01300. A. Submittal for Standard Materials: For the products specified by reference to standard or reference specifications, prepare and submit for approval a list of such materials or equipment by manufacturers' names and identifications to the extent requested by Engineer. 1.03 PROPOSED SUBSTITUTIONS: Submit proposed substitutions to the Construction Manager within 10 days from Notice to Proceed. Contractor will be notified of the approved substitutions. Construction Manager or Engineer requires the submission of Drawings, Product Data, Samples, and other information in approved form for consideration of proposed substitutions. A. Approval or Rejection of proposed substitutions is at Owner's discretion, whose judgment will be final and will include consideration of the following factors among others in comparing equality of proposed substitutions with indicated or specified requirements: 1. Quality of materials, structural strength, and details of construction or fabrication. 2. Performance and function, mechanically and technically. Part II Page 14 '() 'L ? 09 ~ 3. Appearance and finish, or characteristics permitting required finish to be applied. 4. If proposed substitutions require altering the arrangement of adjoining or related Work, resulting arrangement must be equal in convenience and practicality to original arrangement. 5. Products equal in quality and utility are generally competitive products and are generally equal in price. If approval is requested for materials or equipment more economical than the specified products, Owner may require the specified products. 6. An inequality in availability of replacement parts or maintenance services may be a determining factor. 7. Code approvals and service history. B. Resubmittal of Proposed Substitutions: Do not resubmit proposed substitutions that are rejected in modified form. Upon rejection of a proposed substitution, Contractor may submit another proposed substitution within the time limit stated above. If the second proposed substitution is rejected or not received by the Engineer within the specified time, provide only the indicated and specified Work at no additional cost to Owner. C. Compliance: Use of Approved Substitutions does not relieve Contractor from compliance with the Contract Documents. Contractor shall bear all extra expense resulting from approved substitutions where substitutions affect adjoining or related Work. D. Unauthorized Substitutions: If substitute materials are installed without prior approval, remove all the unauthorized materials and install those indicated or specified, at no extra cost to Owner. PART 2 - PRODUCTS 2.01 MATERIALS: Provide new materials and equipment unless otherwise indicated or specified. A. Equal Materials: Any material, apparatus, equipment, or process indicated or specified by patent or proprietary name or name of manufacturer shall be deemed to be followed by "or equal as approved in writing by the Engineer", unless it is specified that substitutions are not acceptable for a particular material, apparatus, equipment, or process item. B. Optional Materials: Where more than one proprietary brand name is specified, Contractor may provide anyone of the materials or equipment specified. Before placing orders, advise Engineer in writing of each named material, appliance, or piece Part II Page 15 02 26' of equipment proposed for the Work and its intended use. Provide only one brand, kind, or make of material for each purpose throughout the Work not withstanding that similar material or equipment of two or more manufacturers may be specified for the same purpose. C. Plurality of Terms: For all materials or equipment referred to in the singular number, it is intended unless otherwise limited that such references apply to as much material or equipment as is required to complete the Work. PART 3 - EXECUTION 3.01 TRANSPORTING AND HANDLING: Transport and handle all materials and equipment by methods that prevent damage, defacing, or overstressing. Lift the equipment, machinery and heavy fabricated products only at the lifting points designated by the manufacturer or, if not so designated, at the points or along the members designed to support the items when installed. Contractor shall bear all loss which may result from transporting and handling of materials and equipment and shall provide approved replacements for damaged or defective items at no extra cost to Owner. Conform handling procedures to Title 8, CCR, as applicable. 3.02 MAINTENANCE MATERIALS: Furnish and deliver all the special tools, instruments, accessories, spare parts, and maintenance materials required by the Contract Documents, and furnish and deliver the special tools, instruments, accessories, and the special lifting and handling devices shown in the instruction manuals approved above. Unless otherwise specified or directed, deliver the items to the Owner, with the Contractor's written transmittal accompanying each shipment, in the manufacturer's original containers labeled to describe the contents and the equipment for which it is furnished. Deliver a copy of each transmittal to Engineer for record purposes. 3.03 STORAGE AND PROTECTION: Materials and equipment designed for permanent weather exposure may be stored off the ground without covering provided the equipment closures and seals are intact. Store all other materials and equipment off the ground and in dry, covered, weather-protected locations. Exercise special care to protect moisture-sensitive materials and other materials damaged by light (ultraviolet) or heat. Arrange adequate ventilation under protective covering to prevent condensation. END OF SECTION Part II Page 16 l02 269 SECTION 01710 CLEAN UP AND DISPOSAL PART 1 - GENERAL 1.01 DESCRIPTION: General Conditions and this Section cover the general requirements for the clean up and disposal for the Work. Specific requirements for clean up and disposal are covered under other Sections of the Specifications. A. Requirements In This Section: 1. Clean up and disposal. 1.02 SUBMITTALS: Refer to Section 01300. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 CLEAN UP AND DISPOSAL: Requirements herein form a part of all other Sections of the Specifications and shall be coordinated with such additional clean up and disposal requirements as may be specified in other Sections. A. General: Leave the entire Work broom clean except where vacuum clean or other condition is specified. 1. Control During The Work. Contractor to make daily inspections to verify that these requirements are being complied with. Take precautions to avoid spread of dust, dirt, debris, water, paint, cement, sprayed materials, and other substances about the site or to adjacent property. Clean up splatterings or spills of materials at time of occurrence. Remove dirt, debris, waste, and rubbish weekly or more frequently if required, and do not allow to accumulate in the structure or on the site. Do not store flammable or toxic materials in the structure. If in the opinion of the Engineer the site and work areas are not clean the Contractor shall immediately remove all materials and clean areas to the satisfaction of the Engineer. B. Contractor's Supervision: Inform all trades and workmen of the cleaning up requirements specified, and monitor where Work is in progress to ensure full compliance with all clean up requirements in this and other Sections. C. Construction Manager Inspection: Give the Construction Manager at least 3 working days advance notice of readiness for inspection as each phase or area of Work is completed for occupancy. Correct any deficient cleaning operations, as determined and directed by Construction Manager. Part II Page 17 " 102 2'69 D. Disposal: Do not place rubbish or waste material in fills or backfills. Remove debris, rubbish, and waste material from Owner's property to a lawful disposal area and pay all hauling and dumping charges. Conform to pertaining Federal, State, and local laws, ordinances, rules, regulations, and orders. E. Final Clean Up - Exterior: Clean surfaces of construction and site including fixtures, walls, soffits, floors, hardware, roofs, window and opening ledges and sills, horizontal projections, steps and platforms, walkways, rails and all like surfaces, and adjoining private and public property to the extent soiled by the Contractor's operations. Clean all drains and grates of construction debris. F. Final Clean Up - Interior: Thoroughly hose down all levels of Marina Manor I & II. Leave surfaces clean of all dust, dirt, stains, handmarks, paint spots, droppings, and other blemishes and defects completely. Fixtures and Equipment Clean electrical fixtures and like items. Leave lighting fixtures free of dust, dirt, stains, or waste material. Clean and service equipment and machinery, ready for use. Clean all drains and grates of construction debris. G. Surfaces Not Mentioned: Clean according to the intent of this Section and as required for Engineer's approval. H. Contaminated Earth: Final clean up operation includes removal and disposal of earth that is contaminated or unsuitable for support of plant life in planting areas, and filling of resulting excavations with suitable soil as directed and approved. Contaminated areas include those used for disposal of waste concrete, mortar, plaster, masonry, and similar materials, areas in which washing out of concrete and plaster mixers or washing of tools and like cleaning operations have been performed, and all areas that have been oiled, paved, or chemically treated. Do not dispose of waste oil, solvents, paints, solutions, or similar material of a penetrating nature by depositing or burying on Owner's property. END OF SECTION Part II Page 18 r02 Z 6 9 SECTION 02070 SELECTIVE DEMOLITION PART I - GENERAL 1.01 DESCRIPTION. General Conditions and the requirements of all other Sections of Division I apply to this Section. Provide various materials and perform all miscellaneous operations as indicated, specified, and required. This Section applies to all other Sections of the Specifications. A. Work In This Section: Principal items include: 1. Miscellaneous demolition, cutting, alterations, and repairs to the existing facilities as shown, specified, and required to complete the Work. 1.02 SUBMITTALS: Refer to Section 01300. A. Schedule of Work: Perform Work in existing facilities during such hours and by methods as are approved by Owner. Submit proposed schedules itemizing dates and hours that the various items of Work in existing facilities will be started and completed. Owner reserves the right to modify proposed schedules to eliminate conflicts and ensure use of existing facilities during the Work. Exactly follow the schedule as finally approved by Owner. No extra payment will he made to the Contractor for the Work required to be performed during night, Saturday, Sunday, or holiday hours. Revise and resubmit schedules when timing or sequence changes occur or are ordered by Owner. 1.03 JOB CONDITIONS: A. General: Coordinate Work among the trades and with Owner to assure the correct sequence, limits, methods, and times of performance. Arrange the Work to impose minimum hardship on operation and use of the facilities. Install protection for existing facilities, contents, and new Work against dust, dirt, weather, damage, and vandalism, and maintain and relocate as Work progresses. B. Access: Confine entrance and exit operations to access routes designated by the Owner. Schedule hauling operations to minimize impact on congestion in adjacent city streets. Obtain approvals from City of San Bernardino for operations which will affect traffic in city streets. Provide flagmen as necessary to control truck and pedestrian traffic. C. Asbestos Removal: During inspection and demolition work if any asbestos material is found the Contractor shall immediately stop work and notify the Owner. D. Existing Portable Items: The Contractor shall cover and protect remaining items not removed by the Owner. Part II Page 19 02 269 E. Existing Conditions: Intent of Drawings is to show existing site and facility conditions with information developed from the original construction documents, field surveys, and Owner's records, and to generally show the amount and type of demolition and removals required to prepare existing areas for new Work. F. Verification of Conditions: Perform a detailed survey of all existing site and building conditions pertaining to the Work before starting Work. Report to the Engineer all discrepancies or conflicts between Drawings and actual conditions in writing for clarification and instructions and do not perform Work where such discrepancies or conflicts occur prior to receipt of Engineer's instructions. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 DEMOLITION, REMOVALS, ALTERATIONS, AND REPAIRS: A. Basic Requirement: Restore all new and existing construction and improvements that are cut into, altered, damaged, relocated, reinstalled, or left unfinished by demolition and removals as a result of the Work to original condition or to match the adjoining Work and finishes and as indicated, specified, directed, and required. Workmanship and materials shall conform to applicable provisions of other Sections of Specifications. Provide new fasteners, connectors, adhesives, and other accessory materials as required to complete approved reinstallations and restorations. Maintain all existing streets and walkway lighting, or provide equivalent temporary lighting. B. Extent: Perform demolition and removals to extent shown plus such additional demolition or removal as is necessary for completion even though not indicated. More or less of existing construction may be demolished or removed when such variation will expedite the Work and reduce cost to Owner, subject to approval. C. Removals: Carefully remove Work to be salvaged or reinstalled and store under cover. I. Concrete: No Coring unless approved by the Engineer, saw with power saw, or chip where sawing is not practicable, to prevent spalling of concrete to remain. Do not cut off reinforcing bars without prior approval by the Engineer. Be extremely careful when cutting into post-tensioned slabs, so as to not come in contact with the tensioning strands, epoxy coat all reinforcing bars and strands where bonded into new concrete before enclosing. Coordinate with Division 3 of the specification. 2. Miscellaneous Items: Remove items not mentioned but required to be removed in such manner as will minimize damage to Work to remain. Part II Page 20 '02 2 6 9 3.02 SALVAGE: Existing items not to be reused or reinstalled that Owner intends to retain will be designated by Owner prior to start of removals in the pertaining area. Carefully remove, salvage, box or bundle as approved, and deliver such items to storage at site as Owner directs. 3.03 DISPOSAL: Conform to Section 01710. Dispose of removed material off the site except items to be salvaged or reinstalled. Promptly remove waste and debris and do not accumulate within facilities or on site. END OF SECTION Part II Page 21 D2 269 SECTION 02444 CHAIN LINK FENCES PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Provide galvanized chain link fences complete as indicated, specified, and required. A. Work In This Section: Principal items include: I. Chain link fence complete. B. Related Work Not In This Section: I. Concrete substrate. 2. Field painting. 1.02 REFERENCE STANDARDS: Except as otherwise indicated or specified, conform to the Standards for Galvanized Steel Chain Link Fence Fabric; to the Industrial Steel Specifications for Fence Posts, Gates and Accessories; and Standards for Chain Link Fence Installation; all as published by the Chain Link Fence Manufacturers Institute, Washington, D.C., hereinafter referred to as CLFMI Standards. 1.03 SUBMITTALS: Refer to Section 01300. A. Shop Drawings: Submit showing details of each typical installation. B. Product Data: Submit for approval, with manufacturer's catalog data. PART 2 - PRODUCTS 2.01 MATERIALS: A. Galvanized Chain Link Fence Fabric: Provide 1-3/4" or 2" mesh II gage fabric with knuckled selvages, minimum 1.2 ounce per square foot zinc coating weight, all fabric in one piece height as indicated. B. Posts and Rails: Sizes conforming to Table in CLFMI Standards for Industrial Steel Specifications for Fence-Posts, Gages, and Accessories based on required heights or widths. Include top rail. Minimum zinc coating weight is 1.2 ounce per square foot. C. Gates: Galvanized steel tube or pipe frames with fabric and accessory materials to match fencing. Equip gates with malleable steel offset hinges, embedded pipe strike, and lath with vertical rod and padlock lugs, all items galvanized. Minimum zinc coating weight is 1.2 ounce per square foot. Part II Page 22 '0 2 2 G 9 PART 3 - EXECUTION 3.0] INSTALLATION: Conform to approved Shop Drawings. Install with posts as indicated on drawings at maximum la-foot centers, top rail, post caps, bottom tension wire, truss rods at end panels, and concrete footings, all in accordance with CLFMI Standards. END OF SECTION Part II Page 23 02 269 SECTION 02579 PAVEMENT MARKING, BUMPERS AND SIGNAGE PART I - GENERAL I.O! DESCRIPTION: General Conditions and Division I apply to this Section. This work shall consist of furnishing and applying thermoplastic parking space striping, traffic stripes and pavement markings, parking bumpers, and signage as indicated, specified, and required herein. 1.02 All parking space striping, traffic striping and pavement markings on floor levels I through 4 shall be removed and replaced in the same configuration with thermoplastic material as specified herein. PART 2 - PRODUCTS 2.01 THERMOPLASTIC STRIPING AND MARKINGS: Thermoplastic type specially manufactured for pavement traffic line markings by Flint Trading ("Premark" and "Premark 20/20 Flex"), Avery Dennison ("Hot Tape" Series), or approved equal, white color unless otherwise directed. 2.02 PARKING BUMPERS: Standard product unit cast of minimum 3500 psi concrete and reinforced full length with not less than two No.4 deformed reinforcing bars, approximately 7-1/2" wide and 5-1/2" high with upper portion of sides beveled and stake holes located 7" to 9" from ends, lengths as indicated. Omit stake holes in adhesive secured bumpers. PART 3 - EXECUTION 3.01 PAVEMENT MARKING AND STRIPING A. Apply thermoplastic parking space and traffic lines and markings throughout each level of the parking structure in the same layout and configuration as the existing. B. Existing deck surfaces that are to receive the thermoplastic material shall be mechanically wire brushed to remove all paint, dirt and contaminants. Surfaces of new concrete deck areas to receive the thermoplastic material shall be mechanically wire brushed or abrasive blast cleaned to remove alllaitance and curing compound. C. Thermoplastic material shall be applied only to dry deck surfaces and only when the deck surface temperature is above 500 F. Apply the thermoplastic material in accordance with the directions of the manufacturer. D. A primer of the type recommended by the manufacturer of the thermoplastic material shall be applied immediately in advance of, but concurrent with, the application of thermoplastic material. The primer shall be applied at the application rate recommended by the manufacturer and shall not be thinned. Part II Page 24 '0 2 2 6 9 E. Preheaters with mixers having 3600 rotation shall be used to preheat material. F. The thermoplastic material shall be applied to the pavement at a temperature between 3900 F and 4300 F, unless otherwise specified by the manufacturer. G. The thermoplastic material shall be applied by either spray or extrusion methods in a single uniform layer. H. Unless otherwise required to match existing, apply lines 4" wide. The deck surface to which thermoplastic material is applied shall be completely coated by the material and any voids in the surface shall be filled. The thermoplastic material shall be applied at a minimum thickness of 1.5 mm for parking and traffic stripes, and between 2.5 and 3.8 mm for pavement markings. Stencils shall be used when applying thermoplastic material for pavement markings. Apply blue colored handicapped parking symbols where indicated. 3.02 PARKING BUMPERS A. Set the bumpers with two 3/4" diameter galvanized steel pipes, or equal, driven to minimum 12" penetration into subgrade. Fully embed bumpers in epoxy concrete adhesive where installed on portland cement concrete. 3.03 HANDICAPPED SIGNAGE A. Provide reflectorized International Symbol of Accessibility signs with porcelain enamel finish, and steel frame. Mount and finish as detailed on Drawings. END OF SECTION Part II Page 25 02 2~~ SECTION 03072 EXTERNALLY BONDED FRP REINFORCEMENT PART 1 GENERAL 1.01 SUMMARY A. This specification defines the requirements of structural strengthening usmg fiber reinforced polymer composite system. B. Section Includes: 1. Installation of externally bonded fiber reinforced polymer (FRP) composite laminate to reinforce concrete columns. 2. Work Including: a) Inspection of the structural members specified to be reinforced with FRP on the contract drawings. Inspection shall check the location and inspect cracks and existing conditions of the concrete substrate. b) Furnishing of materials, labor, equipment, transportation, necessary storage, access, and all items necessary for repair of concrete members and strengthening by the application of externally bonded FRP reinforcement as specified on the contract drawings and specifications, complete. c) Cooperation and coordination with all other trades in executing the work described in the contract. 3. FRP shall be installed by a contractor (applicator) certified by the material manufacturer by means of written verification. Certified applicator shall have a minimum of two years experience in performing composite system retrofits. 1.02 REFERENCES PART 2 American Concrete Institute (ACI): 1. 318-95 Building Code Requirements for Structural Concrete 2. 440 American Concrete Institute (ACI) Committee 440 draft report tilted "Guide for the Design and Construction of Externally Bonded Fiber Reinforced Polymer (FRP) Systems for Strengthening of Concrete Structures", dated 7/12/00, or later edition Part II Page 26 02 26~ 3. 503R-93 Use of Epoxy Compounds with Concrete 4. 515R-85 Guide to the Use of Waterproofing, Dampproofing, Protective, Decorative Barrier Systems for Concrete 5. 546R-96 Concrete Repair Guide PART 3 American Society for Testing and Materials (ASTM): I. D 3039-93 Test Method for Tensile Properties of Fiber Resin Composites 2. D 3528-92 Test Method for Strength Properties of Adhesives in Shear by Tension Loading of Single Lap Joint Laminated Assemblies 3. D 4541-93 Standard Test Method for Pull-off Strength of Coatings Using Portable Adhesion Tester 4. E 84-94 Test Method for Surface Burning Characteristics of Building Materials PART 4 International Concrete Repair Institute (ICRI): 1. #03730 Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion 2. #03732 Selecting and Specifying Concrete Surface Preparation for Sealers, Coatings, and Polymer Overlays 3. #03733 Guide for Selecting and Specifying Materials for Repairs of Concrete Surfaces PART 5 International Conference Building Officials (lCBO) Evaluation Services, ACI25 Acceptance Criteria titled "Acceptance Criteria for Concrete and Reinforced and Unreinforced Masonry Strengthening Using Fiber-reinforced Composite Systems", dated April 1997. 5.01 SUBMITTALS PART 6 Product Information 1. Manufacturer's product data sheets indicating physical, mechanical, and chemical characteristics of the materials used in the FRP system showing compliance with the project requirements. Mechanical characteristics should be reported as minimum acceptable or guaranteed values. 2. Data and results on material testing including system environmental durability testing (such as by the Aerospace Corporation), and large- scale structural testing of columns. Part II Page 27 '{) '2 2. (1 9 3. Approved ICBO Evaluation Report number in the name of the system and system's manufacturer, or as accepted by the Owner/EoR. 4. Installation instructions, maintenance instructions, and general recommendations regarding each material. 5. Samples of all materials to be used, each properly labeled as specified in Section 2.01. 6. Manufacturer's Material Safety Data Sheets (MSDS) for all materials to be used. 7. System manufacturer's Quality Control Manual in compliance with ICBO AClO, "Acceptance Criteria for Quality Control Manuals." PART 7 Engineering Calculations I. Two copies of the engineering calculations detailing the design of the FRP reinforcement according to the project requirements, and stating any assumptions regarding the condition of the existing structure. Calculations shall be prepared and sealed by a professional engineer and shall be submitted for approval by the EaR. 2. Design methodology as approved by the material manufacturer, and shall conform as a minimum to the requirements set forth in the ICBO ES Acceptance Criteria (ACI25) and ACI-440. 3. The design of FRP has followed ACI 440 recommended strength reduction factor for the project-specific environmental exposure (CE=0.85 for Carbon fiber and 0.65 for Glass fiber). The manufacturer of the product shall assume all responsibilities for the long-term durability and behavior of the FRP material and its bond to existing substrate. P ART 8 Working Drawings 1. Working shop drawings detailing the locations, dimensions, thickness, number of layers, joint and end details, and orientations of all FRP materials to be installed. Working drawings shall be prepared and sealed by a professional engineer. PART 9 Quality Control Procedures I. Quality Control Procedures shall be supplied for review and approval of the EaR. The procedure shall be based on the Specification as a minimum requirement. 9.02 QUALITY ASSURANCE Part II Page 28 " 02 2.Q~ PART 10 Manufacturer I Supplier Qualifications: I. The Manufacturer I Supplier must specialize in the manufacturing of the products specified in this Section with a minimum of 3 years expenence 2. The Manufacturer I Supplier must support and instruct applicators in the installation of the products specified in this Section. 3. A list of a minimum of ten (10) completed composite strengthening projects completed with the manufacturer's composite system. The list should include at a minimum, the dates of work, type, description and amount of work performed. PART II Applicator Qualifications: I. Applicator must be approved by the Manufacturer I Supplier and have completed a course of instruction (given by the Manufacturer I Supplier) in the installation of the products specified in this section. 2. A list of a minimum of five (5) completed composite strengthening projects performed by the certified applicator. The list should include at a minimum, the dates of work, type, description and amount of work performed, and the name and telephone number of a contact person at the agency or company for which the work was completed. In addition, provide the names of the applicator's superintended and personnel who will perform the actual work. The superintendent and assistant shall have a minimum experience of Iyear experience in this type of proj ects. 3. Depending on the scope of work, a pre-installation conference may not be necessary. Retain article below only when applicable and edit accordingly. 11.02 PRE-INSTALLATION MEETING PART 12 A pre-installation meeting shall be held with.a representative of the Owner, Engineer, the Contractor's Superintendent and Foreman, Manufacturer's Field Representative and other trades involved to discuss the conduct of the work of this Section. 12.01 DELIVERY, STORAGE, AND HANDLING PART 13 The products shall be delivered and stored in original, unopened containers. Containers must be clearly marked with legible and intact labels listing the Manufacturer's name, brand name, product identification, batch number, manufacturing date, and shelflife. Part II Page 29 D2 269 .,', PART 14 Stored fiber reinforcement and epoxies must be protected from dust, moisture, and chemical exposure. PART 15 Epoxies must be stored in areas with an ambient temperature according to manufacturer's recommendations and away from direct sunlight, flame sources, or other hazards. Epoxy resins must be stored separately from hardeners. After the resin has been mixed with hardener, the mixed epoxy batch must be used within its pot life. PART 16 Fiber reinforcement must not be handled roughly. Fiber must be stored either in rolls with a radius greater than 12 in (300 mm) or by dry stacking flat. C. PART 17 Products shall be stored ac cording to the manufacturer's requirements and shall avoid contact with moisture. 17.01 WARRANTY PART 18 FRP system supplier shall certify and warrant that FRP system properties will not fall below the design values of the FRP system during 5 years from the date of installation of FRP System. PART 19 Products 19.01 MANUFACTURERS AND PRODUCTS PART 20 Acceptable Manufacturers and Products: 1. MBrace Composite Strengthening System supplied by Master Builders, Inc., 23700 Chagrin Blvd., Cleveland, OR 44122, (216) 831-5500, (800) MBT-9990, Fax: (216) 831-6910 2. Tyfo Fibrwrap Composite Strengthening System supplied by Fyfe Co. LLC, 6044 Cornerstone Court W., Suite C, San Diego, California 92121-4730, Tel: (619) 642-0694, Fax: (619) 642-0947 3. SikWrap System for Structural Strengthening supplied by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071, Tel: (800)-933- 7452, Fax: (201) 933-6335 PART 21 Acceptable FRP Composite System 1. All FRP composite systems must be proprietary systems consisting of fiber reinforcement, polymers, and protective topcoats. FRP composites consisting of fiber reinforcement and polymers provided by more than one manufacturer/supplier are not allowed. PART 22 Acceptable Properties ofFRP System Part II Page 30 02 269 1. The FRP composite system Manufacturer/Supplier shall supply all properties identified in the table below, and shall satisfy all the requirements. 2. The design of the FRP system followed the recommendations of the American Concrete Institute - ACI Committee 440 - "Guide for the Design and Construction of Externally Bonded FRP Systems for Strengthening Concrete Structures", dated July 12, 2000. Refer to this or later edition for definition of various terms and properties shown here. 3. The table below shows the "Nominal and Design Values" used as the basis for the design of the FRP System column jackets in this project. The "Nominal Values" refer to the values reported by the FRP System supplier and validated by tests. The "Design Values" are then obtained by reducing the "Nominal Values" by the appropriate "Environmental Reduction Factor, CE: (Design Value) = (Environmental Reduction Factor, CE) x (Nominal Value) 4. For the project design, a CE=0.65 was used to the design of a Glass fiber-FRP system per ACI-440. The FRP system supplier shall assume all responsibilities for the long-term durability and behavior of the FRP material and its bond to existing substrate, and shall certify that the CE value used in this project is appropriate for its system. Table 1. FRP System Nominal Minimum Mechanical Properties PROPERTY Nominal Value Desie:n Value "Ultimate Tensile Strength" in primary fiber 60 ksi 39 ksi direction per D 3039, based on "Gross Laminate Area" "Tensile Modulus" in primary fiber direction 3,000 ksi 3,000 ksi based on cross sectional area of primary fibers per D 3039 Layer Thickness of "Cured FRP System" for 0.050 0.050 computing "Gross Laminate Area" "Ultimate Tensile Strength" in primary fiber 3.0 k/in 1.95 k/in direction per D 3039, based on "unit-width of one layer of cured FRP system" 'Tensile Modulus" in primary fiber direction 150 k/in 150 ksi per D 3039, based on "unit-width of one layer of cured FRP svstem" Minimum Elongation at Rupture per D 3039 0.020 0.013 (percent) Part II Page 31 02 269 5. FRP System Suppliers shall furnish the "nominal" and "design" mechanical properties of their systems required in the table below, insuring that these values meet the criteria set forth in that table. 6. The "nominal" mechanical properties shall be validated by the required tests per project specifications. 7. The FRP System supplies shall furnish an "Environmental Reduction Factor (CE)" appropriate for their systems and the environmental conditions expected at the project site. Table 2, FRP System Properties (Values to be completed by the FRP System Supplier) PROPERTY Nominal Value Desil!n Value "Ultimate Tensile Strength" in primary fiber direction per D 3039, based on "Gross Laminate Area" (More than 60 ksi) (More than 39 ksi) "Tensile Modulus" in primary fiber direction based on cross sectional area of primary fibers per D 3039 (More than 3,000 (More than 3,000 ksi) ksi) "Guaranteed Ultimate Tensile Strength" in primary fiber direction per D 3039, based on "unit-width of one layer of cured FRP (More than 3.0 k/in) (More than 1.95 system" k/in) "Guaranteed Tensile Modulus" III pnmary fiber direction per D 3039, based on "unit- width of one layer of cured FRP system" (More than 150 k/in) (More than 150 k/in) Minimum Elongation at Rupture per D 3039 (percent) (More than 0.020) (More than 0.013) PART 23 Alternative Design Properties and Alternative Design ofFRP Systems: I. FRP Systems that meet the requirements of Sections 2.01 A, B, and C, except for the values in Table 2 may be accepted per the requirement of this section. 2. FRP System Suppliers shall furnish the "nominal" and "design" mechanical properties of their systems as required in the Table 3 below. 3. The FRP System supplies shall furnish and use an "Environmental Reduction Factor (CE)" appropriate for their systems and the environmental conditions expected at the project site. Part II Page 32 02 269 Table 3. FRP System Properties (Values to be completed by the FRP System Supplier) PROPERTY Nominal Value Deshm Value "Ultimate Tensile Strength" in primary fiber direction per D 3039, based on "Gross Laminate Area" "Tensile Modulus" in primary fiber direction based on cross sectional area of primary fibers I per D 3039 "Guaranteed Ultimate Tensile Strength" in primary fiber direction per D 3039, based on "unit-width of one layer of cured FRP svstem" "Guaranteed Tensile Modulus" in primary fiber direction per D 3039, based on "unit- width of one laver of cured FRP svstem" Minimum Elongation at Rupture per D 3039 (percent) 4. The FRP supplier shall furnish a design for the FRP system per the recommendations of the American Concrete Institute - ACI Committee 440 - "Guide for the Design and Construction of Externally Bonded FRP Systems for Strengthening Concrete Structures", dated July 12, 2000, or later, and according to the pacifications and the following design criteria. 5. The number of layers required for each column shall be designed and furnished per the FRP supplier as follows: The ultimate shear strength provided by the FRP reinforcement of a concrete member strengthened with an FRP system must exceed the shear demand (VrequimV cPlf/ f V f ;;:: Vrequired Where the FRP shear demands (V"quired) for the major and minor axes are provided on the Construction Drawings, and ::: = 1. 00 and Df = 0.80 are applied to the contribution of the FRP system for this project. The contribution of shear strength provided to a member by the FRP system should be based on the definitions and requirements of ACI-440, and as follows: Vf = Afv fie df At, = 2nt t ft, = E teEt Part II Page 33 02 2.o~ E fe = 0.004 ~ O. 75E fu PART 24 Substitutions: Manufacturer must be pre-approved by the Owner/Engineer of Record (EOR) prior to bid date. Approved equals shall satisfy all the pertinent requirements of these specifications and shows equality to the materials defined in Section 2.02. PART 25 Fiber Reinforcement I. Dry fiber shall be unidirectional sheet of E-Glass or Carbon Fiber Reinforcement. PART 26 Polymer Resins - SATURANT I. Polymer resins should be selected based on the ambient temperature of the site at the time of installation. 2. The polymer components provided as part of the FRP composite system shall be according to the manufacturer's recommendations and be according to what have been tested. PART 27 Primer / Filler I. Primer/filler shall be selected and supplied by the manufacturer based on the project requirements to fill void and provide protective seal coat. PART 28 Protective Coatings 1. Protective coatings should be selected or approved by the material Manufacturer/Supplier. 2. The FRP System supplier shall provide and install the FRP system with proper coating(s) to protect his system from the environment as part of this project scope, in addition to any specified coatings as part of this proj ect. PART 29 Finish Paint I. Paint shall be supplied by manufacturer and shall match color selected by Architect/Owner 2.02 OTHER MATERIALS A. Provide other materials as needed for the proper installation of the complete composite system as selected by the contractor in conformance with these specifications. Part II Page 34 02 269 PART 30 Execution OF WORK 30.01 EXAMINATION P ART 31 Examine eXlstmg conditio ns to assess quality of concrete substrate, identify potential obstructions, and verify dimensions/geometry shown on contract document and shop drawings. 31.01 PREPARATION PART 32 Environmental Conditions I. Do not install FRP when the ambient temperature is not within the manufacturer recommended temperature for installation. In cold conditions, auxiliary heat may be applied to raise the ambient temperature to a suitable level. Utilize clean heat sources for this purpose (e.g., electric or propane) that do not contaminate the substrate with carbonation. 2. The presence of moisture inhibits the adhesion of the epoxies to the substrate. Do not install FRP when surface moisture is present on the substrate or when rainfall or condensation is anticipated in the work areas. If moisture can not be avoided, use the manufacturer's suggested wet prime epoxy, subject to the prior approval of the EOR. 3. If water leakage exists through cracks or concrete joints, water flow must be stopped prior to FRP installation. PART 33 Site Conditions I. Maintain control of concrete chips, dust, and debris in each area of work. Clean up and remove such material at the completion of each day of blasting. 33.02 INSTALLATION PART 34 Installation procedures sh all be provided by the installer/contractor for the prior approval by the EOR. The procedure shall be based on the following sections. PART 35 Concrete Repair 1. Unsound areas of the concrete substrate (such as broken pieces, delaminated areas, etc.) must be removed to reveal sound material. 2. If corrosion of the existing steel reinforcement exists, the steel and concrete must be repaired before installation of the FRP. Any deteriorated concrete or corroding reinforcing steel must be repaired per ICRI Guideline #03730. DO NOT COVER CORRODING REINFORCING STEEL WITH FRP. 3. Voids in the concrete substrate greater than 0.50 in (500 mm) in depth must be filled with an appropriate repair mortar. The repair material shall be selected per ICRI Guideline #03733 and the project requirements. If required, the bond strength of the repair material to Part II Page 35 t)2 Lf>S the existing concrete may be verified with pull testing per ASTM D 4541. Minimum direct pull-off strength required is 200 psi (1.4 MPa). 4. Cracks in the concrete substrate greater than 0.010 in (0.25 mm) wide must be injected with epoxy or similar material approved by the EOR. PART 36 Surface Preparation I. Prior to initiating surface preparation procedures, the Contractor shall first prepare a representative sample area. The sample area shall be prepared in accordance with the requirements of this Specification, and shall be used as a reference standard depicting a satisfactorily prepared substrate. 2. The surface to receive composite shall be free from fins, sharp edges and protrusions that will cause voids behind the installed composite or that, in the opinion of the EOR, will damage the fibers. Existing uneven surfaces to receive composite shall be filled with epoxy filler or other material approved by the Engineer. 3. Uneven concrete surface irregularities (offsets) must be ground and smoothed to less than 0.04 in (1 mm). 4. When fiber reinforcement is run around outside comers or edges, these comers must be rounded to a radius of no less than I inch (25 mm). Application of fiber reinforcement around inside comers shall be avoided. No detailing is required if fiber is run parallel to comers. Variations in the radius along the edge shall not exceed 1/2" for every 12" of length. 5. The substrate must be cleaned of any dust, debris, or laitance. Column surfaces shall have all foreign materials removed and be broom cleaned. Stripping off paint from column surfaces is required. One prime coat of the manufacturer's epoxy shall be applied prior to wrapping columns with the composite. 6. For surfaces which do not allow complete encasement with the composite system, surfaces shall be prepared for bonding by means of abrasive blasting or grinding to achieve a 1/16" minimum amplitude. All contact surfaces shall then be cleaned by hand or compressed air. One prime coat of the manufacturer's epoxy shall be applied and allowed to cure for a minimum of one hour. Prior to the application of the saturated composite fabric, fill any uneven surfaces with the manufacturer's thickened epoxy. Provide anchorage as detailed on construction drawings. PART 37 Application of Surface Primer and Filler 1. Primer must be thoroughly mixed with hardener at the specified ratio in the mixing pot until it is uniformly mixed (about 2 minutes). Agitation Part II Page 36 02 2Q(j shall be by means of electric hand mixer. Volume of primer prepared at one time must be such that it can be applied within its batch life. A mixed primer batch which has exceeded its batch life must not be used. (The batch life may vary subject to ambient temperature or volume of the mixed primer batch and care must be taken accordingly.) 2. Prime the concrete surface with the penetrating primer prior to application of any subsequent coatings using a medium nap roller. The primer shall be applied uniformly in sufficient quantity to fully penetrate the concrete and produce a nonporous film in the surface not to exceed 2 dry mils (50 micrometers) in thickness after full penetration. Volume to be applied may vary depending on orientation and roughness of the concrete surface. 3. Apply filler/putty to primed surfaces to fill small substrate voids and irregularities. 4. Surface irregularities caused by the primer and/or filler coating must be ground smooth using disc sander. Subsequent dust must be cleaned from the surface using a dry cloth or brush. PART 38 Application ofFRP Reinforcement I. The epoxy matrix shall be prepared by combining components at the weight (or volume) ratio specified on the manufacturer's labeled units. The components of epoxy resin shall be mixed with a mechanical mixer until uniformly mixed, per the manufacturer's recommendations. Components which have exceeded their shelf life (as designated on the material label) shall not be used. 2. Fiber sheet must be cut beforehand into prescribed sizes using scissors and/or cutter. The size of fiber sheet to be cut is preferably less than 10 ft (3 m) in length, but may be longer if access allows. 3. When the primer coat has been left unattended for more than one week after the application, the surface of the primer coat must be roughened using sandpaper and cleaned of any dust with a dry cloth or brush. DO NOT SOLVENT WIPE. 4. For FRP systems where pre-saturation is required prior to installation: a) Saturation of the fabric shall be performed and monitored according to manufacturer's specified fiber-resin ratio. A previously calibrated saturator can be used to achieve the specified ratio. Fabric shall be completely saturated prior to application to contact surface in order to assure complete impregnation of fabric. b) Saturation shall be supervised and checked by the proper! y trained representative of the installer. c) Both the epoxy resin and fabric shall be measured accurately, combined, and deposited uniformly at the rates shown on the Part II Page 37 02 26(j approved working drawings and per manufacturer's recommendations. The composite system shall be comprised of fibers completely saturated with epoxy resin per proper ratio. 5. For FRP systems where saturation is achieved on the primed surface: , a) Fiber sheets with an areal weight less than or equal to 9 oz/yd" (300 glm2), apply saturant coat to primed surface OR fiber sheet using a medium nap roller (3/8 in or 9.5 mm) to a wet film thickness of 18 to 22 mil (500 micrometers). b) For fiber sheets with an areal weight exceeding 9 oz/yd2 (300 glm\ apply saturant coat to BOTH the primed surface AND the fiber sheet using a medium nap roller (3/8 in or 9.5 mm) to a wet film thickness of 18 to 22 mil (500 micrometers). c) Fiber sheet must be placed onto the concrete substrate to achieve intimate contact and must be rolled in the direction of the fibers using a rib roller in order to facilitate impregnation of the resin into the fiber sheet. 6. For joining strips of fiber sheet in the fiber longitudinal direction, a 6 in (150 mm) overlapping length is required for the E-glass fiber sheets. At the overlapping location, additional resin is applied to the outer surface of the fiber sheet layer to be overlapped. No lapping is required in the fiber lateral direction. 7. Minimize the elapsed time between mixing and application of the saturant to ensure the material is applied within the pot life of the material to avoid any thickening or gelling. 8. A second coat of mixed resin must then be applied onto the surface of the fiber sheet using a medium nap roller (3/8 in or 9.5 mm) to a wet film thickness of 18 to 22 mil (500 micrometers). 9. When more than one layer of fiber sheet must be consolidated into the laminate, the processes as detailed in Items 1 through 8 must be repeated. 10. During installation and initial curing of the FRP composite, the work must be protected from moisture, dust, extreme temperatures, and physical damage by using protective sheeting or other barriers. Initial curing ofFRP must be for no less 24 hours. Epoxy curing temperatures shall be maintained in the temperature range designated for the formulation used. Temperature cure ranges and times shall be determined by manufacturer. PART 39 Application of Protective Coatings 1. Protective coatings may be applied as a final, outermost layer to the externally bonded FRP reinforcement. Part II Page 38 " 02 2.og 2. Protective coatings shall not be applied before the final resin coat has become tack free. 3. The surface to which the protective coatings are to be applied must be cleaned of any dust or debris using a dry cloth or brush. The surface must also be free of any moisture, oils, or other substances that would prohibit bond of the coating 39.02 FIELD QUALITY CONTROL P ART 40 A trained field supervisor shall observe all aspects of onsite preparation and material application including surface preparation, resin component mixing, application of primer, application of resin and fiber sheet, curing of composite, and the application of protective coatings. PART 41 Contractor shall record batch numbers for fabric and epoxy used each day, and note locations of installation. Contractor shall also measure square footage of fabric and volume of epoxy used each day. Contractor shall label Material Test specimens from each day's production and submit ASTM 3039 test results as they are made available. PART 42 Inspection: Continuos Special Inspection shall be performed by a Certified Deputy Inspector, approved by the County, or a Registered Engineer approved by the EaR. Inspector shall observe all aspects of preparation, mixing, and application of materials, including the following: 1. 2. 3. 4. 5. 6. 7. In addition, the FRP casing shall be inspected immediately following application of the composite. Material container labels Surface Preparation Mixing of epoxy Application of epoxy to the fiber Application of composite system Curing of composite material by the Deputy Inspector during and PART 43 Inspection for VoidslDelaminations 1. After allowing at least 24 hours for initial resin cure to occur, perform a visual and acoustic tap test inspection of the layered surface. 2. Large delamination shall be marked for repair. Small delaminations less than 2 in2 (1300 mm2 ) in size and which are not localized, do not require corrective action, subject to the approval of the EaR. PART 44 Bond Testing: 1. If required by the EaR, direct tension pull-off tests shall be conducted to evaluate the bond of the FRP system. Test Conditions Part II Page 39 02 2.69 a) The FRP system shall be allowed to cure a minimum of 24 hours before execution of the direct tension pull-off test b) The locations of the pull-off test shall be representative and on flat surfaces. If possible, pull-off tests shall be conducted on areas of the FRP system subjected to relatively low stress during service. 2. Test Frequency a) Perform a minimum of one pull-off test per 1000 feof installed FRP reinforcement. b) Pull-off tests must be performed on each area of fiber sheet installed on a single day. c) Pull-off tests must be performed on each type of concrete substrate or for each surface preparation technique used if variations in such conditions exist. 3. Test Procedure a) The FRP surface to which the adhesion fixture is to be mounted shall be sanded smooth with medium grit sandpaper, rinsed with water, and allowed to dry. b) Attach the adhesion fixture with the designated bonding agent. Leave to cure in accordance with bonding agent manufacturer's instructions. c) Core drill or square cut around the perimeter of the adhesion fixture through the FRP laminate and into the substrate concrete using carbide tipped or diamond core bit or cutting wheel. Cut to a depth of 0.25 to 0.5 in. (6 - 12 mm) into the concrete. d) Position the detaching assembly over the adhesion fixture and attach the adhesion fixture to the detaching assembly. Align perpendicularly. Adjust the detaching-assembly legs as required. e) Take up the slack in the adhesion tester by screwing down the adjustment knob. f) Set the force indicator to the zero mark. g) Apply a manual or mechanised loading force to provide a constant cross head speed until the adhesion fixture detaches from the concrete element. h) The loading rate shall be such that the fixture detaches in less than 100 seconds. 4. The failure mode must be Cohesive failure within the concrete 5. The tensile bond strength must be in excess of200 psi (1.4 MPa) Pan II Page 40 \)2. '2.69 6. Repair the tested areas in accordance with Section 3.05 of this specification. PART 45 FRP Material Sampling and Testing Procedure: I. Sampling Procedure: a) A minimum of four "test samples" shall be made daily during installation ofFRP. b) Each "two samples" shall be taken at appropriate times during the day as to ensure the maximum material deviance in the components of the FRP System, and shall be labeled distinctly. Each test sample shall consist of two-ply measuring 12 inch by 12 inch of cured composite. c) From a FRP saturated fabric according to the specified fiber- resin ratio cut two 12" x 12" two-ply Test Samples. d) On a smooth, flat, level surface covered with polyethylene sheeting, or 16 mil plastic film, prime the sheathing, or film, with epoxy resin. e) The lot/batch number of fabric and resin used for each test sample shall be recorded along with the location of installation. f) Prepare the sample by placing two layers of saturated fabric oriented in the same direction. Apply additional topping of epoxy. Cover with plastic film and squeegee out all bubbles. g) Samples shall be stored in a sample box and not moved for a minimum 48 hours after casting. The prepared, identified samples shall be given to the Owner's pre-approved testing laboratory. 2. Laboratory Testing: a) Testing shall be performed by an independent laboratory pre- approved by the Owner/EOR. Testing laboratory shall pre- condition the test samples at 140 degrees Fahrenheit for 48 hours before testing. b) Sufficient number (3 minimum) of% in x 9 in 'Test Coupons" shall be cut from each 12" x 12" test sample. Test coupons shall be tested for their material properties in the longitudinal (e-glass fiber) direction. Test samples shall be tested according to the requirement of ASTM D3039. Only pre-qualified testing laboratories shall be used. c) Testing results shall be made available within 3 weeks of sample submission. The testing shall provide average values, based on nominal layer thickness, of the following: ultimate Part II Page 41 .. 02 2t,?; tensile load and strength, tensile modulus, and percent elongation at break. d) A total of fifteen percent of all "Test Samples" shall be tested at the owner's expense. e) If one "Test Coupon" fails the test, then three more coupons from the same test sample, of which the failed coupon was taken from, shall be tested. If these coupons also fail (on average), then three other coupons shall be cut and tested from the other 'Test Sample" that was taken at the same day from the same saturated FRP fabric as the failed sample. In the case that this sample also fails, appropriate remedial measures shall be taken per the recommendations and approval of the EOR. In addition, 25% of the remaining "samples" will then be tested by the same criteria. All testing done in Section 3.04 G2(e) shall be at the contractor's expense. f) In the event that material testing, per Section 3.04 G2(e) determines a "sample" to possess deficient material properties, remedial measures shall be taken. Any structural member where the installed FRP composite system has material properties determined to be below the minimum specified values, additional FRP layers shall be installed until the FRP thickness is increased to compensate for the deficient properties, subject to the approval of the EOR. PART 46 Report: The contractor shall submit a quality control report to the EOR identifying the trained field supervisor, describing the inspection of the completed installation, and detailing the results of the bond testing. 46.0 I REPAIR OF DAMAGED OR DEFECTIVE AREAS PART 47 Repair of all the defective work after the minimum cure time for the FRP laminates shall comply with material and procedural requirements defined in this Specification. P ART 48 Repair all defects in a man ner that will restore the system to the designed level of quality. Repair procedures for conditions that are not specifically addressed in this specification shall be approved by the EOR. All repairs and touch up shall be made to the satisfaction of the Owner's representative and the EOR. PART 49 All defects (including bubbles, delaminations, and fabric tears) more than 2" in dimension or as requested by the Owner or EOR shall be repaired. Two types of repairs shall be performed: I. Small defects or bubbles (less than 4" in dimension) shall be injected or back filled with epoxy. Two small holes shall be drilled into the bubble to allow injection of the epoxy and escape of entrapped air. Part II Page 42 02 269 2. Larger bubbles and delaminations shall be repaired by removing and re-applying the required number of layers of the composite and the required finish coatings. All repair procedures shall be pre-approved by the EOR. 3. Other defects and bubbles shall be repaired by pre-approved repair procedure proposed by the contractor and approved by the EOR, and shall be performed to the satisfaction and approval of the EOR. END OF SECTION Part II Page 43 02 269 SECTION 03100 CONCRETE FORMWORK PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Provide forms for all Work constructed of cast-in-place concrete and shotcrete complete as indicated, specified, and required. A. Related Work Not In This Section: I. Furnishing and placing reinforcing for cast-in-place concrete and shotcrete. 2. Furnishing, placing, finishing, and curing of cast-in-place concrete and shotcrete. 3. Placing of embedded anchor bolts and inserts. 4. Screeds for slabs. 1.02 QUALITY ASSURANCE: Construct forms conforming to the tolerances specified in ACI 30 I, "Specifications for Structural Concrete for Buildings", as applicable, unless exceeded by requirements of regulatory agencies or otherwise indicated or specified. 1.03 SUBMITTALS: Refer to Section 01300. A. Shop Drawings: Submit Shop Drawings showing form pattern layouts of all exposed exterior and interior concrete dimensioned to precisely locate grooves, form panel jointing, and similar features. Review and approval will not include form strength and adequacy. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING: Deliver materials in timely manner to ensure uninterrupted progress. Store materials by methods that prevent damage and permit ready access for inspection and identification. PART 2 - PRODUCTS 2.01 MATERIALS: Furnish materials conforming to the following requirements: Form lumber: WCLIB "Construction" grade or better, WWP A No. I or better, or equal. Form plywood: PS 1-83, Group I, Exterior B-B or better, minimum 5-ply and 5/8" thickness, grade marked, not mill oiled. Plywood having medium or high density overlay matching existing is acceptable. Part II Page 44 " ~'L 269 Tube forms: Sonoco "Seamless Sonotubes", Alton Building Products "Sleek Seamless Standard Wall", or equal, type leaving no marks in concrete. Joist forms: Approved steel or molded plastic types as required. Form ties: Prefabricated rod, flat band, wire, or internally threaded disconnecting type, not leaving metal within -1/2" of concrete surface. Form coating: Resin type coating free of oil, silicone, wax, and non-drying material, not gramralsmg. PART 3 - EXECUTION 3.01 FORM ERECTION AND REMOVAL: Conform to ACI 301 and ACI 347 "Recommended Practice for Concrete Formwork" except as exceeded by requirements of Code, regulatory agencies, or herein. A. Construction: Coat forms with the specified resin coating, not form oil. Construct forms to exact shapes, sizes, lines, and dimensions required to obtain level and plumb and straight surfaces. Provide openings, offsets, keys, anchorages, recesses, reglets, moldings, chamfers, blocking, screeds, drips, bulkheads, and all other required features. Make forms removable without hammering or prying against concrete. Space forms apart with metal spreaders. Construct forms to accurate alignment, location and grades, and provide against sagging, leakage of concrete mortar, or displacement occurring during and after placing of concrete. Coordinate installation of inserts in forms according to Shop Drawings and instructions of other trades. B. Camber: Place suitable jacks, wedges, or similar means to induce camber and to correct settlement in forms before or during concrete placing. Induce camber of 1/8" per 10-feet of span plus 1/4" for beams, except post-tensioned beams or post-tensioned slabs, and 1/8" per 10-feet of span plus 1/8" for slabs other than 2-way slabs. For 2- way slabs, see plans for required camber. For post-tensioned slabs camber only to compensate for form and shoring deformation. For post-tensioned beams induce camber of 1/8" in 10- feet of span less 1/8". C. Comers and Angles: Provide 3/4" by 3/4" beveled chamfer strips for concealed concrete comers and angles unless otherwise indicated. Form exposed concrete comers and angles square unless otherwise indicated. D. Reglets and Rebates: Form all required reglets and rebates to receive flashing, frames, and other equipment. Obtain dimensions, details, and precise positions from related trades and form concrete accordingly. Part II Page 45 02 209 E. Form Joints: Fill joints to produce smooth surfaces, intersections and arises. Use polymer foam or equivalent fillers at joints and where forms abut or overlap existing concrete to prevent leakage of mortar. F. Recesses, Drips, and Profiles: Provide smooth milled wood or preformed rubber or plastic shapes of types shown and required. G. Cleanouts and Cleaning: Provide temporary openings in wall forms for cleaning and inspection. Clean forms and surfaces to receive concrete prior to placing. H. Re-Use: Clean and recondition form material before re-use. I. Time of Form Removal: Do not remove forms until the concrete attains sufficient strength to support its own weight and all superimposed loads. Minimum times for form removal after concrete placement are: Beam sides but not shoring 3 days Column forms and wall forms 2 days Forms for slabs but not shoring 7 days I. Reshoring of not less than half of the full required shoring shall be added under the last placed floor over which full shoring is to be placed for the next floor above. Leave reshoring in place for at least 7 days after the floor above is placed, but in no case remove reshoring until the next placing has attained a compressive strength equal to 66% of that required for 28 day age as determined by control test cylinders specified in Section 03300. 2. Record: Maintain a form and shoring removal record. J. Shoring for Tributary Loads: Set temporary shoring for steel beams supporting cast-in- place concrete slabs. Such shoring is not required where the beams are partially or totally encased with concrete nor for steel beams supporting walls resting on the beams. 3.02 EMBEDDED PIPING AND ROUGH HARDWARE: Consult with trades needing openings for passage of pipes, conduits, ducts, and other inserts. Necessary pipe sleeves, anchors, or other required inserts shall be accurately installed by respective trades according to following requirements. A. Conduits or Pipes: Locate so as not to reduce the strength of concrete. In no case place pipes, other than conduits, in a slab 4-1/2" thick or less. Conduit buried in a concrete slab shall not have an outside diameter greater than 1/3 the slab thickness nor be placed below the bottom reinforcing steel or over top reinforcing steel. Part II Page 46 02 269 B. Sleeves: Pipe Sleeves may pass though slabs or walls if not exposed to rusting or other deterioration and are of uncoated or galvanized iron or steel. Provide sleeves of diameter large enough to pass any hub or coupling on the pipe, including any insulation. . C. Conduits may be embedded in walls only if the outside diameter does not exceed 1/3 the wall thickness, are not spaced closer than three diameters on centers, and do not impair the strength of the structure. 3.03 MISCELLANEOUS CONCRETE WORK: Provide forms for concrete areaways, cast-in- place valve boxes, pits, bases, and other miscellaneous concrete as shown and required to complete all Work. Conform to applicable requirements herein. 3.04 FIELD QUALITY CONTROL: Refer to Section 01400. A. Supervision: Perform Work of this Section under the supervision of a capable concrete form superintendent. B. Continuous Inspection: Obtain inspection and approval of forms before placing structural concrete. END OF SECTION Part II Page 47 02 269 SECTION 03200 REINFORCING STEEL PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Provide reinforcing steel as indicated, specified, and required. A. Work In This Section: Principal items include: I. Reinforcing bars and mesh for cast-in-place concrete. B. Related Work Not In This Section: 1. Reinforcement for shotcrete concrete. 2. Anchorages. 3. Drilled Piers. 1.02 QUALITY ASSURANCE: A. Source Quality Control: Refer to Section 01400 for general testing requirements and to following paragraphs for specific procedures. Testing Laboratory shall perform following conformance testing shall select the test samples of bars, ties, and stirrups from material at the site or from place of distribution, each sampling including at least two 18" long pieces, and perform the following tests according to ASTM A615. B. Identified Bars: If samples are obtained from bundles as delivered from the mill, identified as to the heat number, accompanied by the mill analyses and mill test reports, and properly tagged with Identification Certificate so as to be readily identified, perform one tensile and one bend test for each 25 tons or fraction thereof of each size of bars. Submit mill reports when samples are selected. C. Unidentified Bars: Do not use any unidentified bars on this project. Part II Page 48 02 269 1.04 SUBMITTALS: Refer to Section 01300. A. Shop Drawings: Submit including complete layouts, sections, and details for congested conditions, typical bending diagrams and offsets, splice lengths and locations, proposed layout where vertical and horizontal bars intersect, and where welding is proposed, detailed to conform to A WS and Code requirements. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING: Deliver materials in timely manner to ensure uninterrupted progress. Store materials by methods that prevent damage and permit ready access for inspection and identification. PART 2 - PRODUCTS 2.01 MATERIALS: Furnish materials meeting the test requirements of Paragraph "Source Quality Control" hereinbefore, as applicable, and following requirements: Reinforcing bars: ASTM A615, Grade 60. Reinforcing mesh: ASTM A185, mesh size and gage as indicated, 60 ksi minimum tensile strength. Anchorage & Couplers: ASTM A722, A615 and ACI 318, Provide "Dywidag" Threadbar System, or approved equal. Material is hot rolled and proof stressed alloy steel. Provide proof of material certification to Engineer. Tie wire: Annealed steel, 16 gage minimum. Welding electrodes: A WS D5.1, 90 Series, low hydrogen Type A WS D1.4. 2.02 FABRICATION OF REINFORCING BARS: A. Bending and Forming: Fabricate bars of the indicated sizes and bend and form to required shapes and lengths by methods not injurious to materials. Do not heat reinforcement for bending. Bars with unscheduled kinks or bends are subject to rejection. Use only tested and approved bar materials. B. Welding: Perform welding, where shown or approved, by the direct electric arc process in accordance with A WS D1.4 using the specified low-hydrogen electrodes. Preheat 6" each side of joint. Protect joints from drafts during the cooling process; accelerated cooling is prohibited. Do not tack weld bars. Clean metal surfaces to be welded of all loose scale and foreign material. Clean welds each time electrode is changed and chip burned edges before placing welds. Part II Page 49 {)2 269 When wire brushed, the completed welds must exhibit uniform section, smooth welded metal, feather edges without undercuts or overlays, freedom from porosity and clinkers, and good fusion and penetration into the base metal. Cut out welds or parts of welds found defective with chisel and replace with proper welding. Employ only experienced certified welding operators. Prequalification of welds shall be in accordance with Code. Reinforcing bars to be welded shall have a maximum 0.75 carbon equivalent and prequalification is not required for material less than 0.65 carbon equivalent. C. Galvanizing: Hot-dip galvanize completed reinforcing assemblies in accordance with ASTM A123. D. Marking and Shipping: Bundle bars, tag with identification, and transport and store so as not to damage any material. Keep a sufficient supply or tested and approved bars at site to avoid delays. PART 3 - EXECUTION 3.01 INSTALLATION OF REINFORCING: Provide additional bars at sleeves and openings as required. Before placing bars, and again before concrete is placed, clean bars of loose mill scale, oil, or other coating that might destroy or reduce bond. A. Securing In Place: Accurately place bars and wire tie in precise position where bars cross. Bend ends of wire ties away from forms. Wire tie bars to comers of ties and stirrups. Support bars according to current edition of "Recommended Practice for Placing Bar Supports" of the Concrete Reinforcing Steel Institute, using approved accessories and chairs. Use precast concrete cubes with embedded wire ties to support reinforcing steel bars in concrete placed on grade and in footings. B. Exposed Surfaces: Provide stainless steel or plastic tipped chairs, bolsters, and accessories where exposed on exterior or interior concrete surfaces not to be painted or covered. C. Clearances: Maintain minimum clear distances between reinforcing bars and face of concrete as indicated or directed. D. Splices: Do not splice bars at points of maximum stress except where indicated. Lap splices as shown or required to develop the full strength or stress of bars. Stagger splices in horizontal wall bars at least 48" longitudinally in alternate bars and opposite faces. E. Field Welding of Bars: As specified for fabrication. F. Maintaining Bars In Position: Assign a competent ironworker mechanic at every concrete placing location to inspect reinforcement and maintain all bars in the correct positions. Part II Page 50 02 269 G. Reinforcing Mesh: Lap one full mesh plus 2" at splices, wire tie, and support the same as specified for bars. 3.02 MISCELLANEOUS CONCRETE WORK: Provide reinforcing for areaways, cast-in-place valve boxes, pits, splash blocks, bases, and other miscellaneous concrete as shown and required to complete all Work. Conform to applicable requirements herein. 3.03 FIELD QUALITY CONTROL: Refer to Section 01400. A. Supervision: Perform Work of this Section under the supervisIOn of a capable superintendent. B. Inspection: Obtain continuous inspection and approval during placing of bars and reinforcing before concrete is placed, and continuously inspect while concrete is being placed. C. Melding Inspection: Whether welding is done in the shop or at the site, perform welding of reinforcing bars under inspection of the Testing Laboratory Welding Inspector. END OF SECTION Part II Page 51 {)'L 2o(j SECTION 03300 CAST-IN-PLACE CONCRETE PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Provide all Work constructed of cast-in-place concrete as indicated, specified, and required. A. Work In This Section: Principal items include: I. Furnishing, placing, patching, and initial cunng of cast-in-place concrete unless otherwise specified. 2. Site concrete. 3. Off-site concrete. 4. Grout and drypack work, except as otherwise specified. 5. Placing of embedded anchor bolts and inserts. B. Related Work Not In This Section: I. Preparation of earth sub grade under concrete. 2. Furnishing, erection, and removal of forms. 3. Furnishing and placing reinforcing for cast-in-place concrete and shotcrete. 4. Final finishing and curing of cast-in-place concrete and shotcrete. 5. Concrete and reinforcement in piles. 6. Epoxy adhesive crack repair system. 7. Anchorage into existing concrete. 1.02 QUALITY ASSURANCE: A. Concrete Manufacturer: Furnish all concrete from licensed commercial ready-mix concrete plants conforming to ASTM C94 and approved by Building Official. The requirements herein govern when exceeding ASTM C94. B. Allowable Tolerances: Construct concrete conforming to tolerances specified in ACI 301, "Specifications for Structural Concrete for Buildings", as applicable, unless exceeded by requirements ofregulatory agencies or otherwise indicated or specified. Part II Page 52 02 2()9 C. Source Quality Control: Refer to Section 01400 for general testing requirements and to following paragraphs for specific procedures. Concrete materials which, by previous tests or actual service, have shown conformance may be used without testing when approved by Engineer and Building Official. Testing Laboratory shall pefform following conformance testing. I. Portland Cement: Furnish Mill Certificates, acceptable to the Engineer and Building Official, showing conformance with requirements specified; otherwise, the Testing Laboratory shall test each 250 barrels of cement in accordance with ASTM C150. 2. Aggregate For Normal Weight Concrete: Test the aggregate before and after concrete mix is designed and whenever character of aggregate varies or source of material is changed. Include a sieve analysis. Obtain samples of aggregates at source of supply or at the ready-mix concrete plant in accordance with ASTM 075 and perform tests for the following properties: Sieve analysis: ASTM C136. Organic impurities: ASTM C40, fine aggregate color not darker than the reference standard color. Soundness: ASTM C88, loss after 5 cycles not over 8% of coarse aggregate or 10% of fine aggregate. Abrasion: ASTM C13I, weight loss not more than 10-1/2% after 100 revolutions, 42% after 500 revolutions. Deleterious materials: ASTM C33. Materials finer than No. 200 sieve: ASTM C117, not over I % for gravel, 1.5% for crushed aggregate, per ASTM C33. Reactivity potential: ASTM C227, C289, and C342, ratio of silica released to reduction in alkalinity not to exceed 1.0; include full report for Engineer's evaluation. Sand equivalent: ASTM 02419, California Sand Equivalent values not below 80 percent. 1.03 CONCRETE MIX DESIGNS: Testing Laboratory shall design concrete mixes for all concrete requiring 28-day compressive strength exceeding 2,000 psi. Contractor shall bear all costs for concrete mix designs. Part II Page 53 02 269 PART 3 - EXECUTION 3.01 PREPARATION FOR CONCRETE PLACING: Remove free water from forms before concrete is deposited. Remove hardened concrete, debris, and all foreign materials. from forms and from surfaces of mixing and conveying equipment. A. Wetting: Wet wood forms sufficiently to tighten up cracks. Wet other materials sufficiently to reduce suction and maintain concrete workability. B. Earth Subgrade: Lightly dampen sub grade 2 hours before placing concrete but do not muddy. Re-roll where necessary for smoothness and remove loose material. C. Screeds: Set screeds at all walls and maximum 8-foot centers between. Set to provide level floor. Check with an instrument level, transit, or laser during placing operation to maintain level floor. 3.02 CONCRETE PLACING: A. Joints In Concrete: Locate joints only where approved. Obtain prior approval for points of stoppage of any pour. Clean and roughen surface of construction joints by removing entire surface and exposing 1/4" of clean aggregate solidly embedded in mortar matrix by sandblasting, chipping, or equal. Water and keep hardened concrete wet for not less than 2 hours before placing new concrete. Cover horizontal surfaces of existing or previously placed and hardened concrete with a 2" thick layer of fresh concrete less 50% of coarse aggregate just before balance of concrete is placed. B. Conveying and Placing: Do hot place concrete until reinforcing steel, forms, or metal decking have been approved by the Inspector and other authorities having jurisdiction. Do not use aluminum tubes or any aluminum equipment for pumping concrete, nor allow concrete to free fall from its point of release at mixer, hoppers, tremies, or conveying equipment more than 6 feet for concealed concrete and 3 feet for exposed concrete. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one portion to another. Place concrete in horizontal layers not more than 18" thick within 45 minutes after water is first added to the batch. Place concrete by methods that prevent segregation of materials. C. Vertical Elements: Stop placement of concrete in walls and columns at bottom of beams or supported slabs. Stop placement at sills and heads of wall openings in same manner. Allow concrete to be in place at least 2 hours and/or until vertical shrinkage has ceased before placing concrete for floor framing. D. Compacting: Compact each layer of concrete as placed with mechanical vibrators or equivalent equipment. Transmit vibration directly to concrete and in no case through forms unless approved. Accomplish thorough compaction. Supplement by rodding or spading by hand adjacent to forms. Compact concrete into comers and angles of Part II Page 57 02 269 fonns and around reinforcement and embedded fixtures. Recompact deep sections with congestion due to reinforcing steel. E. Operation of Vibrators: Do not transport concrete in fonns with vibrators nor allow vibrators to contact fonns or reinforcing. Push vibrators vertically into preceding layers that are still plastic and slowly withdraw, producing maximum obtainable density in concrete without creating voids or segregation. Under no circumstances disturb concrete that has stiffened or partially set. Vibrate at intervals not exceeding two-thirds the effective visible vibration diameter of the submerged vibrator. Avoid excessive vibration that causes segregation. F. Re-Vibration: Place concrete containing retarding admixture by a schedule that allows layers of concrete to be in place and compacted for at least 30 minutes before the next layer of concrete is placed. Remove bleed water on the concrete surface and from fonns and re-vibrate the concrete down as far as the concrete is plastic before placing the next layer. G. Correction of Segregation: Before placing next layer of concrete, and at top of last placement for vertical elements, remove concrete containing excess water or fine aggregate or showing deficiency of coarse aggregate and fill the space with compacted concrete of correct proportions. H. Slabs: Compact and tamp concrete, and bring 1/8" to 3/16" of coarse mortar to surface. Wood float to straightedges and screeds after water sheen has disappeared. Do not use steel or plastic floats of any kind for initial floating operations. Do not apply finishes until all surface water disappears and surface is sufficiently hardened. Remove bleed water and laitance as it appears. Section 03345 covers final slab finishing curing. I. On Grade Slab Areas: Place with maximum 40-foot edge dimension. Generally locate slab joints along column lines, exact locations as directed or approved. 2. On Grade Slab Construction with Contraction Joints: Use standard product type construction joints equivalent to "Key-Kold" at column lines and "Kwik- Joint" contraction joints at intennediate spacing. Power saw cut 1/8" by 3/4" deep intennediate joints where indicated or approved. Confonn to approved submittal. 3. Expansion Joints: Confonn to details and the approved submittal. Provide expansion joint filled finished flush with slab surface except for those joints shown to be sealed with sealant. Confonn to Section 07900 where seal ant sealed joints are shown or specified, including the polymer joint filler or backing. Part II Page 58 02 2.69 3.03 CURING FORMED CONCRETE: Keep forms containing concrete in a wet condition until removed. Keep concrete continuously moist for at least 7 days after placement. Keep concrete moist with a fine fog water spray until protected by curing media. During times of dry or excessive winds, high ambient temperature, low humidity, or other conditions causing rapid drying, use specified evaporation retardant and finishing aid material in accordance with manufacturer's instructions and cure concrete with a fine fog spray of water, or equal, applied both during and after finishing and continued until final curing operations are started. Use water curing method, curing sheet material, or a clear liquid membrane forming curing compound except as otherwise specified. Do not use any type of finishing or curing materials or methods that interfere with the correct application or bonding of subsequent materials; verify exact requirements with all applicable trades. 3.04 PATCHING FORMED CONCRETE: Remove fins, projections, and offsets. Cut out rock pockets, honeycomb, and other defects to sound concrete, edges of cuts straight and back- beveled. Dampen cuts and scrub with neat Portland cement slurry just prior to patching, or apply an approved epoxy concrete adhesive. Saturate form tie holes with water and fill all voids and patches with flush smooth-finished mortar of same mix as concrete (less coarse aggregate), cure, and dry. 3.05 FINISHING EXPOSED FORMED CONCRETE: Refer to Section 03345. 3.06 SLAB FINISHING AND CURING: Refer to Section 03345. 3.07 GROUTING AND DRYPACKING: Install as indicated or required except for the items grouted by other trades. Coordinate with provisions of Section 03600. A. Mixing: Mix the approved non-shrink grout material with sufficient water per manufacturers recommendations, so it flows under its own weight for grout, and to just moisten and bind the material together for drypack. B. Placing and Curing: Place drypack by forcing and rodding to fill all voids and provide complete bearing under plates. Place fluid grout from one side only and puddle, chain, or pump for complete filling of voids; do not remove the dams or forms until grout attains initial set. Finish exposed surfaces smooth and cure with damp burlap at least 3 days. 3.08 SITE CONCRETE WORK: Use bituminous type joint filler. Cure all concrete for at least 10 days with liquid curing compound or sheet material except as otherwise specified. Construct all site concrete of 2,000 psi concrete unless otherwise indicated or specified. Provide reinforcing bars or mesh only where indicated. 3.09 OFF-SITE CONCRETE WORK: Provide new concrete items where indicated, and replace existing items damaged by Contractor's operations. Secure and pay for required permits, inspections, engineering, and surveying. Part II Page 59 02 269 3.10 MISCELLANEOUS CONCRETE WORK: Provide areaways, cast-in-place valve boxes, pits, splash blocks, bases, and other miscellaneous concrete as shown and required to complete all Work. Conform to applicable requirements herein. 3.11 FIELD QUALITY CONTROL: Refer to Section 01400. A. Supervision: Perform Work of this Section under the supervision of a experienced concrete superintendent. B. Level of Floors: Continuously monitor concrete placing operations to maintain level floor by use of an instrument level, transit, or laser. C. Continuous Inspection: Construct all structural concrete of strength exceeding 2,000 psi under continuous inspection of an Inspector. Obtain inspection and approval of forms and reinforcing by Building Department as required and by the Inspector before placing structural concrete. D. Testing of Concrete: Testing Laboratory shall perform following tests: 1. Compressive Strength Tests: Cast one set of three or more test cylinders from each day's concrete placing and each 150 cubic yards, or fraction thereof, of each strength of structural concrete. Date test cylinders, number, and tag showing the location from which sample was taken. Indicate slump test result of each sample. Do not make more than two series of tests from anyone location or batch of concrete. 2. Test Cylinders: Cast according to ASTM C31; 24 hours later, store cylinders under moist curing conditions at about 70oF. Test according to ASTM C39; one cylinder at 3 and 7 days and two cylinders 28 day ages. 3. Control Test Cylinders: Cast a set of two or more cylinders for each day's placing of concrete for slabs supported on shoring. Place on slabs represented by cylinders and cure same as slabs. Test cylinders to determine proper times for removal of shores and reshoring. E. Core Tests: Should tests show the strength of any concrete falls below required minimum, additional testing of concrete which unsatisfactory tests represent may be required. Make core tests according to ASTM C42. Fill the core holes with drypack concrete of strength required for concrete. Contractor shall bear cost of tests for below-strength concrete even if such tests indicate concrete has attained required minimum compressive strength. END OF SECTION Part II Page 60 ()2 LQg SECTION 03345 CONCRETE FINISHING PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Perform and provide all concrete finishing required to complete the Work, except for concrete finishing specified to be performed under other Sections. A. Work In This Section: Principal items include: I. Samples and submittals. 2. Finishing of exposed formed concrete. 3. Final slab finishing and curing. B. Related Work Not In This Section: I. Furnishing, erection, and removal of forms. 2. Furnishing, placing, patching, and initial curing of cast-in-place concrete and Shotcrete unless otherwise specified. 1.02 QUALITY ASSURANCE: As specified in Section 03300. 1.03 SUBMITTALS: Refer to Section 01300. A. Product Data: Submit for the following: I. Curing-sealer-hardener. B. Site Samples: Prepare Samples as required by the Engineer at the site, cast in the directed locations and orientations. Prepare as many Samples of each type of concrete as are required for approval. Remove Samples from the site when no longer needed and removal is approved. Approved Samples may be part of permanent construction if meeting all other requirements shown and specified and are so approved. Use form and concrete materials previously approved under Section 03100 and 03300. Part II Page 61 {)2 269 PART 2 - PRODUCTS 2.01 MATERIALS: Furnish materials conforming to Section 03300, as applicable, and following requirements: Curing-sealer hardener: Ashford Formula by Curecrete Chemical Company, Inc. distributed by BMSA inc. (714) 855-3365, "C-D-H" manufactured by V en-Chern, (805) 967-7600, or approved equal, applied and warranted as specified herein. PART 3 - EXECUTION 3.01 FINISHING EXPOSED FORMED CONCRETE: Surface patching and initial curing of formed concrete are specified in Section 03300. Rub surfaces with a carborundum brick or equal until smooth and free of form marks, offsets, and other defects, and in uniform planes. Wet rubbed surface and then brush coat with cement grout consisting of I part light-colored Portland cement to 2 parts fine aggregate and mixed with water to the consistency of thick paint. Cork or wood float grout to fill all pits, air bubbles, and surface holes. Scrape off excess grout and rub surface with burlap or equal to remove all grout film. After grout sets, again coat with same grout, cure, then brick and burlap rub as necessary to eliminate remaining defects and blemished, and damp cure surfaces for not less than 3 days or longer if required for complete curing of concrete. Finish, clean, and cure each surface as a continuous operation. Produce uniformly plane smooth surfaces free of grout film, grout or rubbing marks, defects, or blemishes after painting or covering with a flexible type finish material. Unless otherwise indicated or specified, apply this finish on exposed formed concrete. A. Surfaces Excepted: Rubbed and grouted finish is not required on following surfaces: 1. Permanently concealed concrete. 2. Concrete exposed in mechanical, electrical, utility, storage, shaft, and similar non-public rooms and areas. 3. Wall and ceiling surfaces in interior parking areas, except the heads, jambs, and sills of openings in exterior walls shall be finished. 3.02 SLAB FINISHES: Produce finish slab surfaces level or sloped as shown with maximum deviation of 118" from a 10-foot straightedges. Keep surface moist with a fine fog spray of water as necessary. Dusting with dry cement or sand during finishing operations is not permitted. Finish all slab edges and joints with an edging tool. Match the approved Sample panels. Part II Page 62 02 2.69 Apply the following finishes as indicated, specified, directed, and applicable. A. Rough Slab Finish: After initial set, coarse broom the slab surface and expose coarse aggregate. Apply on slabs to receive deferred mortar setting beds or cementitious toppings or slabs. B. Monolithic Trowel Finish: For slab and flatwork surfaces not indicated or specified to receive another finish. After surface water disappears and floated surfaces are adequately hardened, steel trowel and retrowel concrete to a smooth surface. After concrete has set sufficiently to ring the steel trowel, retrowel to a smooth uniform finish free of trowel marks and blemishes. Avoid excessive retroweling that produces burnished areas. C. Steel Float Finish: Same as for monolithic trowel finish except omit the second retroweling. Apply on following areas and surfaces: I. Traffic deck coating areas. D. Swirl Non-Slip (Sweat Trowel) Finish: Same as for monolithic steel trowel finish less second retroweling. When ready, produce non-slip finish by circular motion and slight lifting of trowel, done in regular pattern. At walking areas, apply smooth finish I" wide at all edges, expansion joints, and scoring. Apply on following surfaces: I. Exterior vehicle traffic slabs. 2. Exterior concrete walks. 3. Other slabs where specified or directed. E. Interior Parking Slabs: Apply swirl non-slip (sweat trowel) finish except apply monolithic steel trowel finish in parking stalls and a coarse broom finish on ramps. Apply wood flat finish on ramps to receive traffic deck coating. F. Scoring: Provide where shown or directed, using tool of approved size and profile. Run score lines straight and of uniform appearance. If scoring is not indicated, obtain Engineer's instructions not less than two working days before the day slab concrete is placed. 3.03 SLAB CURING: Promptly apply curing media as soon as finishing is complete without marring surfaces, and in any case on same day. Apply liquid compound in accordance with the manufacturer's published application rates; apply 2 spray coats, with second coat at right angle to first coat. Cover adjoining surfaces. Equip spray nozzles with windshield suitable for wind conditions. A. Curing Period and Protection: Maintain all curing media intact and sealed for 10 days minimum after application. Keep foot traffic on the curing surfaces to minimum Part II Page 63 O'L 269 possible and completely off liquid compound cured surfaces; vehicular traffic is not permitted on the surfaces until curing is completed. Immediately restore all damaged or defective curing media. B. Restriction: Do not apply liquid membrane-forming curing compounds on any concrete to receive or bond to concrete or mortar, or on any surfaces to receive subsequent material or finish unless such use and the specific compound used are approved by manufacturer of the material or finish to be applied, and verify all such use with related trades. Do not apply curing compounds on slabs to receive elastomeric or bituminous type coatings. C. Liquid Membrane-Forming Curing Compound: Use on exterior slabs and paving but subject to above restriction. Do not use on interior slabs. D. Sheet Curing: Use the specified curing sheet material. Seal all laps and edges with plastic pressure-sensitive tape, and immediately repair tears during the curing period. Verify that surfaces remain damp for the full curing period; if necessary, lift sheet, wet surfaces with clean water, then replace and reseal the sheeting. Use on surfaces where curing compound is not permitted. E. Water Curing: Option to either liquid membrane-forming curing compound or sheet curing method. Keep concrete continuously wet for entire curing period. F. Curing-Sealer-Hardener: I. General: Employ material manufacturer's authorized applicator. Issue manufacturer's 20-year material and lO-year labor warranty to Owner. Use either one application of Ashford Formula, applied immediately following slab finishing as curing agent, or one coat of "C-D-H". Apply on following surfaces: a. Exterior concrete walking slabs. b. Exterior vehicle traffic slabs. c. Interior slabs to remain exposed including all vehicle and walking areas inside parking area. END OF SECTION Part II Page 64 02 269 SECTION 03353 SANDBLASTING PART I - GENERAL 1.01 DESCRIPTION. General Conditions and the requirements of all other Sections of Division I apply to this Section. Provide various materials and perform all sandblasting operations as indicated, specified, and required. This Section applies to all other Sections of the Specifications. A. Work In This Section: Principal items include: 1. Sandblasting of existing surfaces to receive new materials secured by cementitious, adhesive, or chemical bond (such as concrete, toppings, elastomeric coatings, plaster, mortar, etc.), and the sandblasting of other surfaces as shown, specified, directed, or required for proper preparation of surfaces. 1.02 SUBMITTALS: Refer to Section 01300. PART 2 - PRODUCTS 2.01 Provide sandblasting aggregate, equipment, materials, and personnel as required for proper performance of Work of this Section and in compliance with pertinent regulations of governmental agencies having jurisdiction. PART 3 - EXECUTION 3.01 Sandblasting: Completely remove eXlstmg finish, stains, oil, grease, bitumen, penetrated mastics and adhesives including primers, and all other substances deleterious to the bond or connection of new materials, and expose clean sound surfaces. Use wet sandblasting for interior surfaces, and for exterior surfaces where directed or necessary to prevent creation of a dust nuisance. Sandblasting entire concrete surfaces as indicated to achieve the minimum roughness amplitude specified in the drawings and general notes. 3.02 Dust Control: Exert every effort to prevent dust and construction debris from contaminating the work area. These efforts shall include but not limited to providing a daily cleanup of the construction area and provide plastic sheeting over existing openings or equipments if any. END OF SECTION Part II Page 65 02 2.69 A. Strength Requirements: Design mixes for structural concrete for minimum 28-day compressive strengths required by Drawings and Specifications. The trial batch strength for each mix shall exceed indicated or specified strength by 750 psi or a lesser amount based on standard deviations of strength test records according to ACI 318. B. Basis of Mix Designs: Design concrete mixes for workability and durability of concrete. Control mixes in accordance with Chapter 4, ACI 318 "Building Code Requirements for Reinforced Concrete". Make adjustments in cement content as necessary for required concrete strengths at the Contractor's expense. Do not exceed 0.55 absolute water-cement or cement plus fly ash ratio by weight. The admix for formed normal weight concrete shall contain an air entraining agent producing air content of 3.5% to 6.5% by volume and adjusted for weather conditions. Air entrainment is not required for footing and foundation concrete. Do not use calcium chloride. Other admixtures containing material releasing nitrates in solution are limited to 0.06% by weight for the chloride ion. C. Maximum Aggregate Sizes: Not exceeding 3/4 of minimum clear space between bars and between bars and forms, no larger than 1/5 of least dimensions between the forms. Design the mixes with 3/4" maximum size, except maximum 1-1/2" size for foundations and maximum 3/8" size where congested reinforcing or thin sections occur. 1.04 SUBMITTALS: Refer to Section 01300. A. Shop Drawings: Submit for structural concrete and concrete slabs showing dimensioned locations and types of construction and expansion joints. B. Samples: Refer to Section 03345. C. Concrete Design Mix: Contractor to submit concrete design mIx to Engineer for Approval. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING: Deliver materials in timely manner to ensure uninterrupted progress. Store materials by methods that prevent damage and permit ready access for inspection and identification. 1.06 JOB CONDITIONS: Do not place concrete during rain or adverse weather conditions without means to prevent any damage. Conform to ACI 305 "Recommended Practice for Hot Weather Concreting" and ACI 306 "Recommended practice for Cold Weather Concreting" as required except do not use calcium chloride or accelerators. Part II Page 54 PART 2 - PRODUCTS ()2 2~g, 2.01 MATERIALS: Furnish materials meeting the test requirements of Paragraph "Source Quality Control" hereinbefore, as applicable, and following requirements: Portland cement: Stone aggregates: Admixture: Pozzolan: Air-entraining admix: Water: Joint filler: Curing compound: Curing sheet: ASTM C150, Type II, low alkali. Do not change brand without prior approval. ASTM C33, from approved pits, free from vegetable matter and of opaline, feldspar, and siliceous magnesium substances; clean, hard, fine-grained sound crushed rock or washed gravel; not over 5% by weight of flat, thin, elongated, friable or laminated pieces (pieces having the major dimension over 5 times average dimension) or over 2% by weight of shale or cherty material. ASTM C494, Type A or D; only one brand. ASTM C618, Class N natural pozzolan, Class F Fly Ash, 20% or 100 pounds maximum per cubic yard and no more than 3% carbon. ASTM C260. From potable domestic source. ASTM Dl751 and D1752, as specified. ASTM C309, fugitive dye dissipating type. ASTM C171, non-staining white types. Evaporation retardant and finishing aid: Master Builders "Confilm", or equal. Surface retarder: Vapor barrier: Non-shrink grout: L.M. Scofield "Lithotex Retarder", Sika Type S or B "Rugasol", Chem- Masters "Exposee H", or equal. ASTM D2103, polyethylene sheeting, 8 mil thickness, with minimum 2" wide waterproof plastic tape, self-adhering type. Coordinate with provisions of Section 03600. Install in accordance with Manufacturers recommendations, Master Builders "Embeco"713", SikaGrout 212 Nonshrink, U.S. Grout Five star or approved equal, non- gas-forming type, non-metallic, cementitious grout, free of oxidizing catalysts and inorganic accelerators, performance characteristics, the grout shall have a minimum compressive strength at 3 days of 3000 psi, Part II Page 55 02 269 and at 28 days of 4000 psi per ASTM CI09, non-staining type III exposed areas. Surface preparation shall be in accordance with Manufacturers specifications and recommendations. Install in accordance with Manufacturers Specifications and recommendaiions, Bonding agent applied to surface, use Armateck 110 bonding agent or Master Builders Epoxy bonding agent or approved equal. Place grout within 10 minutes after mixing, place grout in a manner to avoid air entrapment. Vibrate or ram grout to achieve flow and compaction. After grout has finally set, remove forms, trim or shape exposed surface level with adjacent concrete surface, matching existing finish and color. Cure in accordance with Section 03345. 2.02 CONCRETE MIXING: Furnish ready-mixed concrete from an approved commercial offsite plant. Conform to ASTM C94, except materials, testing, and mix designs as specified herein. Use transit mixer trucks equipped with automatic devices for recording number ofrevolutions of drum. A. Limitation of Mix Water: Do not deliver ready-mixed concrete to site with total amount of mixing water included. Withhold 2-1/2 gallons of water per cubic yard at the plant unless a lesser amount is approved by the Engineer, then add to mix before concrete is discharged from the mixer truck under supervision of Inspector. Each mixer truck shall arrive at the site with full water tank; if the tank is not full and concrete tests to a slump greater than specified, entire load is subject to rejection. B. Slump: Adjust quantity of water so concrete at time of placing does not exceed the slumps indicated on the drawings and at the point of placing when tested according to ASTM C143. Use the minimum water necessary for workability required by part of structure being cast. Part of Structure Maximum Slump (Inches) Footings, foundation walls, and mass concrete not reinforced 4 Slabs on grade (containing no admixture) 3 Slabs on grade (containing admixture) 3-4 Reinforced concrete over 8" thick 4 Reinforced concrete 8" or less thick 4.5 Reinforced concrete slabs 3 Part II Page 5 6 02 269 SECTION 03400 ADHESIVE ANCHORING SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION: General Conditions and Division 1 apply to this Section. Provide anchorage to existing concrete by means of epoxy, dowels and anchors complete as indicated, specified, and required. A. Work In This Section: Principal items include: 1. Epoxy, dowels and anchors. B. Related Work Not In This Section: 1. Cast-in-place concrete. 2. Shotcrete. 3. Steel reinforcement. 4. Surface preparation. 1.02 QUALITY ASSURANCE: Refer to Section 01400 for general testing requirements. Testing Laboratory shall perform conformance testing on samples of epoxy, anchors and dowels from material at the site or from place of distribution, each sampling shall conform with latest edition of ACI Standards and Practices including pertinent regulations of local Codes and regulations apply. 1.03 SUBMITTALS: Refer to Section 01300. A. Qualifications Statements of Anchorage to Existing Concrete Subcontractor to be submitted to the Owner for approval: I. Include a list of not less than five (5) comparable projects completed for a public agency in California in the last five years. Two of the projects must have been completed within the last 24 months. The list will include the names, address and phone numbers of project contacts. 2. Submit copies of current California Contractors' Licence and evidence of insurability from a company rated A: VIII by A. M. Best & Company with the bid documents. 3. Describe your company's experience with the 1997 edition Uniform Building Code. Describe how does your company coordinates the necessary structural observations with the Project Structural Engineer. Part II Page 66 02 269 B. Product Data: Submit data for proprietary materials and items including epoxy compounds. C. Laboratory Test Reports: Submit laboratory test reports for epoxy materials and pullout tests as specified. D. Shop Drawings: Submit including complete installation, layouts, sections, and details of existing conditions, typical configurations, spacing and offsets, splice lengths, depth of embedment, surface preparation and locations, proposed epoxy anchors and dowels anchorage intersect. Install in accordance with latest edition of ACI Standard and Practices. After Engineer's approval of initial submission, subsequent submittals may be waived at the Engineer's discretion. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING: Deliver materials in timely manner to ensure uninterrupted progress. Store materials by methods that prevent damage and permit ready access for inspection and identification. PART 2 - PRODUCTS 2.01 MATERIALS: A. Epoxy Anchors and Dowels: Unless otherwise noted furnish epoxy anchors and dowels by Hilti HIT HY 150 for solid base materials and Hilti HIT HY 20 for hollow base materials or approved equal systems by the Engineer for application or injection as designated on the drawings. PART 3 - EXECUTION 3.01 INSTALLATION OF ANCHORAGE TO EXISTING CONCRETE: Install in accordance with procedures designated in drawings, apply or inject epoxy compounds in strict accordance with the manufacturer's specifications and recommendations for each intended type of use. A. Anchors and Dowels: Provide all epoxy grouted anchors and dowels. At random for each concrete pour 10% percent of the anchors and dowels shall be tested in tension to twice the design allowable tension values as indicated on the Drawings. Deficient anchors and dowels shall be replaced and retested at the Contractors expense. The Engineer may change the frequency of tests as construction progresses. I. The depths to drill anchorage holes are indicated on the Drawings. The hole diameter shall be equal to the outside diameter of the anchor or dowel plus 1/S" unless otherwise recommended by the Epoxy Manufacturer. The holes shall be cleaned and dry per Manufacturer's recommendations prior to installation. Part II Page 67 02 269 2. All drilled holes which will not be used shall be filled with an approved high strength non-shrink grout as directed by the engineer. The contractor shall use every effort to minimize number of these holes during the drilling operation. B. Reinforcements: Install in accordance with approved Shop Drawings and Manufacturer's recommendations. The reinforcement in existing concrete shall not be cut or damaged by the new construction. The Contractor shall submit his procedures for identification of existing reinforcement and post-tensioned strands for Engineer's approval prior to commencing work. The reinforcing dowels related to this Section shall be free of all contaminates. The Contractor shall provide adequate means to support anchors and dowels in place during placing of new concrete. 3.02 FIELD QUALITY CONTROL: A. Inspection: Continuous inspection shall be provided during epoxy, anchor and dowel installation. Reinforcing bar placement shall be inspected and approved prior to concrete installation. B. Testing: The testing laboratory shall perform appropriate tests of epoxy work and submit test reports. C. Field Tests: The testing service will make additional pullout tests of in-place work for 10% of installed anchors. Tests shall be as directed by the Engineer and shall include tests at beginning of work for each size and condition of anchors and dowels. D. Schedule of Work: Perform Work in existing facilities during such hours and by methods as are approved by Owner. Submit proposed schedules itemizing dates and hours that the various items of Work in existing facilities will be started and completed. Owner reserves the right to modify proposed schedules to eliminate conflicts and ensure use of existing facilities during the Work. Exactly follow the schedule as finally approved by Owner. No extra payment will he made to the Contractor for the Work required to be performed during night, Saturday, Sunday, or holiday hours. Revise and resubmit schedules when timing or sequence changes occur or are ordered by Owner. END OF SECTION Part II Page 68 02 2\)<1 SECTION 03500 EPOXY ADHESIVE INJECTION SYSTEM PART 1 - GENERAL 1.01 DESCRIPTION: General Conditions and Division 1 apply to this Section. Provide epoxy adhesive crack repair, epoxy grout, rebar, dowels and anchors complete as indicated in drawings, and as specified, and required. A. Work In This Section: Principal items include: 1. Epoxy adhesive injection of concrete walls and elements. 2. Epoxy grout, rebar, dowels and anchors. B. Related Work Not In This Section: 1. Cast-in-place concrete. 2. Shotcrete. 1.02 SUBMITTALS: Refer to Section 01300. A. Qualifications Statements of Epoxy Adhesive Injection Subcontractor to be submitted to the Owner for approval: 1. Include a list of not less than five (5) comparable projects completed for a public agency in California in the last five years. Two of the projects must have been completed within the last 24 months. The list will include the names, address and phone numbers of project contacts. 2. Submit copies of current California Contractors' License and evidence of insurability from a company rated A: VIII by A. M. Best & Company with the bid documents. 3. Describe your company's experience with the revised City of Los Angeles Seismic Code. Describe how does your company coordinates the necessary structural observations with the Project Structural Engineer. B. Product Data: Submit data for proprietary materials and items including epoxy compounds. C. Laboratory Test Reports: Submit laboratory test reports for epoxy materials and pullout tests as specified. Part II Page 69 02 26g 1.03 BASIS OF MEASUREMENT AND PAYMENT: A. Basis of Bidding: Base proposals on the repair of slab cracks as required or as indicated on Drawings, measured by the lineal foot in place and the quantity to be paid for shall be measured by the lineal foot actually placed. B. Unit Price: Refer to Section 01151. C. Basis of Payment: The repair of the cracks will be paid for at the Contract Unit Bid Price per lineal foot as stipulated in the Bid price complete. Payment will be made on the percentage of the Work completed during each estimate period as determined by the Engineer and approved by the Owner. PART 2 - PRODUCTS 2.01 EPOXY MATERIALS: A. Epoxy Resin Adhesive for Injection: Furnish Sikadur 35 Hi-Mod LV adhesive, or Hilti EP-IS 650 adhesive sealing compound, or approved equal. The epoxy resin adhesive shall conform to ASTM CSSI, Type I, Grade 1, Class B and C. B. Epoxy Surface Seal Compounds: Furnish Sikadur 31 High Mod Gel produced by Sika Corporation, Epitech Product 200 by Adhesives Technology Corporation, Hilti Hit Adhesive Systems Master Builders Concresive 2070 LVP Acrylic Crack Filler or approved equal products for application or injection as designated by Engineer or as indicated on the drawings. The surface seal material shall have adequate strength to hold injection fittings firmly in place and to resist injection pressures adequately to prevent leakage during injection. 2.02 EQUIPMENT FOR INJECTION: Provide the type of equipment necessary to meter and mix the two injection adhesive components and inject the mixed adhesive into the crack and shall be portable. Positive displacement type pumps with interlock to provide positive ratio control of exact proportions of the two components at the nozzle. The injection equipment shall have a automatic pressure control capable of discharging mixed adhesive material at a pre-set pressure up to 200 psi IS psi, with a manual pressure control override while still maintaining the proper volume ratio for proper injection of adhesive. PART 3 - EXECUTION 3.01 WORK COORDINATION: The Contractor to coordinate with all other trades to assure proper and adequate interface with work of crack repair. This work will not commence until the post-tensioning work is completed in designated area. Any deviation from this procedure must be submitted to Engineer in writing for approval prior to proceeding with work. Part II Page 70 02 2.69 3.02 SURFACE PREPARATION: The cracks and surface adjacent to cracks or other areas of application shall be cleaned of dirt, dust, grease, oil, efflorescence or other foreign matter detrimental to bond of epoxy injection surface seal system. Use sandblasting, high pressure water blasting, etc., as approved by the Engineer. Acid and corrosives shall not be pemiitted. Repair area must be dry prior to product application. 3.03 EPOXY APPLICATION OR INJECTION: In accordance with procedures designated in drawings or approved by the Engineer, inject or apply epoxy compounds in strict accordance with the manufacturer's specifications and recommendations for each intended type of use. Entry ports shall be provided along the crack at intervals no greater than the thickness of the concrete. Do not proceed until injected material has gained adequate strength to continue with injection process. Perform epoxy adhesive injection continuously until all pressure injected cracks are completely filled. The epoxy injection process should not, under any circumstances, result in any damage to the post-tensioned strands or mils steel in the concrete. Do not use any procedures resulting in heating the post-tensioned slab during injection. 3.04 FINISHING AND CLEANING: Refer to Sections 03300 Cast-in-Place Concrete and Section 03345 Concrete Finishes for proper procedure. For final cleaning refer to Section 01710 for procedures. Do not use any procedures resulting in heating the post-tensioned slab during cleaning. 3.05 FIELD QUALITY CONTROL: A. Inspection: Continuous inspection by registered deputy of the approved testing and inspection laboratory shall be provided during epoxy and dowel installation. Reinforcing bar placement shall be inspected and approved prior to concrete installation. B. Testing: The testing laboratory shall perform appropriate tests of epoxy work and submit test reports. C. Schedule of Work: Perform Work in existing facilities during such hours and by methods as are approved by Owner. Submit proposed schedules itemizing dates and hours that the various items of Work in existing facilities will be started and completed. Owner reserves the right to modify proposed schedules to eliminate conflicts and ensure use of existing facilities during the Work. Exactly follow the schedule as finally approved by Owner. No extra payment will be made to the Contractor for the Work required to be performed during night, Saturday, Sunday, or holiday hours. Revise and resubmit schedules when timing or sequence changes occur or are ordered by Owner. END OF SECTION Part II Page 71 02 269 SECTION 03600 HIGH-STRENGTH. NON-SHRINK CEMENT-BASE GROUT PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this section. Provide high strength non-shrink grout as indicated, specified, and required. A. Work in this Section: Principal items include: I. Furnish all materials, labor, tools, and equipment for grouting the saw-cut concrete caused by the post-tensions work. 1.02 QUALITY ASSURANCE: Refer to Section 01400. The Testing laboratory shall perform conformance testing on samples of non-shrink grout from material at the site, each sampling shall conform with the latest edition of ACI Standards and Practices, including pertinent regulations of local codes and regulations apply. Provide a notarized certificate stating that the grout material meets the specified requirements and have the manufacturer's current printed literature on the specified product. A. Qualifications Statements of High-Strength Non-Shrink Cement-Base Grout Subcontractor to be submitted to the Owner for approval: 1. Include a list of not less than five (5) comparable projects completed for a public agency in California in the last five years. Two of the projects must have been completed within the last 24 months. The list will include the names, address and phone numbers of project contacts. 2. Submit copies of current California Contractors' License and evidence of insurability from a company rated A: VIII by A. M. Best & Company with the bid documents. 3. Describe your company's experience with the revised City of Los Angeles Seismic Code. Describe how does your company coordinates the necessary structural observations with the Project Structural Engineer. 1.03 SUBMITTALS: Refer to Section 01300. A. Product Data: Submit data for proprietary material and items including epoxy compounds. B. Laboratory Test Reports: Submit laboratory test reports for non-shrink grout. Part II Page 72 02 2\)9. 1.04 DELIVERY, STORAGE, AND HANDLING: A. Deliver the specified product in original, unopened containers with the manufacturer's name, labels, product identification, and batch number. B. Store and condition the specified product as recommended by the manufacturer. PART 2 - PRODUCT 2.01 MATERIALS: A. Use a non-shrink, non-metallic cementitious grout which contains no chloride such as SikaGrout 212 Non-shrink, cementitious grout, or Master builders EMBCO 713 grout, or U.S. Grout Five star, or equal product per Engineer's prior approval. B. Unless noted otherwise, non-shrink grout shall have a minimum compressive strength at 3 days of3,OOO psi per ASTM CI09 and 4,000 psi at 28 days. PART 3 - EXECUTION 3.01 SURFACE PREPARATION: A. Sand-Blasting: Remove all dirt, oil, grease, and other bond-inhibiting materials by mechanical means. Concrete must be sand-blasted and roughened to promote mechanical adhesion. Prior to pouring, surface should be brought to a saturated surface-dry condition. Refer to Section 03353 "Sandblasting" for more requirements. B. Forming: For pourable grout, construct forms to retain grout without leakage. Forms should be lined or coated with bond-breaker for easy removal. Forms should be sufficiently high to accommodated head of grout. Where grout-tight form is difficult to achieve, use grout in dry pack consistency. 3.02 MIXING: Mix mechanically with low-speed drill (400-600 rpm) and mlXlng paddle and follow manufacturer's recommendations. Mixing Procedure: Make sure all forming, mixing, placing, and cleanup materials are on hand. Add appropriate quantity of clean water to achieve desired flow and follow manufacturer's recommendations. 3.03 APPLICATION: A. Bonding Agent: Apply bonding agent to the surface of the existing pockets and follow manufacturer's recommendations. Use ARMA TECH I 10 bonding agent, or Master Builders Epoxy bonding Agent, or equivalent per Engineer's prior approval. Part II Page 73 02 269 B. Placing Grout: Within 10 minutes after mixing, place grout into forms in normal manner to avoid air entrapment. Vibrate or ram grout as necessary to achieve flow or compaction. After grout has achieved final set, remove forms, trim or shape exposed surface to level with adjacent concrete surface and match existing color. Wet cure for a minimum of 3 days or apply a curing compound, which complies with ASTM C-309 on exposed surfaces. 3.0.4 JOB CONDITIONS: A. Environmental Conditions: Do not apply material if it is raining or snowing or if they appear to be imminent. B. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified material. END OF SECTION Part II Page 74 02 269 SECTION 05120 STRUCTURAL STEEL PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Provide structural steel and related items as indicated, specified, and required. A. Work In This Section: Principal items include: I. Structural steel framing. 2. Steel pipe and tube framing. 3. Shop priming and field touch-up to extent specified. B. Related Work Not In This Section: I. Setting of anchor bolts and inserts in concrete. 2. Reinforcing steel. 3. Field painting except as specified herein. 4. Miscellaneous metal fabrications including steel stairs. 1.02 QUALITY ASSURANCE: A. Reference Standards: I. AISC Standards: Code of Standard Practice for Steel Buildings and Bridges; Specification for the Design, Fabrication and Erection of Structural Steel for Buildings; and Steel Construction Manual; as amended by Building Department. 2. A WS Standards: A WS DU, Structural Welding Code. 3. Structural Joint Reference Specification: The Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts established by the Research Council On Riveted and Bolted Structural Joints of the Engineering Foundation, hereinafterreferred to as Ref Spec. B. Qualifications of Fabricator: Fabricate structural steel in shop of a licensed fabricator approved by Building Department. Part II Page 75 02 269 C. Requirements of Regulatory Agency: Work of this Section shall Conform to Code and Title 8, CCR. D. Source Quality Control: Refer to Section 01400. 1. Identified Structural Steel: Tests are waived for steel identified by heat number, accompanied by mill analyses and mill test reports, and properly tagged with Identification Certificate so as to be readily identified for conformance with applicable ASTM. 2. Unidentified Steel: If structural steel cannot be identified or its source is questionable, not less than one tension and one bend test shall be made for each 10 tons or fractional part thereof. Additional tests may be required when deemed necessary by the Architect, Structural Engineer, or Building Department. Contractor shall bear test costs. E. Erection and Bracing Plan and Procedure: Refer to Section 1710, Title 8, CCR, and Building Code. Employ a registered Civil Engineer licensed in California to prepare an erection and bracing plan and erection procedure for structural steel including columns, beams, and girders, who shall be solely responsible for its compliance. Follow the plan and procedure exactly. Keep a copy at the job site as required by the California Division of Industrial Safety. Contractor shall pay involved costs. File two copies of stamped erection and bracing plan and procedure with Engineer for record purposes only, not for review or approval. 1.03 SUBMITTALS: Refer to Section 01300. A. Shop Drawings: Submit for Work of this Section, including welding, accessories, and fastenings. Fully detail minor connections and fastenings not indicated or specified to meet the required conditions. Include a detailed sequence plan for shop and field welding that minimizes locked-in stresses and distortion. Submit drawings in a sequential manner; typical details, anchor bolt layout, plan sheets, and member details. 1.04 PRODUCT DELIVERY AND HANDLING: A. Protect Materials from damage during shipping, handling and storage on the site. Steel showing dents, creases, deformations, weathering, or other defects is not acceptable. B. Welding Electrodes: Deliver to site in unbroken packages bearing manufacturer's name and label identifying the contents. 1.05 JOB CONDITIONS: A. Site Measurements: Take such field measurements as may be required. Report any major discrepancy between Drawings and field dimensions to the Engineer. Part II Page 76 02 2t)9 B. Protection of Floors: Exercise caution to protect floors and adjacent Work from damage. Do not overload floors. Use rubber tired equipment to handle and move steel. Do not place steel members directly on floor; use pads of timber or like material for cushioning. PART 2 - PRODUCTS 2.01 BASIC MATERIALS: Furnish materials conforming to latest ASTM standards including, but not limited, to the following: Steel shapes: ASTM A36 except columns and doubler plates indicated to be of ASTM A572 Grade 50 steel. Steel tubing: ASTM A500 Grade B. Steel pipe: ASTM A53 Grade B or A500 or A501. Bolts and nuts: ASTM A307. High-strength bolts, nuts, and washers: ASTM A325 and anchor bolts indicated as ASTM A449. Electrodes: A WS D5.1, E70XX Series as required for intended use. Primer: Sinclair No. 15 Red Oxide Primer. Non-shrink grout: Refer to Section 03600. 2.02 GENERAL FABRICATION REQUIREMENTS: Conform to the approved submittals, Reference Standards as applicable to the Work, and the requirements herein. Fabricate and form the Work to meet actual installation conditions as verified at the site. A. Cleaning and Straightening: Thoroughly wire brush material, clean of loose mill scale and rust, and straighten by methods that will not injure the steel prior to fabrication. Remove twists or bends after punching or working the component parts of a member before the parts are assembled. Produce finished members free from twists, bends, and open joints when erected. B. Contact: Pin components parts of built-up members and rigidly maintain in close contact using clamps or temporary bolting during welding operations. Accurately mill compression bearing surfaces of joints depending on contact bearings or saw cut square to axis, or as detailed. Cut other joints straight and true. Part II Page 77 02 269 C. Joining: Provide members of sizes, weights, shapes, and arrangements indicated, closely fitted and finished true to line and in precise position as necessary to allow proper joining of parts in the field. Drifting to enlarge unfair holes is not allowed without prior approval. . D. Drilling, Punching, and Reaming: Hole burning to make or enlarge previous holes is allowed only with prior approval. Prepare required holes in structural steel members for attachment or passage of Work of other trades. Where allowed, steel may be punched 1/16" larger than the nominal diameter of the bolt when thickness of the steel is equal to or less than the diameter of the bolt plus 1/8". Where the steel is thicker than the diameter of the bolt plus 1/8", the holes shall be drilled or sub-punched and reamed. Diameter of sub-punched holes, and the drill for subdrilled holes, shall be 1/16" smaller than the nominal diameter of bolt to be installed. Precisely locate finished holes to ensure passage of all bolts through steel assemblies without drifting. Enlarge holes only by reaming. Poor matching of holes is cause for rejection. E. Holes For Anchor Bolts: Punch and drill or ream the holes in base and bearing plates. Do not make or enlarge the holes by burning except for grouting holes in column bases. F. Base Plates: Press or mill column base plates 4" thick or under for a straight contact bearing between plate and column. G. Gas Cutting: Use of a cutting torch is allowed where the metal being cut is not stressed during the operation, and provide stresses are not transmitted through a flame-cut surface. Make gas cuts with a smooth regular contour. Deduct 1/8" from the width of gas cut edges to determine the effective width of members that are gas cut. Make the radius of reentrant gas cuts as large as possible, but 1" minimum. 2.03 CONNECTIONS: A. Common Bolts: Make connections with common bolts only where indicated. B. High-Strength Steel Bolting: For joints connected by high strength steel bolts, hardened washers, and nuts tightened to a high tension, the materials, methods of installation and tension control, type of wrenches, and inspection shall conform to the Reference Specification and the following requirements: 1. High-strength bolts shall have a suitable identifying mark placed on top of the head before leaving the factory. 2. Tightening of nuts shall be done with properly calibrated wrenches or by the turn-of-the-nut method. Minimum bolt tension for the size of bolt used shall conform to tables listed in Reference Specification. Part II Page 78 02 269 3. Calibrated wrenches shall be checked individually for accuracy at least once daily for actual conditions of application. 4. Fully tightened bolts shall be marked with identifying symbol. 5. Hardened washers shall be installed as per AISC Standards. 6. Clean all contact surfaces of bolted parts and threads free of scale, slag, burrs, and pits, or dirt, paint, or other foreign material or defects, which would prevent solid seating of parts. 7. Bolt lengths shall be the grip plus 1-1/4". C. Load Indicator Washers as manufactured and licensed by either Cooper and Turner or Bethlehem Steel may be used for the field installation of the high-strength bolts. Load indicator washers may not be substituted for any required washer, but may be used in conjunction with the required washers. Conform tightening to Paragraph 5e of the Ref Spec. After sufficient bolts in a joint are snugged to bring the members into close contact, tightening shall progress from the most rigid part to the free edges until the load indicators on all bolts are closed to the required gap of 0.015" under bolts heads or 0.010" under the nuts. Do not completely close the gap to prevent over tightening and damage to the bolts. D. Tension Set or Load Indicator Bolts, Nuts, and Washers as manufactured by Cold Form Specialties or Bethlehem Steel may also be used for field installation of the high-strength bolts. In multi-bolt joints, the nuts shall be tightened in stages (a little at a time) without breaking the splice in any of them until the final stage, to minimize slackening of the installed bolts. 2.04 WELDING: Conform to AWS DU, as modified by referenced AISC Standards, and as indicated or noted on the Drawings. Employ certified welding operators who are thoroughly trained and experienced in arc welding and produce uniformly reliable groove and fillet welds in flat, vertical, and overhead positions, and make neat and consistent welds. Weld structural steel joints by the shielded electric-arc method unless otherwise shown or specified. Provide inspection and testing of welds as required under Article "Field Quality Control" hereinafter. A. Weld Finishing: Grind exposed welds subject to contact to smooth surfaces free of holes, slag, or other defects, flush with the adjoining surfaces. No finish treatment is required for permanently concealed welds and other exposed welds. B. Storage and Care of Electrodes: Coatings of low-hydrogen type electrodes shall be thoroughly dry when used. Use electrodes as taken from hermetically sealed packages within 4 hours of the time the package is opened. Electrodes not used within this 4 hour period, and electrodes that have been exposed more than one hour to air having a relative humidity of 75% or greater, shall be dried for at least two hours at a temperature of 200 to 2500F before they are used, or shall be reconditioned according Part II Page 79 02 2.69 to the manufacturer's recommendations. Electrodes so dried or reconditioned not used within 4 hours after drying is completed shall be redried before use. Electrodes of any class that have been wet shall not be used under any conditions. C. Preparation: Clean surfaces to be welded of paint, grease, oil, mill scale, and all foreign matter. Clean weld each time the electrode is changed. Chip entire surface of hand guided and controlled flame cut edges before welding. Surfaces prepared with automatic or mechanically guided and controlled equipment need not be ground or chipped before welding. D. Lamination Checking: Prior to welding, ultrasonically test column materials greater than 1-1/2" in thickness for lamination within 12" (6" on each side) ofa direct groove weld from column splices and girder flange connections. Conform to the ultrasonic testing procedures specified under "Field Quality Control" hereinafter. E. Procedures: During assembling and welding, hold components of a built-up member with adequate clamps or other means to keep parts straight and in close contact. Do no welding in wind until adequate protective screening has been set up. Cut out defective welds or parts of welds with a chisel or air arc and replace. F. Characteristics of welds: Completed welds shall be wire brushed and shall show uniform section, smoothness of welded metal, feather edges without undercuts or overlays, and freedom from porosity and inclusions. Visual inspection at edges and ends of fillet welds shall show good fusion and penetration into base metal. 2.05 SHOP PRIMING: Clean surfaces according to AISC Specifications. Apply shop coat of metal primer to minimum 1.0 mil dry film thickness. Work primer into joints. Do not prime the following: A. Steel surfaces embedded in concrete or masonry. B. Permanently concealed structural steel surfaces. C. Contact surfaces of high-strength bolted connections. PART 3 - EXECUTION 3.01 ERECTION OF STRUCTURAL STEEL: Brace and secure structural steel until permanent connections are completed. Provide accessories and fasteners to secure steel in place as indicated and required. Conform to Code, AISC Standards, and erection and bracing plan and procedure. A. General: Employ qualified riggers and plan erection to require minimum cutting. Erect members plumb, true to line and level, and in precise positions. Provide temporary bracing and guying to resist loads and stresses to which the structure may be subjected, including those due to erection equipment and its operation. Part II Page 80 02 2.69 B. Damaged Members: During erection, straighten or replace members which are bent, twisted, or damaged as directed. If heating is required, perform the heating by methods that ensure a uniform temperature throughout the entire member. When directed, remove the members that are damaged to an extent impairing appearance, strength, or serviceability and replace with new members at no extra cost to the Owner. C. Anchor Bolts: Furnish and deliver with setting drawings and templates. Verify position of bolts prior to delivery of steel; report all errors or deviation for correction. D. Columns: Set column bases in exact position for alignment, plumb and straight, supported on adjustable bolt supports or shims until grout has set. Set center of base true to column center within 1/16" and adjust height exactly. Maintain bases at exact position and level during grouting. Fill grout space solid with non-shrink grout. E. Connections: Maintain steel in correct position during welding and bolting, and provide for dead loads, wind, and all erection stresses. Do no welding or final bolting until members have been aligned and plumbed. 1. Field Welding: Conform to requirements under Part 2 of this Section. 2. Common Bolts: Tighten and upset bolt threads to preclude loosening, or use approved self-locking nuts. 3. High-Strength Bolting: Conform to requirements under Part 2 of this Section. F. Tolerances: Erect members to tolerances conforming to referenced AISC Standards and Code, except as follows: 1. Vertical Dimensions: Measured from top of beams at their connections at any column, variation not more than 1/4" plus or minus per story or, when variations are accumulative from floor to floor, not exceeding 3/8" per story exclusive of column shortening due to dead load. G. Plumb Displacement: Centerline of columns from established column line, no more than I" toward or away from established center line. I. Floor Elevation will be considered level if floor framing members on anyone floor, measured from top of column connections, do not vary more than 1'2" plus or minus. 2. Horizontal Dimension Variances. Governed by column plumb displacement. Part II Page 81 02 269 3.02 FIELD TOUCH-UP PAINTING: After erection and connections are approved, clean all connections to be painted and damage to shop painted surfaces, and apply a field touch-up coat of same metal primer used for shop coat. 3.03 QUALITY CONTROL: Refer to Section 01400. A. Inspection: According to Reference Standards. The Inspector shall visually inspect welds, shall be present to inspect and approve all groove, multi-pass, and penetration welding, shall inspect high-strength bolting performed in the fabricator's shop or at the site, and shall inspect all erection including the grouting under base plates. B. Tests of Melding and Bolting: The Testing Laboratory shall inspect all shop and field welding and high-strength bolting, conform to requirements of Code and the Building Department, and certify in writing, after completion of the Work, that all welding and high-strength bolting have been performed in accordance with the Drawings, Specifications, and Code. C. Inspection of High-Strength Bolts: The Testing Laboratory shall check the bolt tightness on a minimum 10% of bolts, selected at random, for each high-strength bolted joint. Inspection procedure shall conform to the Ref Spec. D. Inspection of Groove Melds: Testing Laboratory shall inspect all groove welded connections of column to column, column to girder, girder to girder, and like connections by ultrasonic or other approved non-destructive tests. Conform to Building Department Requirements for reinspection of welds after installation. 1. Ultrasonic Testing shall be performed by a specially trained and qualified technician who shall operate the equipment, examine welds, and maintain a record of welds examined, defects found, and disposition of each defect. All defective welds shall be repaired and costs for retesting defective welds shall be paid by the Contractor. 2. Rate of Testing: Initially, all welds requiring ultrasonic testing shall be tested at a 100% rate to establish the qualifications of each individual welder. The frequency of testing may be reduced to 25% rate if rejectable defects occur in less than 5% of tested welds. If the rate of rejectable defects increases to 5% or more, 100% testing shall be performed until the defect rate is reduced to less than 5%. The percentage shall be calculated for each welder independently. 3. Backing Strips: Contractor shall remove backing strips whenever ultrasonic indications arising from weld roots can be interpreted as either a weld defect 'or the backing strip and, if no root defect is visible, weld shall be retested. If no defect is indicated on this retest, and no significant amount of the base and weld metal have been removed, the joint needs no further repair or welding. If a defect is indicated, it shall be repaired. Contractor shall bear the cost of removals. Part II Page 82 02 2.69 4. Questionable Root Indications that prove not to be defective welds shall not count against the welder to increase the test rate. 5. Ultrasonic Instrumentation shall be calibrated by technician to evaluate the quality of the welds in accordance with A WS D 1.1, Sections 5 and 6. END OF SECTION Part II Page 83 02 269 SECTION 05500 METAL FABRICATIONS PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. Provide miscellaneous metal fabrications as indicated, specified, and required. A. Work In This Section: Principal items include: 1. Pipe railings. 2. Above-ceiling supports. 3. All other miscellaneous metal fabrications required to complete the Work. B. Related Work Not In This Section: I. Finish painting. 2. Setting of anchor bolts and inserts in concrete. 3. Steel stairs excluding ships ladder stairs and all pipe railings. 4. Steel backing plates on steel stud walls. 1.02 QUALITY ASSURANCE: A. Reference Standards: Conform to the following as applicable: I. AISC Standards: Code of Standard Practice for Steel Buildings and Bridges; Specification for the Design, Fabrication and Erection of Structural Steel for Buildings; and Steel Construction Manual. 2. A WS Standards: A WS DU, Structural Welding Code. 1.03 SUBMITTALS: Refer to Section 01300. A. Shop Drawings: Submit Shop Drawings fully detailing all Work of this Section, including accessories, fastenings, and welding. Include minor connections and fastenings not indicated or specified to meet required conditions; indicate in detail on Shop Drawings. B. Samples: Submit as required by Engineer. Part II Page 84 02 269 1.04 PRODUCT DELIVERY AND HANDLING: Protect materials from damage during shipping, handling and storage. Work showing dents, creases, deformations, weathering, or other defects is not acceptable. Deliver welding electrodes to site in unbroken packages bearing manufacturer's name and contents identification. . 1.05 JOB CONDITIONS: Verify conditions according to Section 01400. Verify all field measurements as required. Report any major discrepancy between the Drawings and field dimensions to Engineer before fabrication of Work. Exercise caution to protect concrete floor surfaces and adjacent Work from damage. PART 2 - PRODUCTS 2.01 BASIC MATERIALS: Furnish materials conforming to the following: Steel shapes: ASTM A36. Steel tubing: ASTM A500, ASTM A50l, or ASTM A36. Steel pipe: ASTM A120 standard weight for general use; ASTM A53 Grade B where used for structural purposes. Bolts and nuts: ASTM A307. Electrodes: A WS D 1.1, E70XX Series as required for intended use. Primer: Sinclair No. 15 Red Oxide Primer. Non-shrink grout: Refer to Section 3600 "High Strength Non-Shrink Cement Grout" for requirements. Galvanizing: ASTM A123, hot dip, 2.0 ounce psf on actual surface with minimum I. 8 ounce on any specimen. Galvanizing repair material: All States Galvanizing Powder, Drygalv by American Solder and Flux, or equal hot applied material, or anodic zinc-rich galvanizing repair paint conforming to MIL-P-21035. 2.02 GENERAL FABRICATION REQUIREMENTS: Conform to the approved submittals, reference standards as applicable to the Work, and the requirements herein. Fabricate and form the Work to meet actual installation conditions as verified at the site. Obtain necessary templates and information and provide all holes and drilling indicated or required for securing Work of other trades to metal fabrications. A. Welding: Conform to A WS D 1.1, as modified by referenced AISC Standards, and as indicated or noted on Drawings. Unless otherwise indicated or specified, weld joints Part II Page 85 0'2 269 by shielded electric-arc method. Grind exposed welds subject to contact to smooth surfaces free of holes, slag, or other defects, flush with adjoining surfaces. No finishing treatment is required for permanently concealed welds and other exposed welds except as specified herein. Cut out defective welding with chisel or air arc and replace. B. Shop Priming: Clean surfaces according to AISC Specifications. Apply shop coat of metal primer to minimum 1.0 mil dry film thickness. Work primer into joints. Do not prime galvanized items or items embedded in concrete or masonry. C. Galvanizing: Galvanize specified items after fabrication is completed. Produce coating free of roughness, whiskers, unsightly spangles, icicles, barbs, sags, and other surface blemishes. D. Miscellaneous Items: Fabricate items not specifically mentioned according to the Drawings, approved Shop Drawings, and as required to complete the entire Work. Galvanize exterior items and shop prime interior items unless otherwise shown or specified. PART 3 - EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS: A. Grouting: Provide grouting for Work ofthis Section as shown, specified, and required. Use non-shrink grout and conform to manufacturer's directions. B. Galvanizing Repair: Wire brush welds and damaged coating to clean bright metal. Apply one coat of galvanizing repair paint where surfaces are concealed or are to be finish painted. Use the specified hot-applied galvanizing repair compound where surfaces remain exposed and unpainted. C. Shop Prime Coat Repair: Do not apply metal primer in wet weather unless steel is protected from dampness and is dry. Clean field welds, field bolts, and all damaged shop primer after erection and apply a spot coat of the same primer used for the shop coat. D. Fasteners: Provide fasteners and connectors of approved types as required for the installations, whether or not indicated. Provide galvanized fasteners for galvanized items and for exterior use. Part II Page 86 02 269 3.02 SPECIFIC ITEMS: List of items hereinafter is not necessarily complete. Check all Drawings, other Sections of the Specifications, and with other trades, and provide miscellaneous metal fabrications as required to complete the entire Work. A.' Pipe Railings: Standard weight steel pipe, joints metered at angles and coped at intersections unless otherwise shown, and continuously welded, welds ground smooth and flush. Provide cast malleable steel brackets with mounting plates for all railings on walls. Return exposed rail ends to walls unless otherwise shown. Galvanize exterior railings only. B. Above-Ceiling Supports: Provide steel hangers, supports, attachments, and other framing for support of ceiling-hung items. Conform to approved Shop Drawings of related trades. END OF SECTION Part II Page 87 Q2 269 SPECIFICA nON Section 07900 Wabo@SeismicSpan Model "APS", Reduced Height Blockout Horizontal Seismic Expansion Control Systems PART 1 - GENERAL 1.01 Work Included A. The work shall consist of furnishing and installing expansion joints in accordance with the details shown on the plans and the requirements of the specifications. The joints are proprietary designs utilizing extruded elastomeric seals, base members and support plates. B. Related Work - Cast-in-place concrete - Miscellaneous and ornamental metals - Flashing and sheet metal - Sealants and caulking 1.02 Submittals A. Template Drawings - Submit typical seismic joint cross-section(s) indicating pertinent dimensioning, general construction, component connections, and anchorage methods. 1.03 Product Delivery, Storage and Handling A. Deliver products in manufacturer's original, intact, labeled containers and store under cover in a dry location until installed. Store off the ground, protect from weather and construction activities. 1.04 Acceptable Manufacturer A. All joints shall be as designed and manufactured by Watson Bowman Acme, 95 Pineview Drive, Amherst, New York 14228. B. Alternate manufacturers and their products will be considered, provided they meet the design concept and are produced of materials that are equal to or superior to those called for in the base specification. Part II Page 88 0'2 2fl(j C. Any proposed alternate systems must be submitted and receive approval 21 days prior to the bid. All post bid submittals will not be considered. This submission shall be in accordance with MATERIALS AND SUBSTITUTIONS. Any manufacturer wishing to submit for prior approval must provide the following: I. A working 6" sample of the proposed system with a letter describing how system is considered superior to the specified system. 2. A project proposal drawing that illustrates the recommended alternate system installed in the concrete deck that is specific to the project. Typical catalog cut sections will not be considered. 3. Verifiable list of prior installations showing successful expenence with the proposed systems. 4. Any alternate products not adhering to all specification requirements within, will not be considered. PART 2 - PRODUCT 2.01 General A. Provide heavy duty seismic control system capable of accommodating vehicular loads and multi-directional seismic movement without stress to its components. The traffic bearing surface of the system shall consist of a flat cover plate with beveled edges designed of a width and thickness to satisfy projects movement and loading requirements. Secure cover plate to base member capable of HS-20 loading utilizing manufacturer's pre-engineered heavy duty self-centering bar. Furnish, Wabo@SeismicSpan Expansion Control System, Model "APS" for floor and ramp levels designed for vehicular traffic as manufactured by Watson Bowman Acme and as indicated on drawings. 2.02 Components and Materials A. Aluminum Extrusions - Material to conform to properties of ASTM B221, alloy 6005-T6 or 6063-T5. B. Aluminum Shapes - Material to conform to ASTM B209, alloy 6061-T6 or 5005- H34. Part II Page 89 02 269 C. Cover Plate - Provide mlillmum 3/8" thick plate with material to be aluminum conforming to ASTM B209, alloy 6061-T6. Slide plate to be secured to joint assembly utilizing a heavy duty self-centering bar that freely rotates in all directions. Preformed metal devices that utilize tension or compression to maintain and secure slide plate will not be allowed. Cover plate shall have beveled edges. D. Self-Centering Bar - Shall have circular sphered ends that lock and slide inside the corresponding aluminum extrusion cavity to allow freedom of movement and flexure in all directions including vertical displacement. Sphered ends shall be a corrosion resistant molded nylon. Spacing shall be a maximum of 18" o.c. Utilize stainless steel threaded assembly hardware for attachment of cover plate to self-centering bar. E. Optional Moisture Barrier - Wabo@GutterFlex - Provide flexible profile supplied by expansion control system manufacturer that will satisfy the required design movement and compress without damage during full joint closure. Profile shall contain and drain excess amounts of collected moisture through a drain tube that exhibits similar flexibility. Supply profile with fabric reinforcement to minimize material elongation from the collection of moisture or debris. Secure to concrete slab by utilizing blockout for expansion joint or under slab incorporating manufacturer's optional retainer profile. F. Vibration Reduction Gasket (Model "APS" only) - Provide manufacturers extruded profile designed to lock into base member's continuous serrated channel. Material shall be EPDM Shore Hardings 80A. G. Anchorage Provide minimum 3/8" diameter concrete expansion anchor at maximum 18" o.c. spacing to secure aluminum base member to concrete slab. H. Accessories Provide necessary sealants and assembly hardware required for complete installation. I. Fire Barrier Assembly - Designed for indicated or required dynamic structural movement without material degradation or fatigue. Tested in maximum joint width conditions with a field splice as a component of expansion joint cover in accordance with ASTM E-1l9 at a full rated period by an nationally recognized testing and inspection organization. Supply Wabo@FlameGuard or Wabo@ThermoShield Fire Barrier as governed by joint opening and fire rating. 2.03 Fabrication A. Aluminum extrusions and generic profiles to be shipped in standard 10 ft. lengths and shall be cut to length on jobsite where required. All profiles shall be miter cut in the field to conform to directional changes unless otherwise contracted with expansion joint manufacturer. Part II Page 90 " ()2 269 B. Fire Barriers - Ship manufacturer's standard assembly including fire caulks, sealants (if applicable) and hardware for the required hourly rating. Assemblies shall be miter cut in the field to accommodate changes in direction. 2.04 Finishes A. The cover plate's exposed surface shall receive a 60 grit brushed finish. All other aluminum extrusions and shapes shall be supplied in standard mill finish. B. Surfaces of aluminum extrusions that will be in direct contact with concrete where moisture is present shall receive one coat of manufacturer's recommended coating. PART 3 - EXECUTION 3.01 Installation A. Protect all expansion joint component parts from damage during installation, placing of concrete and thereafter until completion of structure. B. Expansion joint systems shall be installed in strict accordance with the manufacturer's typical details and instructions along with the advice of their qualified representative. C. Expansion joint systems shall be set to the proper width for the ambient temperature at the time of installation. This information is indicated in the contract plans. 3.02 Clean and Protect A. Protect system and its components during construction. After work is complete, clean exposed surfaces with a suitable cleaner that will not harm or attack the finish. Part II Page 91 02 2.69 SECTION 07920 SEALANTS AND CALKING PART I - GENERAL 1.01 DESCRIPTION: General Conditions and Division I apply to this Section. This Section covers calking requirements for the entire Work, and pertains to any Section requiring calking, unless specified otherwise. 1.02 SUBMITTALS: Refer to Section 01300. A. Samples and Data: Submit the following: I. Samples of cured sealants showing full range of designated colors; obtain color instructions from Engineer prior to submittal. 2. Technical data by manufacturers of proposed materials. 3. Material manufacturers' printed preparation and application instructions; when approved, furnish copies to other trades. 1.03 PRODUCT DELIVERY: Deliver calking and seal ant materials in unopened factory labeled containers, each label bearing statement of conformance to standards specified for each material. 1.04 WARRANTY: Refer to Section 01740. Furnish a written warranty against defects in materials for 5 years and defects in workmanship for 2 years, covering all loss of adhesion or cohesion, deterioration, color changes, leaking, and other defects. PART 2 - PRODUCTS 2.01 MATERIALS: Furnish seal ants meeting following in-service requirements: Normal curing schedules are acceptable; Non-staining, color fastness (resistance to color change), and durability when subjected to intense actinic (ultra-violet) radiation are required. Furnish the products of only one manufacturer unless otherwise approved, sealant colors as selected to match the adjoining surfaces; special colors may be required. A. Sealant and Primer: Non-sagging sealant meeting requirements of ASTM C920- 79, TT-S-00227E, or TT-S-001543A; "Sealing Compound; Elastomeric Type, Polyurethane Rubber or Silicone Rubber Base". Sealant primer as recommended by sealant manufacturer. For joints in horizontal surfaces, see exception below. B. Exception: Furnish multi-component selfleveling, non-tracking seal ant with Shore "A" Hardness range of 40 to 55 where subject to foot or vehicular traffic, meeting requirements of ASTM 920-79 or Federal Specification TT -S-227E, "Sealing Compound, Elastomeric Type, Multi-Component". Part II Page 92 \)2 269 C. Backing Material: Type approved by seal ant manufacturer as both physically and chemically compatible with primer and seal ant. Oakum, jute, cotton tape, and vegetable base materials are not acceptable. Furnish uncoated untreated fibrous glass rope or polyethylene, vinyl, silicone, or urethane type polymer sponge or tubing, medium to film density, not containing oil, butyl, asphalt loading, or neoprene. For bond breaker, use polyethylene film or tape, or aluminum foil. PART 3 - EXECUTION 3.01 INSPECTION: Refer to Section 01400. Inspect surfaces and joints to be calked. Report to Engineer in writing all conditions that prevent correct preparation, priming, and calking installation. 3.02 TECHNICAL ASSISTANCE: Furnish sealant manufacturer's technical field assistance as required to ensure proper use of sealants, preparation, and application. 3.03 PREPARATION AND PROTECTION: Conform to sealant manufacturer's instructions and apply materials to clean dry surfaces free of grease, oil, wax, or other matter that destroys or impairs adhesion. Remove lacquer and apply temporary masking tape on both sides of joints where surface staining may occur. Fill joints with joint backing material until the joint depth does not exceed 50% of joint width. Provide bond breaker to prevent bonding of seal ant to backing material wherever joints exceed Yz" width, or joint width is shown or required to exceed depth. Prime surfaces as required by manufacturer's instructions. 3.04 APPLICATION: Do not exceed 3/8" sealant depth unless specifically dimensioned. Minimum joint width is 1/8" for metal to metal joints and maximum 3/4" width elsewhere unless otherwise shown. Apply all sealant under sufficient pressure to fill voids. Finish exposed joints smooth and flush with adjoining surface unless recessed joints are shown. Remove temporary masking as soon as joint is completed. 3.05 CLEANING: Clean material from surfaces not to receive seal ant and restore the finish as required. If surfaces adjoining joints are stained and cleaning is not acceptable, remove the affected Work and provide new Work as directed and approved, at no extra cost to Owner. END OF SECTION Part II Page 93 02 269 SECTION 09900 PAINTING PART 1 - GENERAL 1.01 DESCRIPTION: General Conditions and Division 1 apply to this Section. Provide and perform painting, complete. A. Work In This Section: Principal items include: 1. Submittals. 2. Preparation of surfaces. 3. Painting of repaired concrete surfaces to restore them to original conditions. Painting on all four sides of columns to show the Level numbers on every other columns and show Sections (A, B, C, D) on every other columns. The color of paint for 151 Level shall be Green, for 2nd Level shall be Yellow, for 3rd Level shall be Red, and for 41h Level shall be Blue. All other legend and markers, arrows on walls shall be repainted, including EXIT. 4. Painting of all new steel construction. 5. Painting parking stall striping, traffic striping and pavement marking on the 51h floor level only to restore them to original conditions. The scope of this work limited only to areas of concrete affected by repair work indicated on the drawings. B. Related work Not In This Section: 1. Shop prime coats and factory finishes. 2. Painting specified as Work of other Sections. 3. Caulking and sealants. 4. Striping and pavement markings using thermoplastic materials on floor levels 1 through 4. C. Surfaces Not To Be Painted: 1. Non-ferrous metal work (other than zinc-coated surfaces) and plated metal, unless particular items are specified to be painted. 2. Surfaces concealed in walls and above solid ceilings. Part II Page 94 '02 1 ~ 9J 3. Non-metallic walking surfaces unless specifically shown or specified to be painted. 4. Galvanized gratings. 5. Surfaces indicated not to be painted. 6. Surfaces specified to be finish painted under other Sections. 1.02 SUBMITTALS: Refer to Section 01300. A. List of Paint Materials: Prior to submittal of Samples, submit a complete list of proposed paint materials, identifying each material by manufacturer's name, product name and number, including primers, thinners, and coloring agents, together with manufacturers' catalog data fully describing each material as to contents, recommended usage, and preparation and application methods. Identify surfaces to receive various paint materials. Do not deviate from approved list. B. Color Samples: Prior to preparing Samples, obtain Engineer's color and gloss selections and instructions. Using materials from approved list, prepare and submit 8-1/2" by 11" Samples of each complete opaque paint finish. 1.03 JOB CONDITIONS: A. Protection: Protect all painting while in progress and cover and protect adjoining surfaces and property of others from damage. Exercise care to prevent paint from contacting surfaces not to be painted. During painting of exterior work, cover windows, doors, concrete, and other surfaces not to be painted. B. Examination of Surfaces: Examine surfaces to be painted or finished under this Section and verify satisfactory condition; as specified in Section 01400, notify Engineer in writing of unsatisfactory surfaces. Application of first coat of any finishing system constitutes acceptance of the surface by Painting Subcontractor. This does not relieve the Contractor from proper preparation of surfaces. C. Weather Conditions: Apply paint to clean, dry, prepared surfaces. Do not apply exterior paint during rainy, damp, foggy, or excessively hot and/or windy weather. Arrange for temporary heat and ventilation required for interior painting. D. Precaution: Place oily rags and waste in self-closing metal containers, removed from site at the end of each day. Do not let rags and waste accumulate. Part II Page 95 " "t) '2 2 6 9 PART 2 - PRODUCTS 2.01 MATERIALS: Use the paint products of only one paint manufacturer unless otherwise specified or approved. In any case, primers, intermediate, and finish coats in each painting system must be products of same manufacturer, including thinners and coloring agents, except materials furnished with prime coat by other trades. To the maximum extent feasible, factory mix each paint material to correct color, gloss, and consistency for application. Sinclair Paint Company products specified designate intended types and qualities. Furnish paints from one of the following manufacturers; refer to Section 01600 regarding substitutions: AmeritonelDevoe Sinclair Decratrend Pratt and Lambert Dunn-Edwards Vista Frazee PART 3 - EXECUTION 3.01 WORKMANSHIP: Apply pamtmg materials in accordance with manufacturer's instructions by brush or roller; spray painting is not allowed without specific approval in each case. Apply each coat at the proper consistency, free of brush or roller marks, sags, runs, or other evidence of poor workmanship. Do not lap paint on glass, hardware, and other surfaces not to be painted; apply masking as required. Sand between enamel coats. 3.02 PREPARATION: Properly prepare surfaces to receive finishes. A. Concrete: Fill cracks, holes, and other blemishes with Portland cement patching plaster or a stiff paste mixed of finish paint and fine sand, finished to match adjoining surface. Remove glaze by sanding, wire brushing, or light brush-off sandblasting. Neutralize alkali conditions according to paint manufacturer's directions. Dry the surfaces to receive breathing type latex paints at least two weeks, free of visible moisture. Dry the surfaces to receive oil, alkyd, or epoxy based paint until moisture content does not exceed 8% when tested with an electronic moisture-measuring instrument. B. Shop Coated Metal: Degrease and clean of foreign matter. Clean and spot paint field connections, welds, soldered joints, burned, or abraded portions with same material used in shop coats. After complete hardening, sand entire surfaces for coat to follow. C. Uncoated Ferrous Metal: Degrease and clean of dirt, rust, mill scale, and other foreign matter using rotary brushes, solvent, or sandblasting. Remove pits and Part II Page 96 t)2 L\)S welding slag, and clean surfaces to bright metal before priming. Apply metal primer not more than three hours after preparation. D. Galvanized and Non Ferrous Metal: Degrease and clean of foreign matter. Apply specified pretreatment, and immediately apply primer paint. E. Fixtures, Equipment, and Hardware Items: Cooperate with other trades and coordinate removal of fixtures, equipment, and hardware as required to perform painting. Items to be removed include, without limitation: signs and graphics; switch and receptacle plates; escutcheons and like plates; all surface-mounted equipment; free-standing equipment blocking access; grilles and louvers at ducts opening into finished spaces; and other items as required and directed. F. Reveals: Reveals are to be painted to match adjacent color and finish, unless otherwise indicated or selected by the Engineer. Obtain approval of the Engineer prior to commencing work. G. Surfaces Not Mentioned: Prepare surfaces according to recommendations of the paint manufacturer's and as approved. 3.03 COATS AND COLORS: The number of paint coats specified to be applied is minimum. Ensure acceptable paint finishes or uniform color, free from cloudy or mottled areas and evident thinness on arises. "Spot" or undercoat surfaces as necessary to produce such results. Tint each coat a slightly different shade of finish color to permit identification. Conform to approved Samples. Obtain approval of each coat before applying next coat; otherwise apply an additional coat over entire surface involved at no additional cost to Owner. 3.04 EXTERIOR PAINTING: A. Concrete: "DUNN EDWARDS" 1st Coat: F-STOP W709 2nd Coat: VIN-L-TEX VINYL W201 (ACRVLIC FLAT) 3rd Coat: VIN-L-TEX VINYL W201 (ACRVLIC FLAT) B. Metal- Ferrous: I st Coat: 15 Red Oxide Primer 2nd Coat: 14 Corro Prime 3rd Coat: 4800 Aqua Sash Enamel Part II Page 97 't) '2: 2 6 9 Exception: On exposed surfaces of steel stairs and steel pipe or steel tubing railings, metal doors and frames apply 2 coats of 7500 Sintec Industrial Enamel in lieu of the 2nd and 3rd Coats above. C. Metal- Galvanized: Treat with 7113 Vinyl Wash Primer before priming. 1st Coat: 14 CorroPrime 2nd Coat: 4800 Aqua Sash Enamel 3rd Coat: 4800 Aqua Sash Enamel Exception: On wall flashings, wall louvers, and other sheet metal flashing visible on building exterior, apply two coats of 1300 Stuc-O-Life in lieu of the 3rd Coat above. D. Traffic Striping: This includes painting all traffic control markings on floors and walls including symbols, arrows (must be Caltrans Standard), stall stripping, solid red areas, etc., per Drawings. Devoe: First and Second Coat-Exterior Alkyd Traffic Marking Paint 442XX. Fuller O'Brien: First and Second Coat-Traffic Line Paint 382-XX. Tru-Test: First and Second Coat-Vinyl Toluene Alkyd, spec. No. 11. 3.05 CLEANING AND TOUCH-UP WORK: Make a detailed inspection of paint finishes after all painting is completed, remove spatterings of paint from adjoining surfaces, and make good all damage that may be caused by such cleaning operations. Carefully touch-up all abraded, stained, or otherwise disfigured painting, as approved, and leave entire painting in first-class condition. PART4-PAYMENT 4.01 PAYMENT: Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved, and no additional compensation will be allowed therefore. END OF SECTION Part II Page 98 ()'2. 269 AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this --.L.:1!.! day of A '-'.s U ",f 2002, between the City of San Bernardino (hereinafter "City"), and F, Ie", U/; ,of (,o~,-",.f-r,u -/"',_,, +::r,{ , (hereinafter "Contractor"). I. For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City, and under the conditions expressed in the bond as deposited with the City, receipt of which is hereby acknowledged, Contractor agrees with the City, at Contractor's own proper cost and expense in the Special Provisions to be furnished by the City, necessary to complete in good workmanlike and substantial manner the CITY HALL PARKING STRUCTURE SEISMIC RETROFIT (PHASE - 1) in strict conformity with Plans and Special Provisions No.10304-A, and also in accordance with Standard Specifications for Public Works/Construction, 2002 Edition, on file in the Office of the City Engineer, Public Works Division, Department of Development Services City of San Bernardino, which said Special Provisions and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. Contractor agrees to receive and accept the prices as set forth in the bid schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the manner and according to the Plans and Special Provisions, and requirements of the Engineer under them. 3. The Contractor herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this contract, nor shall the Contractor or any person claiming under or through him or her, establish or permit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. " 't) ? 2 6 9 AGREEMENT: CITY HALL PARKING STRUCTURE SEISMIC RETROFIT (PHASE - I) 4. City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators, and assigns, do hereby agree to the full performance of the covenants herein contained. 5. 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 said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties of these present have hereunto set their hands the year and date first above written. F '/0' ~' ) " ,." r-" (' ?" <; fru'_+/~)/,! ~. BY: AN BERNARDINO CONTRACTOR Name of Firm: BY: -At:..h. /-/nl~.;f/ Lj/JrJ ~. ITH V ALLES, Mayor City of San Bernardino TITLE: {~.p" ,s=-.Pf? / j.,!;'i'J!'Vi?/'-' MAILING ADDRESS: ATTEST: j ')/1;' fCC;- I lie"/? ('1OJ/PA;::;h/V s,,--;. ~.~ RA L CLARK, City Clerk D"Jr:>,-.Jil (.4 9/(1/('/ , PHONE NO.:(&' ,J S.; cf. 78'-;<1,') , APPROVED AS TO FORM AND LEGAL CONTENT: JAMES F. PENMAN, City Attorney BY: f~ IIp-lr-Ul U~:4UP. ~r.'-lltW^~1 1M: In 1t!1 I.~ lSltI'bOUD4J J-~Ub r.Ul/uo ~-bU~ SEP 2t ~002 1:53PM ZURICH N09111 'OP2 22 6g 177-5$1.'1" ......- lQ.:a.l;1... ~ .....no-, %IIllI. - lLtMIa.~ eua ca1K~ ~QI... .,.~~ ....Rl liD ........ as II~' ~AffOIIlllNG coveRAGE ........ ,~ CGIII~I;~. I.,.:;. IUI IRIQIiQ' al4p ltd.. ....uo 'UJ 1_ P$.~. ~ ,21.:n NilIRtak >> IflRlo-. ...._c. ~ . to %DAur~ 2'lI7-QII:a. G _l'OuOP ClF-.......cE ..::rlmllELDW"'~ ___ TIl 'I\tIi __-"PAIlOY~ 'OlI_ PllUCY PEAIOII ooQlCA1'fQ. NCIl>w....ST_.... _ _. TEIlMllR _OF __CROl\lalllOCU_T_ ~lO....,o.1ll1li~""'I4AY Ill! - Qlt ....TPI;i!T"'".__~IT_~_RI~-"'.$l.I&lI!CTTO- __EJoCulliollOlS.....alI'IIlIllaw:lOF...... ~~.~Tll..MJ'S~~ KAvt:~ av........CI.AItd. -....- ......DfI.... .....rt;f S~123:!..Ol 8/"/2003 '/1.'.11003 DblCXK:I nfr a . - . . .... - -. ~ PRAtlLCI. iii . . . . ...-...-.... ....""'" --...... -""MIl"" ...........,. --- ~~...... . -....-.. . ......_1 ~''''''t'" . ~- . ...".,...... . -..... fA"'" NJJQ aM.r. ..... """" ~. . '- -...... . . . ~........1IOlt"" -- ....~. u~ ...... _i~~ .___-'.1111 'r~ 111' 11 III ..DDID....1 mr---,...*"""...... c...-uf1c""" ...ldoo" 10 _~f."""1 I_IS pe~ .~.....1lO4 8"11' l!lno lUl _q _-c-~"l.Il"cory oqIPU" PH" "n"olao4 S'l~ CGL 16U. DI So.!lIIIIi.c: ..CZ'of~~ ot ~ ~1:Y' of liIm I~ 5-1....~ 'U'JR.JtS 8u:uc:cu:- 'boo.. 1 ...- cA .. _. AlXlRP~S (1197) Con,on... tIQUI_r~1tII!:.aIOA~I'ClIJeIPI....- '-..uraTJIC~lJQI Ml1i '1NIItQf. 111I' _1IIUIlD.... ...-- III".... 1U ....~. _11CfiTOlttIi!~.....__1e~s--.m .f -. "rM Ci.~y of ... Jloxaa&'cUJap t)ep,,~5 DI ~~ Sa&'Yllt'.' Nca. au. .~I ~a.. ~~_ ~...$I$.OII lDD IIIQru. .>>. I~s ..,. a.n.P1I$.AO. ca. ,at~....QgDl. OlIlP-""U' U":4UPII rrUII-,)IC;""l'lI ,)Mlln III;;,} I 11''- GjGLlh'lIg... .-,)uu r.u,)/u~ r-uua SEP 27.2U02 l"54PM ZURICH NO 9171 P 102 3 )!' If Cl 1I11tl" . ..! 3 IMPORTANT I ",., ...!iIil.IIIl _ i. oil ADDIT1ONA\. .NSUIIEll. 111. plIIiovtlelil IIIIlBl D8 ............. ,. ,.,,,"mont on IIlis c:t1Ii/iCIIIII_ nol c:onIor rlQl\1SlD VIe clR_,,,,1C1IIr on IiIw of ."""IIfIda'HtnIlll1(S) If SUllRCGATION iii WAIVI!P. ..... III lilt """'" and ~ 01 VlII JIIlIIlOJ. """"'" pGIi- tIIIIY ~llI1_IMne.A ___ an II'liI C6IIfi<;IIIa ~lllIloonrer ripIllIIlIIlhflCllllifioate n_mlicalalOUCh.._rft8llI(ol. IllSCLAIMal The C8nil\C:al8 '" ,....,-e on llIe ...- Ilicle oIlhis fIIn;n _5 I1Ul lXlhli1illll8 . lXlhllaCl a_ II1e __ ihSull'I(5). ~ ""'_... or pIIla_. n 1IIIt ...1IIcaI>. 1lOlQer. nGr - ,I al!irmil_ At negiIIivet~ ItIIn. """"'" or .ac:t 1IIe cove.. ~ by '"" paIiciIIB ,- ~ AClltIII zM 17111I c..ll,S51t.O 'Pl,115385 c.~e."Ol." 58.-Z7-0Z U3:40.. FroO-5T<WAKI lMllM wtll '"~ GII'tDOUalJl I-:Ub r.U4/UO t-DU~ m 2/.200i 1: 54PM zuRICtl NO. 9171 P 4 (02 2 ~ 9 ZlllUCH SleadlM1 1....~lIIll:e COlllpall)' -... IUL-".... ....1loII".... JlIlla.. 01 JH<. Pro...... - ...... E_ scomn4lO. 111_ ottl_ 1_ ...- NlUllCO unurr4: FilmmP Coa5U\lC1iOII. 1Ilc. A4diliaDlllaaam -...... trO<pllIzl.. (Ilaip~ l 'ria\ll7ll'1o.coa<dll1llllll JasanllCe 1lB6 !:NIIollSlMENT CJW'iG~ TJU ,OWey. PLEASt UAJ) 11" I;ABJ!PIlLt. Y Thil ~moOifi" ~1'""rid04 UIlda""",. C....-I 0......1 LiaIlililY C......P ,art SCllEUVU Nalo.: ofPcrollll Of ~OO: W"""" ""IUIDlI by 1m""0_- Who i. ",1Doqn:. (SecliOD II) i. .-........ lD ial:loo4e lI$ an i_IIIYp:nIlll or ~ &IlowD in llIo SoII.dull; 1M noly willl mpl<t TO U,bilily "'-DID or Y<lllfWOlk O. prcmi><1 ""'llC. by or rt_lO fllI>- AlSO. "'" ...- pIOvi4c41>Y 1IIi$ plllity will D< priwaoo IIIId 1IlllHlRl\In1olloly iDs_. ..... GllIy 1$1'C.lfl- . oIaial, 100:> ....11IIIIili111ri1il11 O\JI ofll\m8ll optnlimo or """" OIIl1011a1f of,... po:rfi>lmoCIlIIIIlor... "iJI$u1Ocl COIIIllIl:I" ~ you ana *~"'G__'-iudlclit_@QW. dIor~ yo\o",_io .""apritlw1 and 1IPl>"CllJIlriIl'Y i_ and '" iDcludo ~.. ...lIOdili~ iRauIod. Co...~ ~!M r/~11ol- 1 I 1T'~I.ot'C:.lwn ~BP-'f-U' U~;4Ipg rrDm-~rt"^~1 ~Mr In "t~l ln~ OIO'D:JUG41 l-~UD r.u~/U~ ~-au~ ., SOP 2) l002 1:54PM ZUR Ie" NO 9171 P 5 '02269. Z,l1lUCH SwadfMl!lll8J'Dll8 CDlllpQY r_ 'lS-.xJIl 1 ~=l ~'--l \ _N. I ~__M [ ~__fOL [UPoK"hG J sc;o:lIJ7'411l11 111412l111' Gill...... NlOIld1lll,"" FilKwrop~"'" J"", l Ad4ilil>aal~" oteJAIIIl:I"'1ic !lnms pOI' Con_ (iIIl:l.dilII ~k1c4 opmll;....) THJ$l!NDOlI5ZM~ CJlANGo:s TJfJ roucy. n.EASlt 1lEA1l rr CAaEJ1lU.Y Tbi. ~ Illl>4itin i1uorIDOOplOYided """'" lb&' c.--*Ge;Ionl ~ ee-..... l'nld1lCrs-Complotod 0p0ra1lO" Lia1li1isJ c...np "'\'f A. _ OJ; IlIlJl1aftl4(S-m ..__4111...bI4< III aa ~IlIYperi01lorlHpaizoA... for wtIOdl)'01l pcrlIOnll aplllloIilla.._ yw aod ....l"f"'" .........1Cl in wnlilla 10' C:Oll1rKl orap;_Iluu:...,h pct'CIn or QII8II12IIiaa be oddDlI U all ad4i1illul iu0m4 OIl)'Plll' poJio;y, ,Such pcroon or ....pni2aIi... i.....ddiIioaal i/l>IIlOlI 0lIIy willi "'"1'''''' to liallili'l' ariliD8 OIl. or ')lour WOJk" pmarmod ft>r IImworc:lI. B. Willi ""'1*1'" dlc iIuIur'- atli>lII<cl1lDo I4dhioMl jlll\U1Ol!, "'" foll....ilIa oddilioaol ~1IiSion applu..: Thi> ~......- Wy"': "!lodIly InlUlY.~"jJI<lp<R) ~""pOnooll inilllY" or "a4.cniUG iAiUJi.llMloa....Qf-~ of. o. dIo fiilllR to render, _~ otdliIIcIIlnI, OII&ilI<erillaor ~&~. in.hlclioff 1 The prep,""" oppIO...... or foilinj;lIl ~ or 1IjJp<Il'R.1IIIIJlI. ohDp lIAwio\8I. opinialol. rq>lW. ~ /iohl orden,........ _01 ~"""~_: o/lII 2. S1lJ'CM~' ia>;>e<lillll. __raIor~ ;acri",.... COllOunipcd ~~I.C'Il'(JIIIJ PERFORMANCE BOND 02 "69 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOW ALL MEN BY THESE PRESENTS: Bond No. 103881045 Premium: $14,960,000 That Fibrwrap Construction, Inc. 1710 Evergreen St.., Duarte, Ca. 92010 as Principal, hereinafter called Contractor, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, 01 Hartford. Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called Surety, are held firmly bound unto City of San Bernardino as Obligee, hereafter called Owner. in the amount olOne Million, One Hundred Forty-Six Thousand and 00/100----------------_______ Dollars ($ 1,146,000), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated August 8, 2002 Seismic Retrofit of the city of San Bernardino 5 Level Parking Structure (Phase I) entered into a contract with Owner for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE. THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for Signed a 8th day 01 August, 2002 (Witness) (Witness) B a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Fibrwrap Construction, Inc. Principal) (Seal) C. Jeannie Barnabi-Suarez Printed in cooperation with the American Institute of Architects (AlA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in AlA Document A311, February 1970 edition. Page 1 012 S-1870-E (07-97) LABOR AND MATERIAL PAYMENT BOND Bond # 103881045 Premium: Included n2 ?69 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITH FULL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: Fibrwrap Construction, Inc. , 1710 Evergreen St., Duarte, Ca. 91010 that as Principal, hereinafter called Principal, and, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called Surety, are held firmly bound unto City of San Bernardino as Obligee, hereinafter called Owner for the use and benefit of Claimants as herein below defined, in the amount of, One Million One Hundred Forty- Six Thousand & 001100 Dollars ($1,146,000.00) , for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated August 8, 2002 entered into a contract with Owner for Seismic Retrofit of the City of San Bernardino 5 Level Parking Structure (Phase 1) in accordance with Drawings and Specifications prepared by T.Y. Lynn International and IDS Structural Engineers, Inc. which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; othelWise it shall remain in full force and effect, subject, however, to the following conditions: 1) A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2) The above-named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The OWner shall not be liable for the payment of any costs or expenses of any such suit. 3) No suit or action shall be commenced hereunder by any claimant (a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the OWner, or the Surety above- named, the within ninety (90) days after such claimant did or performed for last of the work or labor, or furnished the last of the materials which said claim is made, stating with substantial accuracy (Witness) (Witness) B the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing an same by registered mail or certified mail, postage prepaid, in envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law contrOlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which States Project, or any part thereof, is situated, or in the United District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. 4) The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Fibrwrap Construction, Inc. Pr~ (Seal) (Tille) PANY OF AMERICA C. Jeannie Bamabi-Su3rez (A . mey:in-Fact) Printed in cooperation with the American Institute of Architects (AlA) by Travelers ualty and Surety Company of Amerlca. Th language!n this document confonns exactly to the language used in AlA Document A311, February 1970 edition. Page 2 of2 S-187I-F (07-97) 02 269 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 8th day of January 200 I. STATE OF CONNECTICUT } 55. Hartford COUNTY OF HARTFORD 'IIl'PII!I".." ;~~,~"'.~ { ~ ';\\ '!:~' tw(r'J~;ItJ'} S ~ C:8::', 1I S; -~~ . TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY /~C7-~~~~ - By George W. Thompson Senior Vice President On this 8th day of January, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. Y'<\~ c. ~ My commission expires June 3D, 2001 Notary Public Marie C, Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 8TH AUGUST . 20 02. day of ,. .,l\fIllIoQ:iI"~ m~~"o StUi!;~.:\. ~ "i ~~~ ~\ C<JI.tI).~. ~'-.- .,~ . .". " . By =rsM-rK~ Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, cO'llorations July organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of lbrtford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these Fesents mak~, constitute and appoint: C. Jeannie Barnabi-Suarez, Jeanette Seidl, John R Jay, M. Monte Richardson, of San Diego, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge; at any piace within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, rec03nizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authOrized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby i'atified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chainnan. the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign \\ith the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other \\Titings obligatory in the nature of a bond. recognizance. or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President. any Vice Chairman, any _Executive Vice President. any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond. recognizance. contract of indemnity, or 'Mi.ting obligatory in the nature of a bond. recognizance, or conditional undertaking shall be valid and binding upon the Company when Cal signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or Cb) duly executed Cunder seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a Mitten delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any pmver of attorney cr tQ any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes ani)' of executing and attesting bonds and undertakings and other \\Titings obligatory in the nature thereof, and any such power of attorney or certificat':" bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by :mch facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached, (!l-OO St,!"dacd) CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT 02 269 State of CALIFORNIA County of SAN DIEGO On AUGUST 8, 2002 Dale before me, Jeanette Seidl (Notary Public) Name and Tille of Officer (e.g., "Jane Doe, Notary Public") personally appeared C, Jeannie Barnabi-Suarez Name(s) of Signer(s) I]tpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ]"~""'/"""" ,'~ .', .' J . 'G~~~:~~~~~~~~;t ~ ~ ~Ict. ~.)ry f:'~.;!.bliC - California ~ i!'! 0"0 ",ego County f ' .', NlyC..'"t1rn. ::~~:JjresMar24,2005 ~"~_i!,:!I_:<&"'Il~Y~:~"", WITNE hand and official seal. ~ Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons refying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Titie or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator D Other: Top of thumb here RIGHT THUMBPRINT OF SIGNER o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: Top of thumb here RIGHT THUMBPRINT OF SIGNER Signer Is Representing: Signer Is Representing: @ 1994 National Notary Association. 8236 Remmet Ave., P.O. Box 7184. Canoga ParK, CA 91309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 02 269 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate scals to be hereto affixed this 8th day of January 200 I. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD ~~"IIIIl.v'l-> L~~~:~ (fr: .. :',\\ " "~. fW("J~~.V\ S ~C~"'Jl1 S; -.-;;,.'" ~-~ TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY /~~~~~c - By George W. Thompson Senior Vice President On this 8th day of January, 2001 before mc personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to thc said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. '<<\~ c.~ My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, thc undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Rcsolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 8TH AUGUST ' 20 02. day of ..........,~(i!~r.\\\:. ~"'~.."~?f'~ 5'7 ~~v.. " g, HARTFO:\~' -";...,COI'OI'/1 ~'-<b ,,~ . ~~' "...,.. By~-M-~ Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations Jnly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of H:utford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents 1:!$0, constitute and appoint: C. Jeannie Barnabi-Suarez, Jeanette Seidl, John R Jay, M. Monte Richardson, of San Diego, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any piace within the United States, the following instrument(s): by hislher sole signature and act, any and all bonds, reco:;nilances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by anthority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts ofinderrmity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indenmity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (tlllder seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealcd by facsimile (mechanical or printed) under and hy authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any pmver of attorney c.r tc' any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes oniy of exe(uting and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificatp bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by ::ouch faCSlmlle signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or lIDdertaking !o which .t i~ attached. : (1 l.GO St:mdard) 02 269 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 8th day of January 2001. STATE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD {f!~" ff(.~HAAn'Jr.~1\. ~\ '\\ c:c;;.1. "~ ~:~~,t TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY /~~_J~?/& - By George W. Thompson Senior Vice President On this 8th day of January, 2001 before me persoually came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof ~~ c.~ My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, arc now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut Dated this 8TH AUGUST , 20 02 day of ,~.I'"'~IlI"',,,,,,~ ..:~t-";-\:."'!>>rtrJ-' ,.../............, ! J'. \~~ i1" ( HAIm'OA>J, I ~ ~"~ CONi)'/~ ~>_...<, . "";,,, :..~ ~-rK"',!J By ~ Kori M. Johanson Assistant Secretary, Bond TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporati0lis duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: C. Jeannie Barnabi-Suarez, Jeanette Seidl, John R. Jay, M. Monte Richardson, of San Diego, Ca!j~ornia, their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed, This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other \\'fitings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or \\'fiting obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasmer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pmsuant to a \\'fitten delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of thc following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other \\'fitings obligatory in the nature thereof, and any such power of attorney ~r certifin~te bearing sl1ch facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and c{~rtified by .:;uch facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertak.~ng to which it is attached. , (11-00 S'~ndard) 02 269 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On AUGUST 8, 2002 Dale before me, Jeanette Seidl (Notary Public) Name and Tille of Offioor (e.g., "Jane Doe, Notary Public") personally appeared C, Jeannie Barnabi-Suarez Name(s) of Signer(s) otpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ,.>~~ .a.',,,-,,,,,',"- -, ..... -. -. ... _ .'" _ 'i .If) JE'ANETTESEIDL . J . CommL'!.sion tJ 1297821 ~ . - Notary Public ~ California ~ j . San Diego County [ , ff.yCD;T1:1"l. ExpirESMar24,2005r -- -- -- -- ~ "",...--- ---. .~,. d Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document 1itle or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator D Other: Top of thumb here RIGHT THUMBPRINT OF SIGNER o Individual o Corporate Officer Title(s): o Partner - 0 Limited 0 General o Attorney-in-Fact o Trustee o Guardian or Conservator o Other: Top of thumb here RIGHT THUMBPRINT OF SIGNER Signer Is Representing: Signer Is Representing: C 1994 National Notary Association. 8236 Remmet Ave., P.O. Box 7184. Canoga Park, CA 91309-7184 Prod_ No. 5907 Reorder: Call Toll-Free 1-800-876-6827 0 1 2 3 4 5 6 7 8 9 10 11 o o rr::, ,0' ~ \\ I? l.L7;. ! '-. RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVI:--;G AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH TY UN INTERNATIONAL-McDANIEL FOR INSPECTION AND MATERIAL TESTING FOR 5-LEVEL PARKING STRUCTURE PHASE I. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION I. The Proposal dated June 6, 2002, and (attached as Exhibit "B" and incorporated herein) submitted by TY UN INTERNATIONAL-McDANIEL to perform inspection and material testing for a not to exceed amount of $196,100, under terms of a Professional Services Agreement with said consultant authorized by Resolution No.2000-292, 12 is hereby approved.' Such approval shall be effective only upon Amendment No. 2 to 13 Agreement being fully executed by all parties. The Mayor is hereby authorized and directed to 14 execute said Amendment No. 2 to Agreement on behalf of the City. A copy of Amendment 15 No.2 to Agreement is attached as Exhibit" A" and incorporated herein by reference as fully as 16 17 18 19 20 21 22 23 though set forth at length. SECTION 2. This Amendment shall not take effect until the Amendment is fully signed and executed by the parties, and no party shall be obligated hereunder until the time of such full execution. No oral Contracts, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the Amendment fail to 24 execute it within sixty (60) days of the passage of the resolution. 25 26 27 28 L o C 13 14 15 16 17 18 19 20 21 22 23 24 c 1 RESOLUTION...APPROVING AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH TY UN INTERNATIONAL-McDANIEL FOR INSPECTION 2 AND MATERIAL TESTING FOR 5-LEVEL PARKING STRUCTURE PHASE I. 3 .4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, , 2002, by the following vote, to-wit: ABSTAIN ABSENT SUAREZ ANDERSON MC CAMMACK Rachel Clark, City Clerk The foregoing resolution is hereby approved this day of ,2002. Judith Valles, Mayor City of San Bernardino Approved as to form and legal content: 25 James F. Penman City 4ltorney 26 27 By: , ., 28 III . . ., 2 o o c EXHIBIT "A" AMENDMENT NO.2 TO AGREEMENT FOR PROFESSIONAL SERVICES This AMENDMENT NO.2 is made and entered into this of 2002, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and T.Y. Lin International-McDaniel,' hereinafter referred to as "CONSULT ANT" . WITNESSETH WHEREAS, on September 18, 2000, the City approved an Agreement for Professional Services with CONSULTANT for preparation of plans, specifications, and estimates for seismic retrofit of the Agency's five-level parking structure; and WHEREAS, subsequent to Agreement approval, revisions were requested by City staff; and WHEREAS, in order to seismic retrofit and repair the city's five-level parking structure, it is necessary to retain the professional services of a qualified construction inspector, and to perfoml materials testing; and WHEREAS, CONSULTANT has requested an amendment to the Agreement to cover the cost of additional services required to complete these revisions; and WHEREAS, paragraph S.B. of Agreement allows adjustment to the total cost of services when the CONSULTANT and City agree in writing that there has been, or will be, a significant change in the scope, complexity, or character of the services to be performed; and WHEREAS, City agrees that the requested revisions are not within the scope of services covered in Agreement; and WHEREAS, the proposed additional services to be performed by CONSULTANT are described in a letter from CONSULTANT dated June 6, 2002, identified as Exhibit "B", respectively, attached hereto and made a part hereof. NOW, THEREFORE, it is mutually agreed, as follows: I. SCOPE OF SERVICES CONSULTANT shall perform those additional services identified in Exhibit '~B" . 2. COMPENSATION Upon satisfactory completion of the additional services contained herein City shall be pay to CONSULTANT an additional not to exceed fee of $196,100.00. EXHIBIT "A" o AMENDMENT NO.2 TO AGREEMENT FOR PROFESSIONAL SERVICES WITH CONSULTANT T.Y. UN INTERNATlONAL-MC DANIEL 3. NO ADDITIONAL CHANGES Except as otherwise stated in this Amendment No.2, all other terms of the original Agreement, as approved by City on September 18, 2000, and as amended in Change Order Number One approved by City on September 4, 2001, shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: CITY OF SAN BERNARDINO BY: BY: Judith Valles, Mayor City of San Bernardino Rachel Clark, City Clerk City of San Bernardino c T.Y. UN INTERNATIONAL-MC DANIEL BY: Signature NAME: TITLE: Approved as to form and legal content: JAMES F. PENMAN City Attorney c \ BY: ~ t - . " o ..1''.1. .t; ;i-...~ } EXHIBIT B June 6, 2002 Mr. Mehran Sepehri, P.E. City of San Bernardino 300 North "D" Street San Bernardino, CA 92418 Subject: Proposal for Construction Inspection Services Seismic Retrofit of the 5-Level Parking Structure (Phase 1) Dear Mr. Sepehri: The following is our proposed scope of services and estimated fees for providing construction management and inspection during the construction of the subject project. We propose to perform this work on a time and material basis considering 120 working days of construction. The fees shall be adjusted according to the actual construction time. It is noted that there are liquidated damages to be paid by the contractor in the event the construction duration exceeds 120 working days. c The work listed below is based on normal working hours; i.e. no work is performed during nights, weekends or holidays. INSPECTION Title Description of Work Days Hours Total Billing Total /Dav Hours Rate Charees Public Works Inspector/ Inspections and limited resident 120 8 960 $105lhr $100,800 Resident Eneineer eopineeriop Public Works Insoector Start-uo Proiect 1 8 8 $105/hr $ 840 Public Works Insoector Close-out Proiect 6 5 30 $ J05/hr $ 3,150 Special Deputy Inspector Special Inspections during 100 8 800 $60/hr $48,000 critical construction activities Reimbursed Charees Travel 125 $24/dav $ 3,010 Total $155,800 MATERIALS TESTING Descriotion of Work No. of tests Unit Price Total Charees Grout and Concrete Comoressive Streneth Tests 20 $25 $ 500 Eooxv Bolts and Dowels Proofload Testin" Lumo Sum $ 15,800 FRP Column Reinforcement Tensile Testine 150 $160 $ 24,000 Total $40,300 TOTAL INSPECTION AND TESTING FEE: $196,100 SCODe of Services c The scope of work of the full-time Public Works Inspector includes the following: 1. Monitoring and enforcing contractor's compliance with the project specifications and the general conditions. o Mr. Sepehri, P.E. June 6, 2002 Page 2 2. Daily coordination with the General Contractor. 3. Daily communication with the City of San Bernardino. 4. Arranging and conducting construction meetings. 5. Reviewing contractor's schedule and requests for payment. 6. Preparation of memos and meeting minutes. 7. Responding to Contractor submittals, requests for information, and change orders. 8. Performing inspection of repair work and all other work except that requiring continuous special inspection noted below, as specified in the project specifications. 9. Preparing daily Inspection Reports. 10. Tracking as-built information by red-marking a set of drawings as construction progresses. II. Preparing the Final Report. The scope of work of the Special Deputy Inspectors will include continuous inspection of composite wrapping, epoxy anchor drilling and installation, field welding, expansion joint installation, and concrete work as specified in the project specifications as requiring special inspection. Special deputy inspectors who are certified to perform such activities will perform all inspections. This scope of work for materials testing is indicated in the project specifications and will be performed by a qualified testing laboratory as a subcontractor. o Estimated Fees As shown in the above tables, the maximum estimated fee to perform the scope of work outlined above is $196,100. As mentioned above, these services will be provided on a time and material basis, and the charges will be invoiced monthly. The maximum estimated fee will not be exceeded without your prior approval. It is anticipated that the City will cover all expenses related to providing an on-site working place ( field office) for the Public Works inspector as needed. Your authorization will be considered an amendment to our current contract with the City of San Bernardino with the same terms and conditions except as noted herein. Please note that the scope of work for the inspectors/resident engineer incorporates the office engineering support required, which includes reviewing submittals and responding to RFI's. The office engineering services were covered by a previous proposal approved earlier by the City and included a budget of $20,000. Therefore, to complete the additional services described herein, an additional $196,100 amendment is needed to supplement the previously approved amount. We appreciate this opportunity for providing the above services to the City of San Bernardino. We look forward to working with you to the successful completion of this important project. Sincerely, o T.Y.Lin International. McDaniel ~~d. ((7i David Griffith, pi'Vv ~ Project Manager EL c JACK YEH, S.E., PROJECT STRUCTURAL ENGINEER Me. Jack Yeh is a project engineer at IDS with over ten years of experience in construction administration, design-build competition, drawing revie\v, reinforcement budgeting, and value engineering of Post-Tensioned concrete structures including parking garages, high-rise hotels, office buildings, erc, Mr. Yeh specializes in reinforced concrete and post-tensioned concrete structures, review of structural drawings, specifications, bid documents, and shop drawings, He has extensive experience in the analysis of Academic Background alternative design, construction methods and value engmeenng, He has successful experience with field observation of construction difficulties and resolution of as-built condition, He has overseen rebar and post-tensioning detailing departments, Mr. Yeh has worked with all types of construction materials including structural steel, masonry, timber and reinforced concrete, He is registered as Deputy , oM,S, Degree in Civil/Structural Engineering Vanderbilt University, Nashville, Tenn, (08/1985 to 05/1987) o B.S. Degree in Civil Engineering National Chung-Hsing University, Taiwan (08/1979 to 05/1983) Professional Registration o o Registered Structural Engineer, CA, 3992 o Registered Civil Engineer, CA, 48090 o Registered Structural Engineer, Washington, 35043 o Registered Civil Engineer, Washington, 35043 Professional Affiliations o Member of Structural Engineers Association of Southern California (SEAOSC) o Member of Post-Tensioning Institute (P.T.I.) Parking Garage Experience 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Chumash Casino Parking Structure City of Cerritos Parking Structure MGM Casino Parking Structure, Las Vegas Grand Central Square Parking Structure, Los Angeles Disney Concert Hall Parking Structure, Los Angeles Mission Viejo Parking Structure, Mission Viejo San Francisco International Airport South Parking Structure, San Francisco Glendale Plaza Parking Structure, Glendale Opus Parking Structure, Irvine Chapman University Parking Structure, City of Orange Desert Inn Casino Parking Structure, Las Vegas Primadonna Casino Parking Structure, Las Vegas Sunnyvale Parking Structure, Sunnyvale La Jolla Village Tower & Parking Structure, La Jolla Hoag Hospital Parking Structure, Newport Beach AA IYIH"<An:1J DEs,,;, SEII'ICES. I". i : CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: August 9, 2002 TO: Mehran Sepehri, Senior Civil Engineer FROM: Michelle Taylor, Senior Secretary RE: Transmitting Documents for Signature - Resolution 2002-269 At the Mayor and Common Council meeting of August 5, 2002, the City of San Bernardino adopted Resolution 2002-269 - Resolution awarding a contract to Fibrwrap Construction, Inc., for seismic retrofit and repair of the City's five-level parking structure, per Plan No.1 0304-A. I am providing you with one certified copy of Resolution 2002-269 and four (4) original bound contracts. Please obtain signatures where indicated and retum one fully executed original contract to the City Clerk's office as soon as possible. Please be advised that the resolution and contract will be null and void if not executed within 60 days, or by October 4, 2002. If you have any questions, please do not hesitate to contact me at ext. 3206. Thank you. I hereby acknowledge receipt ofthe above mentioned documents. Signed: )f.L C;~ , Date: ,&(1\ 10 L Please sign and return. I CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: September 26, 2002 TO: Leslie Crawford, Engineering Assistant I FROM: Michelle Taylor, Senior Secretary RE: Resolution 2002-269 - Agreement with Fibrwrap Construction, Inc. Our office has not received the executed contract with Fibrwrap Construction, Inc., for seismic retrofit and repair of the City's five-level parking structure, per Plan No. 10304-A, which was approved at the Mayor and Common Council meeting held on August 5, 2002. Please forward the executed contract to the City Clerk's Office, to my attention. Note: The resolution and agreement will be null and void if not executed by October 4, 2002. If you have any questions, please do not hesitate to call me at ext. 3206. ". .' OFFICE OF THE CiTY CLERK RACHEL G. CLARK, CM.C. - CITY CLERK 300 North "0" Street. San Bernardino' CA 92418,0001 909.384.5002' Fax: 909.384.5158 www.ci.san-bernardino.ca.us '" August 12,2002 Mr. David Griffith, P.E. Project Manager T.Y. Lin International-McDaniel 1535 South "D" Street, Suite 120 San Bernardino, CA 92408 Dear Mr. Griffith, At the Mayor and Common Council meeting of August 5, 2002, the City of San Bernardino adopted Resolution 2002-270 - Resolution approving Amendment No.2 to professional services agreement with T Y. Lin International-McDaniel for inspection and material testing for five-level parking structure Phase 1. Enclosed is one (I) original agreement. Please sign in the appropriate location and return the executed agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by October 4, 2002. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, ! ,. . Michelle Taylor Senior Secretary Enclosure CITY OF SAN BERNARDINO ", T T'........ T...~_~:... _ ^ ,..,,"'..., , "h;J;t" .. DCH,,.,..('t fnT J...Jl1m:1.n Oiunitv . Hnn~s.lv 300 North "0" street, San Bernardino, CA92418 FAX: 909 384-5158 CITY OF SAN BERNARDINO CITY CLERK'S OFFICE Fax To: David Griffith, T.v. Un International From: Michelle Taylor Fax: (909) 889-9450 Phone: (909)889-8113 Date: September 30, 2002 Pages: 2 (including cover) Re: Amendment NO.2 - Parking Structure cc: D Urgent D For Review o Please Comment D Please Reply D Please Recycle -Comments: Michelle Taylor Sr. Secretary, City Clerk's Office (909)384-5002, ex!. 3206 TAYLOR MIIillCI.SAN-BERNARDINO.CA.US OFFICE OF THE CITY CLERK RACHEL G. CuRK, CM.C. - CITY CLERK 300 North "D'" Street. San Bernardino' CA 92418-0001 909.384.5002. Fax: 909.384.5158 www.ci.san-bernardino.ca.us '" September 30, 2002 Via Fax Mr. David Griffith, P.E. Project Manager T.Y. Lin International-McDaniel 1535South "D" Street, Suite 120 San Bernardino, CA 9408 RE: Amendment No. 2 to Professional Services Agreement - Five-Level Parking Structure - Resolution 2002-270 Dear Mr. Griffith, The above-referenced Amendinent No.2 was sent to you for signatures on August 12,2002. If the agreement has been signed, please return the executed original to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402. Please be advised that the resolution and agreement will be null and void if not executed and returned to the City Clerk's Office by October 4, 2002. If you have any questions, please do not hesitate to contact me at (909) 384-5002. Thank you, tf}ttvkLtt*,,- Michelle Taylor Senior Secretary CITY OF SAN BERNARDINO ADOPTED SHARED VALUES: Inte~rity . Accountability' Respect for Human Di~nity . Honesty -r=YLININTERNATIONAL. M~DANIEL 5030 Camino De La Siesta,Suite 204 San Diego, CA 92108 (619) 692-1920 Fax (619) 692-0634 LETTER OF TRANSMITTAL DATE: 10/1/2002 I PROJECT: NO. 70873.20 ATTENTION: Ms. Michelle Tavlor SUBJECT 5-Level Parking Structure To: City of San Bernardino City Clerk's Office 300 North "0" Street San Bernardino, CA 92418-001 We are sendIng the following items vIa: [8J Overnight D Messenger D US Mail D Pick Up D Hand Deliver COPIES DATE NO DESCRIPTION 1 8/5/102 Oriainal Aareement - Amendment No.2 These are transmitted as checked below: D For your review 0 Approved as submitted D For your use D Approved as noted i:8J As requested D Returned for corrections D Resubmit _ copies for approval D Submit _ copies for distribution D Return _ corrected prints D For review and comment D Other Remarks: COPYTO Contract File SIGNED David Griffith:cds CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: October 2, 2002 TO: Leslie Crawford, Engineering Assistant I FROM: Michelle Taylor, Senior Secretary RE: Resolution 2002-270 - Agreement with T.Y. Lin International-McDaniel CC: Finance Attached is a fully executed copy of Amendment No.2 to the professional services agreement with T.Y. Un International-McDaniel for inspection and material testing for the five-level parking structure, Phase I. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): Vote: Ayes J-' 'I 'i(-ro ;;l- Item # R.3\A Resolution# COC):X:X:U-;;IJi' . Abstain .~ Absent f 0.<E d(J~ ~ ?0 ~ d CIJ.;J - ~ 9 ;;J(JJ:J ',;)")0 Nays ..(.1 Change to motion to amend original documents: Reso, # On Attachments: --=-- Contract term: - Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY By: NulllVoid After: Date Sent to Mayor: ls - '1- 0 ,~ Date of Mayor's Signature: R'-~--()? Date of Clerk/CDC Signature: ,y-X--Cl :;r- Reso. Log Updated: I/" Seal Impressed: -' Do a/Letter Sent for Signature: 60 Day Reminder Letter Sent on 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: See Attached: Date Returned: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234,655,92-389): YesL- No By Yes No ~ By Yes No ,r By Yes No ,/ By Yes No j/ By - Copies Distributed to: City Attorney Parks & Rec. Code Compliance Dev. Services EDA'/ Finance Police Public Services Water Others: MIS Notes: BEFORE FILING, REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: _ Date: Revised 01/12/01 ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): ~ - S'-Q.] Vote: Ayes ;) .') Nays Change to motion to amend original documents: Item # f2-2, I !') Resolution # .;)00 d. - d ro 8 -G- Abstain A Absent \ i:;a rQOOJ-Ggq, d()(),d-';)(UJ CCK/~-d.g Reso. # On Attachments: ~ Contract term: - Note on Resolution of Attachment stored separately: -=-- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: <)( - 'l~O ~. Date of Mayor's Signature: ~-.5l'--C,;;l- Date ofClerk/CDC Signature: &-J--() d- Date Memo/Letter Sent for Signature: 60 Day Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: See Attached: See Attached: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Copies Distributed to: City Attorney / Parks & Rec. Code Compliance Dev. Services Police Public Services Water Notes: NullNoid After: - By: - Reso. Log Updated: Seal Impressed: V ,/ Date Returned: Yes ~ No By Yes No -L- By Yes No ~ By Yes No-L...- By Yes No / By EDA ./ Finance MIS Others: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: ~ Date: Rev ised 011\2/0 I . : ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): "If- 5" -<.) ;)- Item # Vote: Ayes 'J - (j Nays (..} Change to motion to amend original documents: ~:31 (' , Resolution # .9(JO;;> - ;) bel Abstain.Q-- Absent I 0Eot ';;OOddb!s- dOGC:;-dlu CCC/;;)(.XJ.;;-al? , I' Reso. # On Attachments: L Contract term: - Note on Resolution of Attachment stored separately: JL" Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY NulllVoid After: &e OA-tJ / (() - -"I -0:) I By: - Date Sentto Mayor: 'is- - ')-() ;) Date of Mayor's Signature: ?~-c:;). Date of ClerklCDC Signature: ~3'-~ d Reso. Log Updated: Seal Impressed: ,/ -/ Date Memo/Letter Sent for Signature: ~ay Reminder Letter Sent on.J9tll1lay: 90 Day Reminder Letter Sent on 45th day: )'_"I--o.r q -';;){o.-o r See Attached: /' See Attached: y See Attached: Date Returned: Gf-i?t'1-Q.:;).- Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personuel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): Yes ~ No By Yes No --L By Yes No ----L By Yes No y- By Yes No /' By Copies Distributed to: City Attorney / Parks & Rec. Code Compliance Dev. Services Police Public Services Water EDA ,/ Finance ,/ MIS Others: Notes: &Juno C::On'ri<ACl' BEFORE FILING, REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: ~ Date: q~ 2D -0/ Revised 01112/01 .' ... . ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): <;(-S-C).J. Item # Vote: Ayes :;J.' I Nays .0- 12-51 D Resolution # ;:)00';;;-;;-) 0 Abstain -9--- Absent I SEe dm;;- .:;lCoY ~>Q;;)-:J-~q I e()C!:JWd-:J-~ Change to motion to amend original documents: Reso_ # On Attachments: ~ Contract term: Note on Resolution of Attachment stored separately: ~ Direct City Clerk to (circle 1): PUBLISH. POST, RECORD W/COUNTY By: NullNoid After: ~() D~J I (() - 4 -O.:;l- / Date Sent to Mayor: 'is- ~ -'1- G :;l- Date of Mayor's Signature: )?-li"-O d- Date of Clerk/CDC Signature: &-- -1(-0 d- Reso_ Log Updated: Seal Impressed: ,/' I/" Date Memo/Letter Sent for Signature: ~ Reminder Letter Sent on h day: 90 Day Reminder Letter Sent on 45th day: -;;>-- # See Attached: /' Date Returned: 18 -:).-0;) 9 - 30'0.;:1 (~ ) See Attached: ---;-.- , - See Attached: Request for Council Action & Staff Report Attached: Yes ~ Updated Prior Resolutions (Other Than Below): Yes Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Yes Updated CDC Personnel Folders (5557): Yes Updated Traffic Folders (3985,8234,655,92-389): Yes No By No ~ By No---""--- By No;/ By No ( B Copies Distributed to: City Attorney / Parks & Rec_ Code Compliance Dev. Services ~ Police Public Services Water EDA y: Finance /' MIS Others: Notes: BEFORE FILING, REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: i'fl1'- Date: r:r,)-o7 Revised 01/12/01