Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Item 08_COUNCIL READING FILE_b_Plans & Special Provisions
HORIZONTAL CONTROL FOR POINTS 8044 & 8046 AS PUBLISHED IN THE CITY OF SAN LUIS OBISPO 2007 HORIZONTAL CONTROL NETWORK. CITY NETWORK IS BASED ON THE NORTH AMERICAN DATUM OF 1983 (NAD83) EPOCH DATE 1991.35, ZONE 5 CALIFORNIA. VERTICAL CONTROL BENCHMARK NO. 373 WITH AND ELEVATION OF 192.86' AS PUBLISHED IN THE CITY OF SAN LUIS OBISPO 2019 BENCHMARK SYSTEM. CITY'S BENCHMARK SYSTEM IS BASED ON THE NORTH AMERICA VERTICAL DATUM OF 1988 (NAVD88). 1.IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR OR PERMITTEE TO CONTACT "UNDERGROUND SERVICE ALERT OF NORTHERN CALIFORNIA" BY PHONE AT 8-1-1 FORTY EIGHT (48) HOURS PRIOR TO START OF CONSTRUCTION, FOR LOCATION OF POWER, TELEPHONE, OIL AND NATURAL GAS UNDERGROUND FACILITIES. CONTRACTOR OR PERMITEE SHALL ALSO CONTACT THE APPROPRIATE AGENCY FOR THE LOCATION OF CABLE T.V., WATER, SEWER, DRAINAGE OR UNDERGROUND FACILITIES. 2.THE CONTRACTOR SHALL POSSESS A CLASS "A" LICENSE AT THE TIME THE BIDS ARE OPENED. 858-860 HIGUERA SIDEWALK/BASEMENT DECK PROJECT LOCATION 858-860 HIGUERA PUBLIC WORKS PLANS: 1.TITLE SHEET 2.SIDEWALK PLANS & DETAILS STRUCTURAL PLANS: 3.S-1.0 STRUCTURAL TITLE SHEET 4.S-2 FOUNDATION PLAN 5.S-3 FIRST FLOOR FRAMING 6.S-4 STRUCTURAL DETAILS 7.S-5 STRUCTURAL DETAILS REFER TO STRUCTURAL S-1.0 FOR SPECIAL INSPECTIONS PUBLIC RIGHT OF WAY IMPROVEMENTS: ·CITY OF SAN LUIS OBISPO STANDARD SPECIFICATIONS- MAY 2018 EDITION ·CITY OF SAN LUIS OBISPO ENGINEERING STANDARDS - MAY 2018 BUILDING/BASEMENT IMPROVEMENTS: ·2016 CALIFORNIA CODES (BUILDING, PLUMBING, MECHANICAL, FIRE) Reference Documents: City Standard Specifications - May 2018 Edition City Engineering Standards - May 2018 Edition san luis obispo county, california APPROVED BY SPECIFICATION NO.DATE of SHEET Matthew A. Horn, City Engineer R.C.E. C63611 Approved Date 7JUNE 2019 91320 1FILE NO./LOCATION C I V I LREGISTERED P R O F ESSIONA L E NGI NEERS T ATE OF CA L IF O R NIANo. C 63611MATTHEW A. H ORN LULU LUXE 864 HIGUERA BUS. HRS. M-W 11-7, Th 11-9:30, F-Sa 10-8, Su 11-6 RETAIL FIORE 856 HIGUERA BUS. HRS. M-W,F-Su 10:30-8 Th 10:30-9:30 RETAIL 32" Ficus TILE E N T R Y TILE E N T R Y DECORATIVE CONC (E) Sidewalk TILE ENT R Y 4-GM PM PMWM LTGLTGSLB MATC H B W MAT C H T C & F L M A T C H B W M A T C H T C & F L PM PM WM PGE CO 2 - 3 - 8" Ficus Basement Below Grade Basement Below GradeBasement Below Grade (E) Sidewalk7 7 8A 8B 8C8C9 9 (E) 1.9% SLOPE(E) 1.4% SLOPE2% MAX. SLOPE2% MAX. SLOPEDOC BURNSTEINS 860 HIGUERA BUS. HRS. Th-Sa 12-10, Su-W 12-9 ICE CREAM FLIP FLOP SHOP 858 HIGUERA BUS. HRS. F-W 10-8, Th 10-9 RETAIL OUT OF SERVICE DURING CONST. Floor access to basement Temp. Steel Plate Cover LULU LUXE 864 HIGUERA BUS. HRS. M-W 11-7, Th 11-9:30, F-Sa 10-8, Su 11-6 RETAIL FIORE 856 HIGUERA BUS. HRS. M-W,F-Su 10:30-8 Th 10:30-9:30 RETAIL 32" Ficus PM PM TILE E N T R Y TILE E N T R Y DECORATIVE CONC (E) SidewalkTILE ENT R Y 4-GM PM PMWM LTGLTGSLB PGE 11 2 4 4 1 - 3 5 5 4 WM8" Ficus Basement Below Grade Basement Below GradeBasement Below Grade (E) Sidewalk (E) 1.9% SLOPE(E) 1.4% SLOPEDOC BURNSTEINS 860 HIGUERA BUS. HRS. Th-Sa 12-10, Su-W 12-9 ICE CREAM FLIP FLOP SHOP 858 HIGUERA BUS. HRS. F-W 10-8, Th 10-9 RETAIL OUT OF SERVICE DURING CONST. Floor access to basement 6 Temp. Steel Plate Cover DEMOLITION/CONSTRUCTION NOTES: 1.City to remove parking meter heads prior to demolition. Coordinate removal with the Engineer. No demolition work shall occur prior to meter head removal. 2.Remove (E) Concrete Sidewalk/Basement roof & curb within shaded areas. Saw cut at perimeters of removal area. Protect all below grade utilities. Utilities are suspended/supported from basement roof. Prior to removal of roof deck, Contractor shall temporarily support utilities and protect during demo and construction of new roof deck. Adjust/lower utilities as needed to avoid interference with new roof deck. See Details 1 & 2. Install utility supports per Detail 3 & Detail 11 on sheet S-5. Typical for all utilities in the basement. 3.Cautiously remove old cargo elevator/lift from basement. Contractor shall be responsible to remove from basement and transport to a location within City Limits and unload. 4.Coordinate Utility Co. vault resets/replacements with appropriate Utility Co as needed. 5.Sawcut and remove PCC street and AC cap 3' minimum from new curbline. 6.Contractor to relocate magazine racks per direction by City Engineer. 7.Install Mission-style sidewalk, curb height to match adjacent curb height & gutter (18") (shaded areas) over new basement roof deck. See Detail 2. 8.Within new sidewalk areas, contractor to install (N): A. Water meter boxes per STD. 6210, and Detail 3. Meter box furnished by City. B. Sewer clean out well and lid per STD 6710 and Detail 3. C. Parking meter posts per STD 7210. City to reinstall heads & plastic sleeves. 9.Restore Concrete street and AC surface. See Detail 2. GENERAL NOTES: 1.Underground not shown on construction plan for clarity. Refer to demolition plan above. 2.Underground utilities may be very old and fragile. Proceed with Caution. 3.Utility locations and sizes shown are approximate. Verify location and sizes. Proceed with Caution. Repair any utilities damaged by Contractor. 4.Protect buildings and building entry ways from damage. Repair/replace in kind if damaged. 5.Business hours shown are subject to change. Verify hours with business managers before starting work. 6.Contractors work hours shall be 2 AM to 10 AM, Monday through Friday unless approved otherwise by the Engineer. 7.Contractor shall access basement and all work from outside within the City ROW. Very limited access, upon request, will be approved through floor access in LuLu Lux dress shop at beginning of project and at end of project. Do not disturb tenants outside of approved entry. 8.To minimize disruption to surrounding businesses, Contractor shall demo and open up only as much sidewalk as needed to access and facilitate below grade work. 9.Contractor must provide ADA accessible access to businesses during normal business hours by means of plates, bridges, etc. Openings over basement shall be covered at the end of Contractor's work day. 10.Contractor may close sidewalk within work site to through pedestrian traffic during Contractor's work hours and detour pedestrians to other side of street per App. G, page 17, Figure P. At the end of Contractor's work day, Contractor must provide through access for pedestrians. Refer to App. G, page 17, Figure P. 11.All modifications to utilities shall be done in accordance with 2016 CBC. Scale: NTS SECTION - PROPOSED SIDEWALK OVER ROOF DECK2 GENERAL NOTES: 1.Sidewalk, curb & gutter shall be per CITY STD 4030, 4110, 4220 except as modified by this detail. 2.See STD 1010, pages 24 & 25 for further Mission Sidewalk requirements. 3.Tile shall be cut to fit around (E) vaults/boxes that encroach into the tile band. 5.All new and existing wells, boxes, lids and covers shall be integrally colored, stained, or coated to match adobe sidewalk color . (E) FACE OF BUILIDING CONSTRUCT (N) MISSION SIDEWALK,CURB & GUTTER OVER (N) ROOF DECK (E) SQ. CONC COLUMN LOWER (E) UTILITIES BELOW NEW ROOF DECK AS NEEDED. SUPPORT WITH PIPE HANGERS ANCHORED TO NEW ROOF DECK PER DETAIL 4 . REMOVE PORTION OF WALL AS NEEDED TO ACCOMMODATE CONSTRUCTION OF (N) CURB & GUTTER. PROVIDE 1" CL3AB SAND CUSHION BELOW PER CITY STD 26-1.02E AND 1 2" FELT AT BACK. SEE STRUCTURAL DWGS FOR (N) ROOF DECK & SUPPORT DETAILS. 6" CL 2 AB UNDER PCC STREET, CURB & GUTTER 2" MIN CL 3 AB UNDER SIDEWALK & YELLOW GUARD 15 MIL VAPOR BARRIER PER CITY STD 26-1.02E SEAL PERIMETER JOINT WITH SIKA-FLEX 1C SL TAN/GRAY & ZIP STRIP (E) CONC STREET (E) AC CAP-THK VARIES CONSTRUCT MISSION STYLE 8" CURB/18" GUTTER PER CITY STD 4030 (E) CONC TO REMAIN. SEE STRUCTURAL DWGS. REBAR #3 @ 18" OC BOTH WAYS FULL WIDTH. CURB END BENT 4" x 90°. RESTORE AC/PCC STREET. MATCH (E) PCC STREET SECTION (8" MIN.) HOLD PCC SURFACE 2" BELOW GUTTER LIP. INSTALL AC CAP. 1/2" SMOOTH DOWELS. 18" LG. 60" SPACING. 6" EMBEDMENT INTO (E) 2% MAX. SLOPE 3' (E) CONC STREET SAWCUT & REMOVE 3' MIN WIDTH OF STREET SECTION AND BASE MATERIALS (E) AC CAP-THK VARIES SAWCUT (E) STREET Scale: NTS SECTION - EXISTING 1 (E) FACE OF BUILIDING REMOVE (E) CURB & SIDEWALK/ROOF DECK (E) SQ. CONC COLUMN BEYOUND (E) HANGER/SUPPORT. TYP. THROUGH OUT BASEMENT. (E) FIRE SPRINKLER SYSTEM (E) 4" SEWER LAT(E) WATER METER. PROTECT (E) 1" WATER LINE (E) 2" GAS LINES (E) FRAMED WALLS ON RAISED CONC CURB (E) UTILITIES ARE SUSPENDED FROM (E) SIDEWALK/ROOF DECK. SUPPORT UTILITES BEFORE DEMOLITION AND DURING CONSTRUCTION OF NEW DECK. EXTENTS OF (E) WALL & FOOTINGS UNKNOWN SAWCUT RETAIN PORTION OF (E) CONC. SEE STRUCTURAL DWGS. DETAIL 6/S-4 (E) SEWER CLEANOUT. PROTECT. (N) MISSION SIDEWALK INSTALL (N) METER BOX PER STD 6210. INSTALL CUSTOMER/CITY VALVES AND MODIFY SERVICE TO MEET STD 6210. (E) WATER METER & SERVICE Scale: NTS UTILITY BOX/SERVICE MODIFICATIONS3 (N) ROOF DECK. SEE STRUCTURAL DWGS (N) ENCLOSED UTILITY POCKET. SEE STRUCTURAL DWGS. 10/S-5 (E) RETAINING WALL 6" CL 2R AB (N) CURB & GUTTER (E) SEWER LATERAL & CLEANOUT BEYOUND CI SLEEVE. SEAL ENDS W/ BACKER ROD AND CAULK OR DUCT SEAL 1" DIA. PVC DRAIN TUBE. 2 EQ SPACED.WATER METER BOX (N) MISSION SIDEWALK INSTALL (N) CLEANOUT WELL PER STD 6710. EXTEND RISER AND INSTALL PLUG TO MEET STD 6810. (N) ENCLOSED UTILITY POCKET. SEE STRUCTURAL DWGS 10/S-5. (E) RETAINING WALL 6" CL 2R AB (N) CURB & GUTTER (E) SEWER LATERAL & CLEANOUT CI SLEEVE. SEAL ENDS W/ BACKER ROD AND CAULK OR DUCT SEAL. SEWER CLEANOUT & WELL 1" DIA. PVC DRAIN TUBE. 2 EQ SPACED 10" THICK SIDEWALK AROUND BOXES SAND PER CITY STD 26-1.02E (N) ROOF DECK. SEE STRUCTURAL DWGS 10" THICK EDGE AROUND WELL MIRAFI 140N FILTER FABRIC CL 2 AB SAND MIRAFI 140N FILTER FABRIC BOND BREAKER MATERIAL SUCH AS PLASTIC. Scale: NTS PIPE HANGER4 OVERHEAD ROD HANGER PER DETAIL 11 ON SHEET S-5 (E) UTILITY LINE ADJUSTABLE SWIVEL HANGER CITY SPECIFICATION NO. DATE:PROJECT TITLE:.SHEET TITLE:.of SHEET NO. DESIGNED BY: DRAWN BY: CHECKED BY: APPROVED BY: SCALE: SHOWN AS858 HIGUERA SIDEWALK/BASEMENT ROOFC I V I LREGISTERED P R O F ESSIONA L E NGINEERS T ATE OF CA L IF O R NIANo. C 66802MICHAEL J . MC G UI REDEMOLITION PLAN CONSTRUCTION PLAN SIDEWALK PLAN & DETAILS2 MM KH BN/MG/MH MH JUNE 2019 91320 7 STEEL CONSTRUCTION SPECIAL INSPECTIONS (per CBC 1704.3 & Table 1704.3) VERIFICATION AND INSPECTION CONTINUOUS PERIODIC REF. STANDARD IBC REF. 1.Material verification of high-strength bolts, nuts, and washers: a.Identification markings to conform to ASTM standards specified in the approved construction documents.–X Applicable ASTM material specifications; AISC 360, Section A3.3 – b.Manufacturer's certificate of compliance required.–X –– 2.Inspection of high-strength bolting: a.Bearing-type connections.–X AISC 360, Section M2.5 1704.3.3 3.Material verification of structural steel: a.Identification markings to conform to ASTM standards specified in the approved construction documents.––ASTM A6 or ASTM A568 1708.4 b.Manufacturers' certified mill tests ––ASTM A6 or ASTM A568 4.Material verification of weld filler materials: a.Identification markings to conform to AWS standards specified in the approved construction documents.––AISC 360, Section A3.5 – b.Manufacturer's certificate of compliance required.–––– 5.Inspection of welding: a.Structural steel: AWS D1.1 1704.3.1 1)Complete and partial penetration groove welds.X – 2)Multipass fillet welds.X – 3)Single-pass fillet welds > 5/16”X – 4)Single-pass fillet welds ≤ 5/16”–X 5)Floor and roof deck welds.–X AWS D1.3 – b.Reinforcing steel: AWS D1.4; ACI 318: 3.5.2 – 1)Verification of weldability of reinforcing steel other than ASTM A706.– 2)Shear reinforcement.X – 3)Other reinforcing steel.–X 6.Inspection of steel frame joint details for compliance with approved construction documents:X –1704.3.2a.Details such as bracing and stiffening.–– b.Member locations.–– c.Application of joint details at each connection.–– REQUIRED SOIL SPECIAL INSPECTIONS* (per CBC 1704.7 & Table 1704.7) VERIFICATION AND INSPECTION TASK CONTINUOUS PERIODIC 1.Verify materials below footings are adequate to achieve the design bearing capacity.–X 2. Verify excavations are extended to proper depth and have reached proper material.–X 3.Perform classification and testing of controlled fill materials.–X 4.Verify use of proper materials, densities, and lift thicknesses during placement and compaction of controlled fill.X – 5.Prior to placement of controlled fill, observe subgrade and verify that site has been prepared properly.–X * Soils inspections are not required for placement of fill less than 12” thick per Exception in CBC 1704.7 CONCRETE CONSTRUCTION SPECIAL INSPECTIONS* (per CBC 1704.4 & Table 1704.4) VERIFICATION AND INSPECTION CONTINUOUS PERIODIC REF. STANDARD IBC REFERENCE 1.Inspection of reinforcing steel and placement.–X ACI 318: 3.5, 7.1-7.7 1913.4 2.Inspection of reinforcing steel welding in accordance with Table 1704.3, Item 5b.––AWS D1.4; ACI 318: 3.5.2 – 3.Inspect bolts to be installed in concrete prior to and during placement of concrete where allowable loads have been increased. X ––1911.5 4.Verifying use of required design mix.–X ACI 318: Ch. 4, 5.2-5.4 1904.2.2, 1913.2, 1913.3 5.At the time fresh concrete is sampled to fabricate specimens for strength tests, perform slump and air content tests, and determine the temperature of the concrete. X – ASTM C 172 ASTM C 31 ACI 318: 5.6, 5.8 1913.10 6.Inspection of concrete placement for proper application techniques.X –ACI 318: 5.9, 5.10 1913.6, 1913.7, 1913.8 7.Inspection for maintenance of specified curing temperature and techniques.–X ACI 318: 5.11-5.13 1913.9 8.Verification of in-situ concrete strength, prior to removal of shores and forms from beams and structural slabs. –X ACI 318: 6.2 – 9.Inspect formwork for shape, location, and dimensions of the concrete member being formed. –X ACI 318: 6.1.1 – Concrete Special Inspections Required for the Following Elements: 1.Concrete Deck Concrete Special Inspections Not Required for the Following Elements: 1.Slab on Grade 2.Footings ADDITIONAL SPECIAL INSPECTIONS* (per CBC 1704.4 & Table 1704.4) VERIFICATION AND INSPECTION CONTINUOUS PERIODIC REF. STANDARD IBC REFERENCE 1.Inspection of Adhesive/Epoxied Anchors and their installation X –ICC Evaluation Report – 2.Post-installed anchors (wedge/expansion type)–X ICC Evaluation Report – ADDITIONAL NOTES REGARDING SPECIAL INSPECTORS CBC 1704.1: The special inspector shall be a qualified person who shall demonstrate competence, to the satisfaction of the building official, for inspection of the particular type of construction or operation requiring inspection. The special inspector shall observe the work assigned for conformance with the approved design drawings, approved specifications, and the applicable workmanship provisions of the CBC. The special inspector shall furnish inspection reports to the building official, the engineer or architect of record, and other designated persons as directed in Chapter 17 of the CBC. All discrepancies shall be brought to the immediate attention of the contractor for correction and then, if uncorrected, to the appropriate design authority and to the building official. PLAN REVIEW SET NOT FOR CONSTRUCTION Sheet No.: Sheet Title: Drawing Notes: The use of these plans and specifications shall be restricted to the original site for which they were prepared and publication thereof is expressly limited to such use. Reproduction or publication by any method, in whole or in part, is prohibited. Title to these plans and specifications remain with Taylor & Syfan without prejudice. Visual contact with these plans and specifications shall constitute prima facie evidence of the acceptance of these restrictions. DO NOT SCALE THESE DRAWINGS. See Architectural plans for written dimensions. The General Contractor shall verify and be responsible for all dimensions and existing conditions on the job and shall report any discrepancies to the Engineer and the Architect for resolution prior to commencing with the work in question. Project Engineer: Revisions: Checked By: Date: Scale: Job No.: BTD MMG August 01, 2012 11122/19142 Consultants: 858 Higuera San Luis Obispo, CA 858 HIGUERA SIDEWALK Project Name: CLIENT City of San Luis Obispo Public Works Department 919 Palm Street San Luis Obispo, CA 93401 SOILS ENGINEER Earth Systems Pacific 4378 Santa Fe Road San Luis Obispo, CA 93401 Engineer: LIVCI C A L I F O R NIAFO T A T S E C 65495 Exp. 09/30/19 McM.ELLE CCO E Y -GMIHV ODOESSIONA L E N GI NEERFORPDERETSIGER CHIEF EXECUTIVE OFFICER 04.19.19: 2016 CBC Code Update1 684 Clarion Court SAN LUIS OBISPO, CA 93401 805.547.2000 553 S. Oak Knoll Avenue PASADENA, CA 91101 626.793.7438 416 B St., Suite C SANTA ROSA, CA 95401 707.636.4900 800.579.3881 www.taylorsyfan.com 06.10.19: Plan Check2 The plans, calculations, and specifications contained herein and provided herewith are the exclusive property of Taylor & Syfan Consulting Engineers Inc., Copyright © 2019. The use of these plans and specifications shall be restricted to the original site for which they were prepared and publication thereof is expressly limited to such use. Reproduction or publication by any method, in whole or in part, is prohibited. Title to these plans and specifications shall remain with Taylor & Syfan without prejudice. Visual contact with these plans and specifications shall constitute prima facie evidence of the acceptance of these restrictions. 11. Where inspection is required, the Special (or "Deputy") Inspector is to obtain clearance from the governing Building Enforcement Agency prior to the commencement of work. Copies of the inspection report(s) to be filed by the Special Inspector(s) shall be provided to Taylor & Syfan. The Contractor is responsible for inspection-related scheduling, coordination, and expenses. 10. 9. 8. 7. 5. The Engineer will not be responsible for and will not have control or charge of construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the construction delineated by these plans. The Contractor or his/her agent(s) shall supervise and direct all work and shall be solely and completely responsible for all construction means, methods, techniques, sequences, procedures, and conditions on the job site, including the safety of all persons and property during the entire period of construction. Periodic observations by Taylor & Syfan personnel or representatives are not intended to include verfication of dimensions or review the adequacy of the Contractor's safety measures on or near the construction site. 4. The Contractor shall be responsible for shoring and providing bracing during construction and/or erection to support all loads to which the structure may be subjected. Per OSHA and the governing Building Enforcement Agency, shoring is required for all vertical cuts in excess of 5'-0". 3. All construction and materials shall comply with and be installed in accordance with the requirements of all legally-constituted public authorities having jurisdiction, including all county, city, and local ordinances, as well as the Safety Orders of the State Industrial Accident Commission, OSHA. 1. 6. GENERAL NOTES All construction projects require inspection and maintenance following completion. Operation, inspection, and maintenance of the sidewalk are the responsibility of the City of San Luis Obispo. Do not scale these drawings. The Contractor shall verify all dimensions and conditions and report any discrepancies to the City before proceeding with work. If dimensional questions occur, the Contractor must consult with the City. The notes on this S-1.0 sheet apply to and are in effect for all parts of the project, unless specifically noted otherwise. Refer to the Structural Specifications on Sheet S-1.1, for additional structural requirements. See Public Works Plan notes and specifications for additional non-structural requirements. Structural details are prepared to convey only structural aspects of each element shown. Other information, including but not limited to fenestrations, fire-resistance, insulation, finishes, waterproofing, drainage, and flashing may not be included on the structural plans. The Contractor shall obtain non-structural information for each detail from the City. 2. No deviations from these structural plans, details, and specifications are allowed without written approval from the Engineer. Approval by a Building Agency Inspector, a Special (or "Deputy") Inspector, or any other party does not constitute authority to deviate from these plans. Plan changes and addenda are subject to approval by the governing Building Enforcement Agency. The Contractor shall be responsible for processing changes, assembling permit documents, and acquiring permits. Substitutions of equivalent products for specified products are not recommended. For substitutions to be considered, the Contractor must provide the Engineer with satisfactory evidence of product equivalence. The Contractor shall be responsible to pay all related expenses and acquire Building Enforcement Agency approval for revised plans. STANDARD ABBREVIATIONS MAT'L material (s) OC on center (s) OD outside diameter OPP opposite OSB oriented strand board OT overturning T&G tongue and groove TOB top of beam T&B top and bottom TEMP temporary, tempered TH (K)thick, thickness THRU through TOC top of concrete TOG top of grade TOL tolerance TOP top of plate TOS top of slab TOW top of wall TYP typical COM common COMBO combination CONC concrete CONN connect (ion) CONST construction CONT continuous, continue CORR corrugated CTR center CU cubic DEG degree DEP depressed DF Douglas Fir DIAG diagonal DIA (M)diameter DIM dimension (s) DIV division, divider DJ deck joist (s) DL dead load DN down DWG drawing FDN foundation FIN finish (ed) FL flange FLR(G)floor (ing) FOC face of concrete FOM face of masonry FOP face of panel FOS face of studs FR frame (d), (ing), fire rated FT foot, feet FTG footing FUT future ID inside diameter IN inch (es) INCL include (d), (s), (ing) INSTL installation, install INSUL insulate (d), (ion) INT interior INV invert (ed)PEN penetrate (ion) PERF perforate (d), (tion) PERIM perimeter PERP perpendicular PK (G)park (ing) PL plate, property line PLF pounds per linear foot PLY (WD)plywood PREFAB prefabricated (ion) PRELIM preliminary PROJ project PROP property PSF pounds per square foot PSI pounds per square inch PT pressure treated, point PVC polyvinyl chloride GR grade, grading GYP gypsum HDR header HEX hexagonal HOR (IZ)horizontal HS high strength HT height JST joist K kip (1000 pounds) KSI kips per square inch LAM laminate (d), (tion) LB (S)pound (s) LG large LF linear (l) foot LIN linear, lineal LL live load LT (G)light (ing) LTWT lightweight (N)new N north N/A not applicable NAT ('L)natural, national NEG negative NO number NOM nominal NTS not to scale —angle @ at delta #number / pound /per +/- plus or minus W width, wide, water W/with WD wood WF wide flange W/IN within WIN window W/O without WP waterproof (ing) WT weight WWF welded wire fabric WWM welded wire mesh YD yard VAR varies, varnish VENT ventilate (ion), (or) VERT vertical SURF surface SUSP suspended SYM symmetry (ical), symbol SYN synthetic STD (S)standard (s) STL steel UBC Uniform Building Code UNO unless noted otherwise UTIL utility (ies) (E)existing EA each EFP effective fluid pressure EL elevation (grade) ELEC electric (al) ELEV elevator, elevation ENCL enclose (d), (ure) ENGR engineer (ed) EQ equal EQUIP equipment EQUIV equivalent EST estimate (d) ETC et cetera EW each way EXIST existing EXP expand, expansion EXT exterior, extended EXTN extension d penny DBL double GA gage, gauge GALV galvanized GC general contractor GEN general GL glass, glazing, glazed GLB glue laminated beam MAS masonry MAX maximum MB machine bolt MBR member MECH mechanic (al) MED medium MEZZ mezzanine MFR manufacture (r) MIN minimum, minute (s) MM millimeter (s) VOL volume PAR parallel PCF pounds per cubic foot DEMO demolish, demolition FF finished floor HVAC Heating/Ventilation/ Air Conditioning ICC International Code Council IBC International Building Code LABC Los Angeles City Building Code MOD modify, modified, modular MISC miscellaneous KLF kips per linear foot STR (UCT)structural, structure ST1 grade Structural 1 panel FOUND foundation GI galvanized iron KSF kips per square foot MS machine screw PLT plate, plot WS wood screw AB anchor bolt ABV above A/C air conditioning ADD'L additional BOT bottom BP BRG bearing BTWN between BLDG building BLK(G)block (ing) BM beam base plate CDX grade C-D plywood w/ exterior glue CJ ceiling joist (s) CLG ceiling CLR clear (ance) CMU concrete masonry unit BW both ways COL column CBC California Building Code CM centimeter (s) COEFF coefficient SW shearwall CANT cantilever (ed) CL center line VIF verify in field FJ floor joist (s) MEMB membrane BN boundary nailing INSP inspect (ion), (or) DIST distanceCJPcomplete joint penetration DSA Division of the State Architect OSHPD Office of Statewide Health Planning & Development OMRF ordinary moment resisting frame MF moment frame NIC not in contract KP king post CEM cement ADDM addendum ADJ adjacent, adjustable ALUM aluminum ALT alternate APPROX approximate ARCH architect (ural) AVG average BD board ASTM American Society of Testing & Materials AUTO automatic R (AD)radius RD road, roof drain RDWD redwood REBAR reinforcing bar (s) REC ('D)receive (d) RECT rectangular REF reference REINF reinforce (d), (ing), (ment) REQ ('D)require (d), (ment) RET retain (ing) REV revision (s), revised QTR quarter QTY quantity RJ roof joist (s) RM room SIM similar SPEC (S)specification (s) RR roof rafter (s) SMRF special moment resisting frame S-1.0 STRUCTURAL TITLE SHEET - 858 HIGUERA SIDEWALK 858 HIGUERA SAN LUIS OBISPO, CA S-2 Foundation Plan S-3 First Floor Framing S-4 Structural Details S-5 Structural Details SHEET INDEX S-1.0 Structural Title Sheet STRUCTURAL DESIGN PARAMETERS 2016 CBC GENERAL PARAMETERS Construction Type Type III Building Code Sidewalk DL/LL (psf)180/250 SOILS VALUES Bearing Pressure Soil Classifications UNKNOWN 1500 psf - Alt. Live Point Load (lbs)8000 *Refer to Earth Systems letter dated 08.24.2011, titled "Recommendation for Design Bearing Values". STATEMENT OF SPECIAL INSPECTIONS PLAN REVIEW SET NOT FOR CONSTRUCTION Sheet No.: Sheet Title: Drawing Notes: The use of these plans and specifications shall be restricted to the original site for which they were prepared and publication thereof is expressly limited to such use. Reproduction or publication by any method, in whole or in part, is prohibited. Title to these plans and specifications remain with Taylor & Syfan without prejudice. Visual contact with these plans and specifications shall constitute prima facie evidence of the acceptance of these restrictions. DO NOT SCALE THESE DRAWINGS. See Architectural plans for written dimensions. The General Contractor shall verify and be responsible for all dimensions and existing conditions on the job and shall report any discrepancies to the Engineer and the Architect for resolution prior to commencing with the work in question. Project Engineer: Revisions: Checked By: Date: Scale: Job No.: BTD MMG August 01, 2012 11122/19142 Consultants: 858 Higuera San Luis Obispo, CA 858 HIGUERA SIDEWALK Project Name: CLIENT City of San Luis Obispo Public Works Department 919 Palm Street San Luis Obispo, CA 93401 SOILS ENGINEER Earth Systems Pacific 4378 Santa Fe Road San Luis Obispo, CA 93401 Engineer: LIVCI C A L I F O R NIAFO TA T S E C 65495 Exp. 09/30/19 McM.ELLE CCO E Y -GMIHV ODOESSIONA L E N GI NEERFORPDERETSIGER CHIEF EXECUTIVE OFFICER 04.19.19: 2016 CBC Code Update1 684 Clarion Court SAN LUIS OBISPO, CA 93401 805.547.2000 553 S. Oak Knoll Avenue PASADENA, CA 91101 626.793.7438 416 B St., Suite C SANTA ROSA, CA 95401 707.636.4900 800.579.3881 www.taylorsyfan.com 06.10.19: Plan Check2 SECTION A-A' (N) Steel Beam (E) Sewer Pipe to be Replaced if Partial Removal is Required 6 S-4 8 S-4 At (N) Column (E) Steel Beam 10 S-5(E) Retaining Wall City Curb, Gutter, & Sidewalk (N) City Sidewalk (N) Conc. Deck & Reinf. per Plan (E) Conc. Column Scale: 1/2" = 1'-0" NOTE: Not all suspended utilities are shown for clarity. Refer to Public Works plans & verify onsite. S-2 FOUNDATION PLAN 1/4" = 1'-0" (E) RETAINING WALL UP NO ACCESS(E) Cargo Elevator Pit (E) BRICK WALL 18'-11" (VIF)19'-5" (VIF) PLAN VIEW (E) Footing Size Unknown 7'-8" (VIF)2'-0" 13'-1" 14'-1" A A' 8 S-4 8 S-4 CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS PRIOR TO CONSTRUCTION AND CONTACT THE ENGINEER REGARDING ANY DISCREPANCY = Step in (E) Slab = Existing Foundation per Plan UNO = Stud Walls at Level Above UNO = Existing Slab on Grade per Plan UNO FOUNDATION & SYMBOL KEY: = New Footing per Plan UNO GENERAL FOUNDATION NOTES See General Notes & Specifications for Additional Requirements and Material Specifications Contractor to Verify Dimensions PRIOR to Commencement of Construction = Existing Conc. Walls per Plan UNO Minimum Corrosion Protection as Follows: a) All Structural Steel Beams, Columns, and Plates shall be Hot-Dipped Galvanized After Shop Fabrication. b) All Bolts, Nuts, and Washers Shall be Hot-Dipped Galvanized. c) See specifications for additional requirements. The Soils Engineer Shall Advise the Engineer in Writing that: b) c) a)The Building Pad was Prepared in Accordance with the Soils Report, The Utility Trenches have been Properly Backfilled and Compacted, The Foundation Excavations, the Soil's Expansive Characteristics and Bearing Capacity Conform to the Soils Report. = Clean Free-Draining Material UNO d)Copy of Verification Shall Be Provided to the Engineer.Std. 5"PipeStd. 5"Pipe5'-3" Sq. 5'-3" Sq. Scale: 1/4" = 1'-0"6" PLAN REVIEW SET NOT FOR CONSTRUCTION Sheet No.: Sheet Title: Drawing Notes: The use of these plans and specifications shall be restricted to the original site for which they were prepared and publication thereof is expressly limited to such use. Reproduction or publication by any method, in whole or in part, is prohibited. Title to these plans and specifications remain with Taylor & Syfan without prejudice. Visual contact with these plans and specifications shall constitute prima facie evidence of the acceptance of these restrictions. DO NOT SCALE THESE DRAWINGS. See Architectural plans for written dimensions. The General Contractor shall verify and be responsible for all dimensions and existing conditions on the job and shall report any discrepancies to the Engineer and the Architect for resolution prior to commencing with the work in question. Project Engineer: Revisions: Checked By: Date: Scale: Job No.: BTD MMG August 01, 2012 11122/19142 Consultants: 858 Higuera San Luis Obispo, CA 858 HIGUERA SIDEWALK Project Name: CLIENT City of San Luis Obispo Public Works Department 919 Palm Street San Luis Obispo, CA 93401 SOILS ENGINEER Earth Systems Pacific 4378 Santa Fe Road San Luis Obispo, CA 93401 Engineer: LIVCI C A L I F O R NIAFO TA T S E C 65495 Exp. 09/30/19 McM.ELLE CCO E Y -GMIHV ODOESSIONA L E N GI NEERFORPDERETSIGER CHIEF EXECUTIVE OFFICER 04.19.19: 2016 CBC Code Update1 684 Clarion Court SAN LUIS OBISPO, CA 93401 805.547.2000 553 S. Oak Knoll Avenue PASADENA, CA 91101 626.793.7438 416 B St., Suite C SANTA ROSA, CA 95401 707.636.4900 800.579.3881 www.taylorsyfan.com 06.10.19: Plan Check2 CONTRACTOR SHALL VERIFY ALL EXISTING CONDITIONS PRIOR TO CONSTRUCTION AND CONTACT THE ENGINEER REGARDING ANY DISCREPANCY S-3 FIRST FLOOR FRAMING PLAN 1/4" = 1'-0" (E) RETAINING WALL UP NO ACCESS(E) SIDEWALK (E) FACE OF BUILDING (E) EDGE OF CURB Contractor to Verify Dimensions PRIOR to Commencement of Construction GENERAL NOTES See General Notes & Specifications for Additional Requirements and Material SpecificationsFRAMING CALLOUT KEY: Expected Locations of (E) Floor Joists = City Sidewalk per Plan UNO Beam per Plan FOUNDATION & SYMBOL KEY: = Existing Conc. Walls per Plan UNO = New Elevated Concrete Deck per Plan UNO = Existing Stud Walls at Level Below UNO = Steel Beam Splice (Connection) per Detail 16/S-4 = (N) 18 Gage Verco W3 Formlock Deck. Lines Indicate Span Direction of Steel Deck. Concrete Pan Deck Shall be 18 Gage Verco W3 Formlok Deck w/ 1/2" Puddle Welds @ 24" o.c. Max. (3 Welds per Sheet), at Supports & Verco Sidelap Connection (or Button Punch or 1-1/2" Top Seam Weld) @ 32" o.c. 7'-0" Max. Deck Span. 1'-6" Max. Deck Cantilever. 2" Min. Bearing for all Deck Supports. See Detail 1/S-4 for Typical Steel Pan to Deck Beam, including Welded Studs. See Detail 2/S-4 for Rebar Layout in Concrete Deck. See Detail 6/S-4 for Typical Steel Pan to Angle Ledger. = Clean Free-Draining Material UNO Minimum Corrosion Protection as Follows: a) All Structural Steel Beams, Columns, and Plates shall be Hot-Dipped Galvanized After Shop Fabrication. b) All Bolts, Nuts, and Washers Shall be Hot-Dipped Galvanized. c) See specifications for additional requirements. 18'-11" (VIF)19'-5" (VIF) PLAN VIEW (E) 2'-0" Sq. Concrete Column (E) Steel Beam (E) Steel Beam (E) Steel Beam7'-8" (VIF)2'-0" (N) W8x28 (E) Sewer Line to Remain(E) Fire Line to Remain (N) W12x35 (N) W12x35 13'-1"14'-1" 10'-0"1'-6" Cant. A A' 20 S-4 20 S-4 15 S-4 15 S-4 16 S-4 16 S-4 6 S-4 Typ. 6 S-4 Typ. 10 S-5 3 S-5 (E) BRICK WALL HSS5x3x3/8Std. 5"PipeHSS5x3x3/8Std. 5"Pipe4 S-4 4 S-4 6"NOTE: Not all suspended utilities are shown for clarity. Refer to Public Works plans & verify onsite. (E) Walls for Floor Support, Typ. SECTION A-A' (N) Steel Beam (E) Sewer Pipe to be Replaced if Partial Removal is Required 6 S-4 8 S-4 At (N) Column (E) Steel Beam 10 S-5(E) Retaining Wall City Curb, Gutter, & Sidewalk (N) City Sidewalk (N) Conc. Deck & Reinf. per Plan (E) Conc. Column Scale: 1/2" = 1'-0" NOTE: Not all suspended utilities are shown for clarity. Refer to Public Works plans & verify onsite. PLAN REVIEW SET NOT FOR CONSTRUCTION Sheet No.: Sheet Title: Drawing Notes: The use of these plans and specifications shall be restricted to the original site for which they were prepared and publication thereof is expressly limited to such use. Reproduction or publication by any method, in whole or in part, is prohibited. Title to these plans and specifications remain with Taylor & Syfan without prejudice. Visual contact with these plans and specifications shall constitute prima facie evidence of the acceptance of these restrictions. DO NOT SCALE THESE DRAWINGS. See Architectural plans for written dimensions. The General Contractor shall verify and be responsible for all dimensions and existing conditions on the job and shall report any discrepancies to the Engineer and the Architect for resolution prior to commencing with the work in question. Project Engineer: Revisions: Checked By: Date: Scale: Job No.: BTD MMG August 01, 2012 11122/19142 Consultants: 858 Higuera San Luis Obispo, CA 858 HIGUERA SIDEWALK Project Name: CLIENT City of San Luis Obispo Public Works Department 919 Palm Street San Luis Obispo, CA 93401 SOILS ENGINEER Earth Systems Pacific 4378 Santa Fe Road San Luis Obispo, CA 93401 Engineer: LIVCI C A L I F O R NIAFO TA T S E C 65495 Exp. 09/30/19 McM.ELLE CCO E Y -GMIHV ODOESSIONA L E N GI NEERFORPDERETSIGER CHIEF EXECUTIVE OFFICER 04.19.19: 2016 CBC Code Update1 684 Clarion Court SAN LUIS OBISPO, CA 93401 805.547.2000 553 S. Oak Knoll Avenue PASADENA, CA 91101 626.793.7438 416 B St., Suite C SANTA ROSA, CA 95401 707.636.4900 800.579.3881 www.taylorsyfan.com 06.10.19: Plan Check2 S-4 STRUCTURAL DETAILS - 1 2 4 6 15 16 18 20 3 8 17 DTYP. REINFORCEMENT BAR BENDS -01.22.08Copyright CSTANDARD TIES & STIRRUPS6d, 3" Min.12d (#6 & Larger Bars) 6d (#5 & Smaller Bars) STANDARD END HOOKS D DJ4d, 2 1/2" Min. Depth Required Per Details Depth Required Per Details 16dddBar Size D #3 #4 #5 #6 #7 #8 #9 #10 2 1/4" 3" 3 3/4" 4 1/2" 5 1/4" 6" 9 1/2" 10 3/4" J 3" 4" 5" 6" 7" 8" 11 3/4" 13 1/4"All bar bend diameters and end lengths must conform to the CRSI Manual of Standard Practice. NOTE: #3 #4 #5 #6 #7 #8 1 1/2" 2" 2 1/2" 4 1/2" 5 1/4" 6" 2 1/2" 3" 3 3/4" 4 1/2" 5 1/4" 6" Bar Size D H DHd 4"2-1/2"(N) L4x3x1/2 Angle Ledger, Anchored to Wall w/ 3/4" Threaded Rod (ASTM F1554 Gr. 36, Hot-Dipped Galvanized) @ 12" o.c. w/ 4" Min. Embed. Use Simpson SET-XP Epoxy. Install per Mfr. Specs (ICC-ES ESR-2508). Use Std. Nut & Cut Washers. PIPE COLUMN TO PAD 104502.01.11Copyright C1 1/2" Max. Non-Shrink Grout Pipe per Plan #3 Closed Ties @ 6" o.c. 12" Dia. x 1/4" Thick Base Plate 12"3" Clr., Typ. #4 @ 9" o.c. Each Way 8"3" Clr.3/16"30" Min. BelowNatural Grade orper Soils Report(3) #3 Closed Ties Around A.B. w/in 5" of Pedestal Top 14" Concrete Sona Tube 5'-3" Square (4) 5/8" Headed Bolts w/ Level Nuts per Specs. 12" Min. Embed.1-1/2" Typ.(4) #4 Vert. Bars w/ Std. Hooks at Bottom 12" x 12" x 1/4" Base Plate 14" x 14" Concrete Pier2" Typ.2" Typ. A A' SECTION A-A' (OPTION 1)SECTION A-A' (OPTION 2) Clean Free-Draining Material Under New Slab (N) 4" Concrete Slab w/ #4 Bars @ 12" o.c. E.W. Placed at Mid-Depth #3 Dowels @ 12" o.c. Max. Typ. Around. Drill & Epoxy w/ SET-XP. Install per Mfr. Specs. (ICC-ES ESR 2508) Special Inspection Not Req'd 4"12" (E) Slab on Grade NOTE: The Bottom of the (N) Footing Excavation Shall Not be Below 1:1 Projection Down from Bot. of Any Adjacent (E) Footings. 6" 18" Long #5 Dowels @ 12" o.c. Max. Typ. Around. Deck. Drill & Epoxy w/ SET-XP. 6" Min. Embed. Install per Mfr. Specs. (ICC-ES ESR 2508) Special Inspection Req'd. 6"4"(E) Steel Beam (E) Concrete Column (24" Square) (E) Steel Cap Plate (E) Steel Dbl. Channels Torch Off End of (E) Steel Beam As Shown 1/2" Plate to Match Bm. Width 3/16" Pipe Column per Plan Beam per Plan (4) 3/4" A307 MB w/ Std. Cut Washers & Nuts 1 1/4"1 1/4" 3/8" Plate3/16" STEEL BEAM TO PIPE COLUMN 701008.01.02Copyright C11" Beam per Plan STEEL BEAM TO STEEL BEAM BTD08.05.11Copyright C1/2" Gap (Max.)6"4"3" (3) 7/8" A325 MB Type N (Snug Tight)2"3"3"2"2"2" 1/4"Plate to Beam 1/2 Plate. ASTM 572 (Gr. 50) Beam per Plan STEEL BEAM TO PIPE COLUMN 700608.01.02Copyright C1/2" Plate to Match Bm. Width 3/16" HSS Column per Plan Beam per Plan (2) 3/4" A307 MB w/ Std. Cut Washers & Nuts 1 1/4"1-1/2"6" 1/2" Gap Max. 1" 1/2" Plate to Match Bm. Width 3/16" 3"5" (N) HSS Post, Anchored to Wall w/ (5) 3/4" Threaded Rod (ASTM F1554 Gr. 36, Hot-Dipped Galvanized) @ 12" o.c. w/ 6" Min. Embed. Use Simpson SET-XP Epoxy. Install per Mfr. Specs (ICC-ES ESR-2508). Use Std. Nut & Cut Washers. 6"12"12"Typ.Eq.Eq. (E) Concrete Wall 12"12"12"3"Use Non-Shrink Grout between HSS Column and (E) Conc. Wall to Create Uniform Flat Surface if Needed. (N) Steel Beam per Plan Gap(E) Sewer Pipe Gap between (E) Sewer Pipe & Bot. of Steel Beam Shall be 1" Min. [If Gap is less then 1" then Contact Engineer] 1/2" Puddle Welds, Every Other Flute Typ. per Specs. Steel Beam per Plan 3/4" x 6" Headed Studs @ 24" o.c., Install Over Web per AISC Requirements & Deck Manufacturer SpecificationsPer PlanNOTES: See Project Specifications & Mfr. Specifications for Additional Requirements Sidelap Connections @ 36" o.c. per Mfr. Recommendations DECK TO STEEL BEAM 704209.05.08Copyright CConcrete Deck & Reinforcement per Plan #5 @ 6" o.c. Rebar Layered Below8"REBAR LAYOUT FOR CONC. DECK 2" Clr.1-1/2" Clr.NOTES: All Lap Splices per Specs. Do Not Fully Load Deck Until Slab Has Cured 28 Days (Min.). See Structural Specifications for Additional Requirements.850009.04.08Copyright C#4 @ 9" o.c. Rebar Layered Above #4 @ 9" o.c. Rebar Layered Below #4 @ 9" o.c. Rebar Layered Above #5 Bars in Bot of Ea. Flute w/ 1-1/2" Clr.3"18 Gage Verco W3 Formlok Deck for Formwork (N) City Sidewalk (4" Max.) & Sand Bed (6" Max.) By Others 1/2" Puddle Welds, Every Other Flute to Angle Ledger, Typ. (N) Curb and Gutter per Public Works plan (E) Floor Framing (E) Ret. Wall 2 S-4 1 S-4 Cold Joint. Do Not Dowel TYP. DECK SECTION 104502.01.11Copyright C4"2-1/2"(N) L4x3x1/2 Angle Ledger, Anchored to Wall w/ 3/4" Threaded Rod (ASTM F1554 Gr. 36, Hot-Dipped Galvanized) @ 12" o.c. w/ 4" Min. Embed. Use Simpson SET-XP Epoxy. Install per Mfr. Specs (ICC-ES ESR-2508). Use Std. Nut & Cut Washers. 18" Long #5 Dowels @ 12" o.c. Max. Typ. Around. Deck. Drill & Epoxy w/ SET-XP. 6" Min. Embed. Install per Mfr. Specs. (ICC-ES ESR 2508) Special Inspection Req'd.4"1/2" Puddle Welds, Every Other Flute to Angle Ledger, Typ. 6" (E) Conc. Wall Cont. #5 EQ.EQ.DECK ANCHORAGE BTD08.05.11Copyright C(N) City Sidewalk (N) Deck & Reinf. per Plan Keep section of (E) Conc. to preserve structural integity of (E) structure adjacent to City sidewalk. Contractor to contact engineer during demo if it appears that (E) structure has positive attachment to (E) Conc. Sidewalk.6" Max.(E) City Street 1" Min.B L A NK B L A NK Notch (E) Ret. Wall as Req'd 4"Min. PLAN REVIEW SET NOT FOR CONSTRUCTION Sheet No.: Sheet Title: Drawing Notes: The use of these plans and specifications shall be restricted to the original site for which they were prepared and publication thereof is expressly limited to such use. Reproduction or publication by any method, in whole or in part, is prohibited. Title to these plans and specifications remain with Taylor & Syfan without prejudice. Visual contact with these plans and specifications shall constitute prima facie evidence of the acceptance of these restrictions. DO NOT SCALE THESE DRAWINGS. See Architectural plans for written dimensions. The General Contractor shall verify and be responsible for all dimensions and existing conditions on the job and shall report any discrepancies to the Engineer and the Architect for resolution prior to commencing with the work in question. Project Engineer: Revisions: Checked By: Date: Scale: Job No.: BTD MMG August 01, 2012 11122/19142 Consultants: 858 Higuera San Luis Obispo, CA 858 HIGUERA SIDEWALK Project Name: CLIENT City of San Luis Obispo Public Works Department 919 Palm Street San Luis Obispo, CA 93401 SOILS ENGINEER Earth Systems Pacific 4378 Santa Fe Road San Luis Obispo, CA 93401 Engineer: LIVCI C A L I F O R NIAFO TA T S E C 65495 Exp. 09/30/19 McM.ELLE CCO E Y -GMIHV ODOESSIONA L E N GI NEERFORPDERETSIGER CHIEF EXECUTIVE OFFICER 04.19.19: 2016 CBC Code Update1 684 Clarion Court SAN LUIS OBISPO, CA 93401 805.547.2000 553 S. Oak Knoll Avenue PASADENA, CA 91101 626.793.7438 416 B St., Suite C SANTA ROSA, CA 95401 707.636.4900 800.579.3881 www.taylorsyfan.com 06.10.19: Plan Check2 3 48 10 11 12 15 16 19 20 S-5 STRUCTURAL DETAILS - B L A NK B L A NK Clean Free-Draining Material (2) Add'l #5 Diagonal Bars, Top & Bot. 2" Clr. Conc. Deck & Reinf. per Plan Angle Ledger & Anchorage per Plan (E) Utility Lines. Adjust Configuation as Req'd to Fit Through (N) Provided Head-Out Opening in Conc. Deck. Conc. Deck & Reinf. per Plan DECK HEAD-OUT AT UTILITIES BTD08.08.11Copyright C(E) Conc. Ret. Wall (E) Conc. Wall (E) City Street (N) City Sidewalk PLAN VIEW SECTION VIEW (E) Conc. Wall B L A NK B L A NK B L A NK B L A NK B L A NK Angle Ledger & Anchorage per Plan Vapor Barrier (as Req'd) ENCLOSE POCKET AT SEWER BTD08.08.11Copyright CClean Free-Draining Material (N) City Sidewalk (E) Ret. Wall (N) Curb and Gutter per Public Works Plan (E) City Street Cont. #4 Bar T&B Over Conc. Pocket. Bars Shall Extend 24" Beyond Pocket. (N) Conc. Deck, Reinf. & Anchorage per Plan (E) Sewer Pipe 6" Conc. Pocket w/ #5 @ 12" o.c. E.W. Bend Around Corners and Epoxy Into (E) Concrete Ret. Wall. Use Std. Hook Into (N) Conc. Deck Above. 4"2-1/2"4"42"(E) Ret. Wall 2" Clr. Min.2" Clr.2" Clr. Min. A A 12" Max. EQ.EQ. Drill & Epoxy w/ SET-XP. 6" Min. Embed. Install per Mfr. Specs. (ICC-ES ESR 2508) Special Inspection Req'd., Typ. 6" Conc. Pocket w/ #5 @ 12" o.c. E.W. Bend Around Corners and Epoxy into (E) Concrete Ret. Wall. Use Std. Hook into (N) Conc. Deck Above. SECTION A-A 30" (Verify in Field)12"8"2" Clr. Min.2" Clr.12"8"EQ.EQ.EQ.EQ.EQ.EQ.Sewer Pipe Through Over-Sized Hole in (N) Conc. Wall as Req'd. 2" Min. Clr. to Rebar in Conc. Pocket, Typ. Water Pipe Through Over-Sized Hole in (N) Conc. Wall as Req'd. 2" Min. Clr. to Rebar in Conc. Pocket, Typ. (E) Utility Lines. Adjust Configuation as Req'd to Fit though (N) Provided Head-Out Opening in Conc. Deck.12" Max.12" Max. Angle Ledger & Anchorage per Plan 3/4" Plate. See Detail 6/S-4 for Typical Angle Ledger and Anchorage Specs. Use 3/4" Anchor Bolts (J-Bolt or Headed Bolt) into (N) Conc. Deck.Note: Concrete Pocket Shall Reach Full Design Strength Prior to Pouring the Concrete Deck. Or Shore Deck at Pocket Location Until Concrete Pocket and Concrete Deck Have Cured 28 Days. ROD HANGER CONNECTION 850009.04.08Copyright CConc. Deck & Reinf. per Plans Simpson Strong-Tie Titen HD® Rod Hanger 3/8" X 2 1/2". (Model No. THD37212RH) For 3/8" Ø Threaded Rod Installed at an Embedment Depth Of 2-1/2"". Install per Mfr. Specs. and Code Reports (ICC-ES ESR-2713). Rod Hangers Shall be Located in Upper Flutes as Shown. Spacing of Rod Hangers as Req'd. 3/8" Threaded Rod Pipe Hanger per Public Works plans Note: Contractor to Use Caution When Pre-Drilling for Rod Hanger. If Rebar is Hit, Stop Immediately, Fill Hole with SET-XP Epoxy, and Relocate Rod Hanger. Note: Simpson Blue Banger Hanger Option Available Upon Request. (N) City Curb and Gutter Notch (E) Ret. Wall as Req'd SPECIAL PROVISIONS FOR CITY OF SAN LUIS OBISPO HIGUERA SIDEWALK REPAIR Specification No. 91320 JUNE 2019 PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION 919 Palm Street San Luis Obispo, CA 93401 (805) 781-7200 Higuera Sidewalk Repair Specification No. 91320 Approval Date: May 19, 2019 06.19.19 06.19.19 TABLE OF CONTENTS NOTICE TO BIDDERS ................................................................................................................................... I BID SUBMISSION ...................................................................................................................................... I BID DOCUMENTS .................................................................................................................................... II PROJECT INFORMATION........................................................................................................................ II QUALIFICATIONS .................................................................................................................................... III AWARD .................................................................................................................................................... IV ACCOMMODATION .................................................................................................................................. V BID FORMS .................................................................................................................................................. A BID ITEM LIST FOR HIGUERA SIDEWALK REPAIR, SPECIFICATION NO. 91320 .............................. A LIST OF SUBCONTRACTORS ................................................................................................................. B PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .............................................................. C PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ......................................................... C PUBLIC CONTRACT CODE SECTION 10232 STATEMENT ................................................................. C LABOR CODE SECTION 1725.5 STATEMENTS ................................................................................... C NON-COLLUSION DECLARATION .......................................................................................................... E BIDDER ACKNOWLEDGEMENTS ........................................................................................................... F QUALIFICATIONS .................................................................................................................................... G ATTACH BIDDER'S BOND TO ACCOMPANY BID ................................................................................. H SPECIAL PROVISIONS ................................................................................................................................ 1 DIVISION I GENERAL PROVISIONS ....................................................................................................... 1 1 GENERAL ........................................................................................................................................... 1 2 BIDDING ............................................................................................................................................. 1 3 CONTRACT AWARD AND EXECUTION ........................................................................................... 1 4 SCOPE OF WORK ............................................................................................................................. 2 5 CONTROL OF WORK ........................................................................................................................ 2 6 CONTROL OF MATERIALS ............................................................................................................... 2 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC ....................................................... 2 8 PROSECUTION AND PROGRESS ................................................................................................... 4 DIVISION II GENERAL CONSTRUCTION ............................................................................................... 4 12 TEMPORARY TRAFFIC CONTROL ................................................................................................ 4 15 EXISTING FACILITIES ..................................................................................................................... 4 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES ................................................... 5 DIVISION XI MATERIALS ......................................................................................................................... 5 90 CONCRETE ...................................................................................................................................... 5 DIVISION XII BUILDING CONSTRUCTION ............................................................................................. 5 99 BUILDING CONSTRUCTION ........................................................................................................... 5 DIVISION XIII APPENDICES .................................................................................................................... 6 APPENDIX A - FORM OF AGREEMENT ..................................................................................................... 0 APPENDIX B - SOILS RECOMMENDATION…………………………………………………………………….3 NOTICE TO BIDDERS i NOTICE TO BIDDERS BID SUBMISSION Sealed bids will be received by the City of San Luis Obispo at the Public Works Administration Office located at 919 Palm Street, California 93401, until 2:00 p.m. on July 25, 2019 at which time they will be publicly opened and read aloud. Submit bid in a sealed envelope plainly marked: Higuera Sidewalk Repair, Specification No. 91320 Any bid received after the time and date specified will not be considered and will be returned to the bidder unopened. Bids received by Fax or Email will not be considered. By submission of bid you agree to comply with all instruction and requirements in this notice and the contract documents. All bids must be submitted on the Bid Item List form(s) provided and submitted with all other Bid Forms included in these Special Provisions. Each bid must be accompanied by either a: 1. certified check 2. cashier's check 3. bidder's bond made payable to the City of San Luis Obispo for an amount equal to ten percent of the bid amount as a guaranty. Guaranty will be forfeited to the City San Luis Obispo if the bidder, to whom the contract is awarded, fails to enter into the contract. The City of San Luis Obispo reserves the right to accept or reject any or all bids or waive any informality in a bid. All bids are to be compared based on the City Engineer's estimate of the quantities of work to be done, as shown on the Bid Item List. Bids will only be accepted from bidders that are licensed in compliance with the provisions of Chapter 9, Division III of Business and Professions Code. The award of the contract, if awarded, will be to the lowest responsive bid submitted by a responsible contractor whose bid complies with the requirements prescribed. If the contract is awarded, the contract will be awarded within 60 calendar days after the opening of the bids. Failure to raise defects in the notice to bidders or bid forms prior to bid opening constitute a waiver of those defects. NOTICE TO BIDDERS NOTICE TO BIDDERS ii BID DOCUMENTS A copy of the plans and special provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals A printed copy may be obtained at the office of the City Engineer by paying a non- refundable fee of: 1. $30.00 if picked up in person, or 2. $50.00 if by mailing to the office of the City Engineer Request must include Specification Number. The office of the City Engineer is located at: 919 Palm Street San Luis Obispo, CA 93401 Standard Specifications and Engineering Standards referenced in the Special Provisions may be downloaded, free of charge, from the City’s website at: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents A printed copy may be obtained by paying a non-refundable fee of: 1. $16.00 if picked up in person, or 2. $21.00 if by mailing to the office of the City Engineer You are responsible to obtain all issued addenda prior to bid opening. Addenda will be available to download at the City’s website listed above or at the office of the City Engineer. Contact the project manager, Mike McGuire at (805) 783-7716 or the Public Works Department at (805) 781-7200 prior to bid opening to verify the number of addenda issued. You are responsible to verify your contact information is correct on the plan holders list located on the City’s website at: www.slocity.org/government/department-directory/public-works/public-works-bids- proposals. PROJECT INFORMATION In general, the project consists of replacement of existing sidewalk, curb and gutter between 858 & 860 Higuera Street with Mission Style sidewalk, curb and gutter over steel NOTICE TO BIDDERS NOTICE TO BIDDERS iii pan decking supported from the basement level with a structural steel beam-column system. It also includes reinstallation of utility boxes and parking meter posts. The project estimated construction cost is $160,000. Contract time is established as 50 working days. The fixed liquidated damages amount is established at $500 per day for failure to complete the work within the contract time. In compliance with section 1773 of the Labor Code, the State of California Department of Industrial Relations has established prevailing hourly wage rates for each type of workman. Current wage rates may be obtained from the Division of Labor at: https://www.dir.ca.gov/oprl/DPreWageDetermination.htm This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. There will be a mandatory walkthrough on July 11, 2019. Bidders should meet at the front entrance of LuLu Luxe, 864 Higuera Street at 10:00 AM. Prime Contractors wishing to submit a bid proposal are required to attend and sign in at the meeting. QUALIFICATIONS You must possess a valid Class A Contractor's License at the time of the bid opening. You and any subcontractors required to pay prevailing wage must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code. You must have experience constructing projects similar to the work specified for this project. Provide three similar reference projects completed as either the prime or subcontractor. All referenced projects must have been completed within the last five years from this project’s bid opening date. One of the three reference projects must have been completed under contract with a city, county, state or federal government agency as the prime contractor. All of the referenced projects must be for similar types of work. Failure to provide reference projects as specified in this section and as required on the qualification form is cause to reject a bid as being non-responsive. The City reserves the right to reject any bid based on non-responsiveness if a bidder fails to provide a bid that complies with all bidding instructions. NOTICE TO BIDDERS NOTICE TO BIDDERS iv The City reserves the right to reject a responsive bid based on the non-responsibility of the bidder if the Director of Public Works or Designee finds, after providing notice and a hearing to the bidder, that the bidder lacks the 1. knowledge 2. experience, 3. or is otherwise not responsible as defined in Section 3.24 of the San Luis Obispo Municipal Code to complete the project in the best interest of the City. Rejected bidders may appeal this determination. Appeal must comply with the requirements in this Notice to Bidders. It is the City of San Luis Obispo’s intent to award the contract to the lowest responsive bid submitted by a responsible bidder. If in the bidder’s opinion the contract has been or may be improperly awarded, the bidder may protest the contract award. Protests must be filed no later than five working days after either: 1. bid opening date 2. notification of rejected bid. Protest must be in writing and received by the project manager located at: 919 Palm Street San Luis Obispo, CA 93401. Valid protests must contain the following information: 1. the reasons for the protest 2. any supporting documentation 3. the ruling expected by the City to remedy the protest. Any protest not containing all required information will be deemed invalid and rejected. The City will consider additional documentation or other supporting information regarding the protest if submitted in compliance to the specified time limits. Anything submitted after the specified time limit will be rejected and not be considered. The Director of Public Works or Designee may request additional information to be submitted within three days of the request, unless otherwise specified, and will notify the protester of ruling within ten days of determination. If the protester is not satisfied with ruling, the protester may appeal the ruling to the City Council in compliance with Chapter 1.20 of the City of San Luis Obispo Municipal Code. Pursuant to the Public Records Act (Government Code, § 6250, et seq.), the City will make public records available upon request. AWARD The lowest bidder will be determined using the BID TOTAL. NOTICE TO BIDDERS NOTICE TO BIDDERS v As a condition to executing a contract with the City, two bonds each equal to one hundred percent of the total contract price are required in compliance with Section 3-1.05 of the Standard Specifications. You may substitute securities for moneys withheld under the contract in compliance with the provisions of the Public Contract Code, Section 10263. ACCOMMODATION If any accommodations are needed to participate in the bid process, please contact Argelia Chang at (805) 781-7200 or by Telecommunications Device for the Deaf at (805) 781-7107. Requests should be made as early as possible in the bidding process to allow time for accommodation. BID FORMS A BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR HIGUERA SIDEWALK REPAIR, SPECIFICATION NO. 91320 Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 1 7 Night Work LS 1 ----- 2 7 OSHA Compliance LS 1 ----- 3 7,12 Traffic Control - Vehicular LS 1 ----- 4 16 Traffic Control - Pedestrian LS 1 ----- 5 13 Water Pollution Control Program LS 1 ----- 6 15 Demolition LS 1 ----- 7 15 Remove & Transport Cargo Elevator LS 1 ----- 8 --- Reinforced Concrete Roof Deck, Supports & Foundation LS 1 ----- 9 73 Mission-Style Sidewalk SQFT 400 10 73 Mission-Style Curb & Gutter LF 43 11 15 Utility Work LS 1 ----- 12 56 (N) Parking Meter Posts EA 2 Bid Total $ Company Name: (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS BID FORMS B LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write “NONE” and submit with bid. Name Under Which Subcontractor is Licensed License Number DIR Public Works Registration Number Address and Phone Number of Office, Mill or Shop Specific Description of Subcontract % of Total Base Bid Attach additional sheets as needed. BID FORMS BID FORMS C PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has ____, has not ____ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS BID FORMS D under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS BID FORMS E NON-COLLUSION DECLARATION I, , declare that I am of , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on , 20 , in __ I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Signature and Title of Declarant) (SEAL) Subscribed and sworn to before me this _______day of _________, 20_____ Notary Public Company Name:____________________ BID FORMS BID FORMS F BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. , Expiration Date . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non-responsive and will be rejected” by the City. Signature of Bidder (Print Name and Title of Bidder) DIR– Public Works Registration No: Business Name (DBA): Owner/Legal Name: Indicate One: Sole-proprietor Partnership Corporation List Partners/Corporate Officers: Name Title Name Title Name Title Business Address Street Address Mailing Address City, State, Zip Code Phone Number Fax Number Email Address Date BID FORMS BID FORMS G QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project’s Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include similar work? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 2 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include similar work? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ Reference Number 3 Customer Name & Contact Individual Telephone & Email Project Name (Site Address): Is this similar to the project being bid or did this project include similar work? Yes □ No □ Describe the services provided and how this project is similar to that which is being bid: Date project completed: Was this contract for a public agency? Yes □ No □ BID FORMS BID FORMS H ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we ____________________________________________, AS PRINCIPAL, and _______________________________________________________, AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: ____________________________________________________ Dollars (_____________) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden ______________________________________________________________________ to construct ___________________________________________________________________ (insert name of street and limits to be improved or project) dated _____________________ is accepted by the City of San Luis Obispo, and if the above bounden _______________________________________________________, his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, ______________________________________________________, has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this ___ day of ______, 20____. Bidder Principal: Signature Date Title: Surety: Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) SPECIAL PROVISIONS 1 SPECIAL PROVISIONS ORGANIZATION Special provisions are under headings that correspond with the main section heading of the Standard Specifications. Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications. Any paragraph added or deleted by a revision clause does not change the paragraph number of the Standard Specifications for any other reference to a paragraph of the Standard Specifications. DIVISION I GENERAL PROVISIONS 1 GENERAL Add to Section 1-1.01 GENERAL: The work must be done in compliance with the City of San Luis Obispo, Department of Public Works: 1. Higuera Sidewalk Repair Special Provisions 2. City of San Luis Obispo Standard Specifications and Engineering Standards – 2018 edition 3. State of California, Department of Transportation Standard Specifications and Standard Plans – 2015 edition In case of conflict between documents, governing ranking must comply with section 5- 1.02 of the City of San Luis Obispo’s Standard Specifications. Failure to comply with the provisions of these sections is a material breach of contract: 1. Sections 5 through 8 of the Standard Specifications 2. Section 12 through 15 of the Standard Specifications 3. Section 77-1 of the Standard Specifications 4. Section 81 of the Standard Specifications 5. authorized working hours 6. OSHA compliance 2 BIDDING Replace Section 2-1.33A BID DOCUMENT COMPLETION AND SUBMITTAL, General with: Furnish bid using blank forms provided in the Special Provisions. Bid must include all forms and must be signed by the bidder. 3 CONTRACT AWARD AND EXECUTION Replace 1st and 2nd paragraph in Section 3-1.18 CONTRACT EXECUTION with: Upon notification of project award, return: 1. executed contract 2. insurance SPECIAL PROVISIONS SPECIAL PROVISIONS 2 3. contract bonds within five business days after the bidder receives the contract. 4 SCOPE OF WORK Add to Section 4-1.03 WORK DESCRIPTION: Comply with the provisions of Sections 7, 12, 13, 15, 16, 56 and 73 for general, material, construction, and payment specifics. Add Section 4-1.03A WORK DESCRIPTION, Project Specific Signage: Maintain Revenue Enhancement Funding signage in work area. Return Revenue Enhancement Funding signs at the end of the project or upon the Engineer’s request. 5 CONTROL OF WORK Add to Section 5-1.01 GENERAL: Prior to any night work the Contractor must obtain a nighttime work permit from the City’s Community Development Department. Approved night work permits are subject, but not limited to, the following conditions: 1. Notifying businesses and residences within 300 feet of the night work area about proposed night work 2. Equipping with sound blankets, temporary sound barriers, or other sound attenuating devices to limit impacts to adjoining residents from any portable of fixed equipment that produces noise 3. Maintaining equipment in its lowest (quietest) idling state, or switching off equipment when not in use 4. Shielding any portable lighting away from adjacent residential properties 5. Prohibiting loudspeakers or other similar forms of communication 6 CONTROL OF MATERIALS Add to Section 6-2.03 DEPARTMENT ACCEPTANCE: The Engineer will furnish Sales Tax signs mounted to moveable barricades. Maintain Sales Tax signage in work area. Return Sales Tax signs at the end of the project or upon the Engineer’s request. 7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Replace last paragraph in Section 7-1.02K(3) LAWS, Labor Code – Certified Payroll Records (labor code 1776) with: Furnish the Engineer one Portable Document Format (PDF) file which contains all certified payroll records for the prior month’s work. Redact the PDF file making the employee’s social security number illegible. Failure to submit PDF file with other monthly payroll records is considered an incomplete payroll submission and penalties will be assessed. SPECIAL PROVISIONS SPECIAL PROVISIONS 3 Add to Section 7-1.03A PUBLIC CONVENIENCE, Public Notification The Contractor must notify tenants 7 days prior to work starting with a follow up notification 48 hours prior to starting work. In an effort to minimize impacts of the construction on adjacent businesses, Contractor must coordinate their work with the tenant’s normal business hours and its operations, such as garbage pickups, deliveries, seasonal/annual sales events. Contractor is cautioned that even though construction work hours are from 2:00 AM to 10:00 AM, there are businesses which may require access for their employees prior to 10:00 AM. Contractor must provide access to the business’ main entrance doors by normal opening time. In addition, the Contractor must make every effort to accommodate employees that may need to gain entrance to a business before the normal opening time. Add to Section 7-1.03A(3) PUBLIC CONVENIENCE, No Parking If the Contractor’s schedule changes such that work will not require “NO PARKING” on a street, the Contractor may change the dates of “NO PARKING” on the signs, provided this change is done so at least 30 hours in advance of the effective time of the “NO PARKING”. The Contractor must pay to the City the sum of $250 per day, for each and every calendar day in which “NO PARKING” signs prohibit parking on a street in which work that requires “NO PARKING” was not performed. The Contractor will be responsible for checking the signing daily to ensure that the signing remains for three full days prior to the scheduled work. The Contractor will coordinate with the Police Department to tow vehicles that are parked in the work areas that have been properly posted. Add to Section 7-1.03B PUBLIC CONVENIENCE, Traffic Control Plan Special work hours apply to this project. Contractor’s work hours shall be Monday through Friday between 2:00 AM and 10:00 AM unless otherwise approved by the Engineer. Hours of work may be further limited or expanded in certain areas as a requirement of these Special Provisions. Some limited day time work (work between 10:00 AM and 4:00 PM) may be allowed if said work is not excessively noisy, does not impact or restrict access to businesses, does not require traffic lane closures and does not impact more than 2 parking spaces. Provide traffic control plan and traffic control application at or before the preconstruction meeting. Traffic control plan must be drawn to scale. Traffic control application may be obtained on the City’s website: www.slocity.org/government/department-directory/public-works/documents- online/construction-documents Upon approval of the traffic control plan, the City will issue a no-fee Encroachment Permit. Permittee is responsible to comply with all conditions of the traffic control plan. Complete work using due diligence to restore free flowing of traffic. SPECIAL PROVISIONS SPECIAL PROVISIONS 4 Add to Section 7-1.03C PUBLIC CONVENIENCE, Construction Noise To minimize impacts on downtown residents due to the nighttime work hours, loud construction noise such as sawcutting and jack hammering must not occur between 2:00 AM and 5:00 AM unless otherwise approved by the Community Development Director and the City Engineer. 8 PROSECUTION AND PROGRESS Replace the 1st paragraph in Section 8-1.02A SCHEDULE, General with: Provide a Level 1 schedule for this work. DIVISION II GENERAL CONSTRUCTION 12 TEMPORARY TRAFFIC CONTROL Add to Section 12-1.01 GENERAL During work hours (2:00 AM to 10:00 AM) two traffic lanes must be maintained on Higuera Street at all times. One traffic lane and adjacent parking may be used for construction purposes during approved work hours. All three traffic lanes must be put back into service outside of the approved work hours. 15 EXISTING FACILITIES Add to Section 15-1.01 GENERAL Currently, the basement is accessed from inside of the women’s clothing store LuLu Luxe, located at 864 Higuera, via a small floor hatch leading to a stairway located near the easterly front corner of the store. Access through this floor hatch is extremely disruptive to the tenant and must be limited to one time at the beginning of the project and one time at the end of the project. Daily access to the basement must be created by the Contractor outside of the building within the City’s right-of-way as needed to accommodate Contractor’s work. Add to Section 15-1.03A CONSTRUCTION, General Existing utilities currently suspended from roof deck must be detached as needed and temporarily supported until work is complete, then permanently rerouted/lowered and/or reattached as required by the plans and specifications. Contractor is responsible to provide materials, as needed, to temporarily and/or permanently reroute existing utilities where needed to facilitate their work. Pipe hangers and supports must be as specified on the plans and as required per code. All utilities affected by the work and Contractor’s operations must be protected from damages, adequately supported and must remain in service throughout the project. Short term outages will be allowed for disconnecting and reconnecting the rerouted/relocated utilities; however, all services must be restored 1 hour before businesses open. The Contractor must give affected customers 2 days’ notice prior to planned outage. SPECIAL PROVISIONS SPECIAL PROVISIONS 5 If needed, the Contractor will coordinate adjusting and resetting of non-city utility boxes and wells with respective utility company. City utility water meter boxes and clean out wells must be new and installed by the Contractor. The Contractor will furnish the clean out well. The water meter box will be furnished by the City. Add to Section 15-1.03C SALVAGING FACILITIES Parking meter heads will be removed from the posts by City Parking Division staff. The Contractor must give 48-hour notice to the Engineer before starting work to allow coordination and removal of parking meter heads. The Contractor will be responsible to preserve, protect and remove the cargo elevator located in the basement. The Contractor will be responsible for transporting and offloading the cargo elevator to a location within the City limits. The specific location is to be determined. 56 OVERHEAD SIGN STRUCTURES, STANDARDS, AND POLES Add to Section 56-3.02B(3)(a) STANDARDS and POLES, General Parking meter posts must be located in accordance with Engineering Standard 7410 and installed in accordance with Engineering Standard 7210 and these Special Provisions. Posts will be painted in accordance with City Standard Specifications 86-2.16 PAINTING. DIVISION XI MATERIALS 90 CONCRETE Add to Section 90-1.01C(6) Mix Design Concrete must contain a maximum of 15% pozolone or fly ash. Coarse aggregate for concrete must comply with the gradation specifications for the 1 inch x No. 4 primary aggregate nominal size. DIVISION XII BUILDING CONSTRUCTION 99 BUILDING CONSTRUCTION See the following pages for the technical specifications. SAN LUIS OBISPO PASADENA SANTA ROSA 800.579.3881 www.taylorsyfan.com FOUNDATIONS & CONCRETE 1.GENERAL 1.1 Soils values are per Letter from Earth Systems Pacific, dated August 24, 2011. This letter and recommendations contained therein shall be considered a part of the construction documents. 1.2 Refer to the Structural Design Parameters on the Structural Title Sheet for soil/foundation design values. 1.3 Refer to the Statement of Special Inspections on S-1.0 for information related to inspections as required by the governing building code. 1.4 The Building Inspector shall inspect and approve grading and excavations prior to placement of forms, reinforcing steel or concrete. 1.5 The Soil Engineer/Geologist of record shall inspect and sign-off grading and excavations prior to placement of forms, reinforcing steel or concrete. In cases involving engineered fill, a soils engineer shall provide the necessary inspections, tests and approvals. The Contractor is responsible for geotechnical follow-up services as defined in the soils report. 1.6 Prior to the Contractor requesting a building department foundation inspection, the soils engineer shall advise the building inspector in writing that the building pad was prepared in accordance with the soils report and that the foundation excavations, the soil’s expansive characteristics and bearing capacity conform to the soils report. 1.7 Refer the structural plans for foundation embedments, however foundations shall not be embedded less than 30" into approved competent soil , unless specifically noted otherwise. Foundations shall be deepened where necessary to conform to CBC Section 1805 setback requirements which require a minimum distance from the face of the foundation to the face of the descending slope equal to H/3 (where H is the height of the slope). The setback must be at least 5’-0” but need not exceed 40’-0”. 2.MATERIALS 2.1 Concrete Deck shall have a strength of 4000 psi at 28 days, and a maximum slump of 5”. W/C ratio is 0.55 max. Special Inspection is required. 2.2 Concrete Pocket shall have a strength of 4000 psi at 28 days, and a maximum slump of 5”. W/C ratio is 0.55 max. Special Inspection is required. 2.3 Concrete Slab on Grade (Over Pad Footings) shall have a strength of 2500 psi at 28 days, and a maximum slump of 5”. W/C ratio is 0.55 max. Special Inspection is Not required. 2.4 Concrete Pad Footings shall have a strength of 2500 psi at 28 days, and a maximum slump of 5”. W/C ratio is 0.60 max. Special Inspection is Not required. 2.5 Reinforcing steel shall be to ASTM A615, deformed, clean and free of rust. Bars shall be 60 grade minimum (unless specified otherwise), except that #3 bars may be 40 grade. Reinforcing steel that is to be welded shall conform to ASTM A706 in lieu of A615, and shall conform to UBC Standard 19-1. The welding of reinforcement shall be special inspected and conform to AWS. 2.6 Mechanical Bar Splice Couplers: May be used in lieu of lap splices in concrete and shall be used where specified on the plans. Use Dayton Superior Bar-Lock S- or L-series couplers per the plans, or approved equal. Bar-Lock coupler fabrication and installation shall be per ICC ESR-2495. Special inspection is required for installation. Stagger adjacent mechanical splices 2'-0” minimum. 2.7 Aggregates shall be per ASTM C33. Maximum size 1½” for footings and 1" for all other work. 2.8 Drypack/grout material for baseplates, concrete tilt-panels, sill plates or other specified use shall be non-shrink grout by Five Star Products Inc., Quikrete, or approved equal, and installed at a “plastic” consistency, in accordance with approved methods and techniques. Surfaces shall be properly cleaned of foreign material prior to grouting operation. 2.9 Epoxy/Adhesive: Use Simpson SET-XP Epoxy (ICC ESR-2508), or approved equal specifically for concrete, unless noted otherwise. Refer to the ICC Evaluation Report for product and installation requirements. Install only where specifically detailed by the Engineer. Special inspection of epoxy or adhesive installation is required. (Contact the Engineer for product substitution when needed for special conditions, such as temperature extremes, fast cure or slow cure, low or high viscosity, etc.) 2.10Stainless Steel Anchors: a)Threaded Rod: i)ASTM A193, B8 Class 1 Stainless Steel, AISI 304, Carbide Solution Treate; or Approved Equal. ii)Heavy Hex-Headed. iii)75 ksi min. ultimate tensile strength. b)Bolts: i)ASTM A193, B8 Class 1 Stainless Steel, AISI 304, Carbide Solution Treate; or Approved Equal. ii)Heavy Hex-Headed. iii)75 ksi min. ultimate tensile strength. c)Nuts: A194 Grade 8 Stainless Steel, AISI 304, Heavy Hex; or Approved Equal. d)Washers: Grade to match nuts. 2.11The Building Department may require the testing of any materials used in concrete construction to determine if materials are quality specified. Tests of materials and of concrete shall be made by an approved agency and at the expense of the Contractor; such tests shall be made in accordance with the standards listed in CBC Section 1903. Tests and materials of reinforced concrete, and concrete durability, quality, mixing and placing, shall conform to CBC Sections 1903, 1904 and 1905. Refer to the Building Department for additional testing and materials requirements. 3.EXECUTION 3.1 Slabs on Grade (Over Pad Footings): See the plans and details for thickness, reinforcing, and supporting materials. Provide sawcuts or other control joints as directed by City Public Works Plans and soils engineer, and per the structural plans when specified. Refer to the Public Works Plans for finishes. 3.2 Minimum lengths for rebar development, and lap splices shall be as follows, UNO: 2500 psi Concrete: Bar Size Dev. Length Lap Splice #3 14” Min.16” Min. #4, #5, #6 40 bar dia.50 bar dia. 4000 psi Concrete: Bar Size Dev. Length Class B Lap Splice #3 14” Min.16” Min. #4, #5, #6 30 bar dia.40 bar dia. 3.3 Dowels shall be provided for vertical and horizontal reinforcing bars in walls, columns, etc., and shall be of the same size and spacing as the supporting wall, columns, etc. Footing reinforcement shall be hooked into intersecting footings with standard 90 degree end hooks per Detail 4/S-4, unless noted otherwise on the plans. 3.4 Reinforcing clearances for foundations shall be 3” min. when against earth and 2” min. when against a formed surface UNO. Other reinforcing clearances shall be 1 1/2” minimum UNO. 3.5 Removal of forms (formwork) supporting vertical surfaces shall be after 2 days min. and supporting beams or girders shall be after 15 days minimum. 3.6 Construction joints shall be prepared by wire brushing and cleaning and brushing in a paste of neat cement mortar immediately prior to pouring. Location of construction joints shall be approved by the Engineer. 3.7 Concrete Curing: Concrete shall be maintained above 50 deg. F and in a moist condition for at least the first 7 days after placement. When formwork is removed from a surface prior to 7 days after placement of concrete, the surface shall be kept continuously moist by spraying or by covering with wet burlap or curing cover. During hot weather, proper attention shall be given to ingredients, production methods, handling, placing, protection and curing to prevent excessive concrete temperatures or water evaporation that may impair required strength or serviceability of the member or structure. (Finishes are per the City Public Works Plans.) STRUCTURAL STEEL 1.GENERAL 1.1.Structural steel shall conform to the requirements of ASTM and shall be fabricated according to AISC practice and specifications for building. 1.2.Refer to the Statement of Special Inspections on S-1.0 for information related to inspections as required by the governing building code. 1.3.Fabricator: Should be AISC Certified or IAS Accredited and shall be approved by the Building Department. Comply with applicable provisions of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 1.4.Structural steel shop drawings shall be submitted to the engineer for review prior to fabrication. 1.5.Continuous special inspection of structural welding is required, by an inspector pre-qualified by the Building Department, in accordance with 2016 CBC Section 1704.3 and Table 1704.3. The following exceptions are permitted for welds not a part of the seismic-force-resisting system: a)Welding performed in a fabricator’s shop where the fabricator is specifically registered and approved to perform such work without special inspection (1704.2.2). b)The special inspector need not be continuously present during welding of the following items, provided the materials, welding procedures and qualifications of welders are verified prior to the start of the work; periodic inspections are made of the work in progress; and a visual inspection of welds is made prior to completion or prior to shipment of shop welding: i)Single-pass fillet welds not exceeding 5/16” in size ii)Floor and roof deck welding iii)Welded studs when used for structural diaphragm or composite systems (but not part of the seismic-force-resisting system). iv)Welded sheet steel for cold-formed steel framing members such as studs and joists v)Welding of stairs and railing systems 2.MATERIALS 2.1.Structural shapes, plates, and bars shall conform to ASTM A36, unless noted otherwise. 2.2.Wideflange sections (“W” shapes) shall conform to ASTM A992. 2.3.HSS tube steel sections (rectangular, square and round) shall conform to ASTM A500, Grade B. 2.4.Pipe sections shall conform to ASTM A53 Grade B. “STD” indicates Standard Weight, “EXT” indicates Extra Strong, and “DBL” indicates Double-Extra Strong. 2.5.Stainless Steel: Where stainless steel is specified on the plans, plates, sheets, and strips shall be per ASTM A240 and Grade Type 304 (or 316 if welded). Bars and shapes shall be ASTM A276 and Type 304 (or 316 if welded). 2.6.Shop and field bolted connections shall use American Standard Regular Bolts conforming to ASTM A307 and tightened to the AISC “snug-tight” condition, unless noted otherwise. Threaded rod shall conform to ASTM A36 or A307, unless noted otherwise. Special (deputy) inspection is required for ASTM A325 and A490 bolts, in accordance with CBC Section 1701.5 Item 6. Refer to the plans for connections requiring high-strength bolts. 2.7.Steel Decking: shall be manufactured by Verco (ICC ESR-1735P). Deck and accessories will be formed of either galvanized or prime painted steel conforming to current ASTM criteria. Attachments to comply with diaphragm shear requirements shown on the structural plans and in accordance with the respective manufacturer’s product ICC evaluation report. 2.8.Drypack/grout material for baseplates is per the “Foundations & Concrete” specifications section. 3.EXECUTION 3.1.Welding shall be performed using SMAW, SAW, GMAW, or FCAW processes with approved electrodes conforming to ASTM A-233 and applicable AWS specifications. Welds shall use E70XX electrodes, unless noted otherwise, with a minimum CVN toughness of 20 ft-lb at -20o F, using AWS A5 classification test methods. 3.2.Minimum preheat and interpass temperatures shall be provided for welds, including tack welds, in accordance with AWS D1.1, Table 3.2. The maximum preheat and maximum interpass temperature permitted is 550o F, measured at a distance of 1 in. from the point of arc initiation. 3.3.Welding shall be performed by welders certified in accordance with AWS D1.1. Special inspections (see General above) shall be arranged, with Building Department approval, at the expense of the Contractor. 3.4.Use weld tabs (backing bars) at flange plate and shear plate to column connections. After welding, remove the weld tabs and finish to a smooth contour per 3.12.3 of AWS D1.1-2000. Weld tab removal may be performed by air carbon arc cutting (CAC-A), air carbon arc gouging (ACAG), grinding, chipping, or thermal cutting. In addition, after removing the backing bar backgouge the weld root to sound metal, weld backgouged region and finish welding using a reinforcing fillet weld with a minimum leg size of 5/16” or the root opening plus 1/16”, whichever is larger. 3.5.Sections, plates and bars shall not be sheared – they shall be gas-cut or saw-cut. 3.6.Exposed welds shall be filled and ground smooth where metal will come in contact with the public, unless reasonably smooth and uniform welds have been provided. 3.7.Bolt holes in steel plates and shapes shall be AISC “standard holes,” unless specifically noted otherwise. Bolt holes shall be drilled 1/32” min. to 1/16” max. larger than the bolt diameter. 3.8.No holes other than those specifically detailed shall be allowed through structural steel members. No cutting or burning of structural steel will be permitted without prior consent of the Engineer. 3.9.Steel assemblies shall be hot-dipped galvanized (HDG) or have similar corrosion protection. Steel embedded in concrete shall have the same cover requirements as for reinforcing steel (rebar), unless the embedded steel is galvanized or has similar corrosion protection. SPECIAL PROVISIONS SPECIAL PROVISIONS 6 DIVISION XIII APPENDICES Appendix A – Form of Agreement Appendix B – Soils Recommendation, Earth Systems Pacific, August 24, 2011 APPENDIX APPENDIX 0 APPENDIX A - FORM OF AGREEMENT THIS AGREEMENT, made on this ______ day of ___________, 20__, by and between the City of San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, California (hereinafter called the Owner) and COMPANY NAME (hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of NAME OF PROJECT, SPEC NO. in strict compliance with the plans and specifications therefor, including any and all Addenda, adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract, subject to any additions or deductions as provided in the Contract Documents, the contract prices as follows: Item No. Item Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 1. 2. 3. BID TOTAL: $ .00 Payments are to be made to the Contractor in compliance with and subject to the provisions embodied in the documents made a part of this Contract. Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do, or respecting the size of any payment to the Contractor, during the performance of this Contract, said dispute shall be decided by the Owner and its decision shall be final, and conclusive. APPENDIX APPENDIX 1 ARTICLE III, COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: 1. Notice to Bidders and Information for Bidders 2. Standard Specifications and Engineering Standards 3. Special Provisions, any Addenda, Plans and Contract Change Orders 4. Caltrans Standard Specifications and Standard Plans 2015 5. Accepted Bid and Bid Bond 6. List of Subcontractors 7. Public Contract Code Sections 10285.1 Statement 8. Public Contract Code Section 10162 Questionnaire 9. Public Contract Code Section 10232 Statement 10. Labor Code Section 1725.5 Statements 11. Bidder Acknowledgements 12. Qualifications 13. Non-collusion Declaration 14. Agreement and Bonds 15. Insurance Requirements and Forms ARTICLE IV INDEMNIFICATION: The Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with the Contractor’s negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both the City and the Contractor, or should the City otherwise find the Contractor’s legal counsel unacceptable, then the Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. The Contractor obligations under this section apply regardless of whether such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of the City under any provision of this agreement, the Contractor shall not be required to indemnify and hold harmless the City for liability attributable to the active negligence of City, provided such active negligence is determined APPENDIX APPENDIX 2 by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where the City is shown to have been actively negligent and where the City’s active negligence accounts for only a percentage of the liability involved, the obligation of the Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. ARTICLE V. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands this year and date first above written. CITY OF SAN LUIS OBISPO A Municipal Corporation __________________________________ Derek Johnson, City Manager APPROVED AS TO FORM CONTRACTOR: Name of Company ________________________________ By:________________________________ J. Christine Dietrick City Attorney Name of CAO/President Its: CAO/PRESIDENT (2nd signature required if Corporation): By:________________________________ Name of Corporate Officer Its: ____________________