Loading...
HomeMy WebLinkAbout04-16-2013 c5 advertise marsh street parking garage paintingcounci lIllagcnba aepont C I T Y O F S A N L U I S O B I S P O FROM :Daryl R . Grigsby, Director of Public Works Prepared By :Michael J . McGuire, Engineer III SUBJECT :MARSH STREET PARKING GARAGE PAINTING, SPECIFICATION NO . 9117 3 RECOMMENDATION S 1.Approve Plans and Special Provisions for "Marsh Street Parking Garage Painting , Specification 91173 ." 2.Authorize staff to advertise for bids and authorize the City Manager to award the contrac t if the lowest responsible bidder is within the Engineer's Estimate of $150,000 . 3.Approve the transfer of $25,000 from the project's construction management account t o the construction account . DISCUSSIO N The expansion structure of the Marsh Street Parking Garage, built in 2003, was never painte d due to cost overruns with the original project. Instead, the expansion structure was covered wit h• colored stucco . The colored stucco surface is retaining moisture, causing or contributing t o water leaks into office lease spaces, accelerating the aging of the parking decks, and deterioratin g the appearance of the facility . The stucco surface needs to be painted to provide a protective coating from moisture and to contribute to the longevity of the structure . CONCURRENCE S The painting of the garage has the concurrence of the City's Planning Department as the origina l stucco colors will be accurately replicated . FISCAL IMPAC T The 2011-13 Financial Plan, Appendix B, pages 3-210 to 3-212, identifies $150,000 fo r construction and $25,000 for construction management of the Marsh Street Parking Garag e Painting project . Although this project will be constructed during the summer when there is a great amount of construction activity, there will be sufficient City inspection staff to oversee thi s painting project and negate the need for retention of one of the City's on-call constructio n management consultants . A transfer of the $25,000 allocated for construction management int o the construction account should allow for inclusion of the garage stairwell / elevator area into th e scope of the painting project . tl 'April 16, 201 3 Iltem Number L C 5 • C5-1 Marsh Street Garage Painting (91173)Page 2 •Marsh Street Garage Painting (91173 ) Project Budget Available :$174,95 4 Construction :154,95 4 Construction Contingency :19,00 0 Printing/Advertising :1,00 0 Project Costs :$174,95 4 Construction costs include $4,954 for plant removal from the building prior to the start o f construction . ALTERNATIV E Deny or defer approval for construction .The City Council may choose not to authorize proceeding with construction . Staff does not recommend this alternative as water intrusio n through the unprotected stucco will continue to damage and deteriorate the parking structure . Also, the summer months are optimal for painting as well as the summer break for schools is i n effect, reducing the usage of the parking facility and minimizing the impact to the public . ATTACHMENT Plans and Special Provisions . T :\Council Agenda Reports\20 13\2013-04-I6\Advertise Marsh Street Parking Garage Painting (Grigsby-McGuire)\CAR Marsh Street Garag e Painting .docx • • C5-2 AtWvhmwl 1 . IT SHALL BE 1H[ RESPONSIBILITY Of THE CONTRACTOR O RPERNOIEE TO CONTACT LNDERCRCUNO SERVICE ALER TU.S., TOLL FREE I-800--26GO FORS -(4L) HOURS PRIOR ID START OF727 CONSTRUCTION ,EIGHTFORLOCATION Of POWER, TELEPHONE . OIL AND INNRAL GASUNDERGROUND FACIIRIES . ONTRATOR OR PERYII .£SHALL ALSO CO.THE UPPRCPNNTE AGENCY FOR THEOGnON OF CABLE Tv,WATER . SEWER,..E O RLOEROROUNO FACILITIES. ME CONTRACTOR SMALL POSSESS A CLASS ,-33'LICENSE THE TIME THE CONTRACT IS AWARDED. index to plans sheet no . descriptio n Cover Sheet 2 North/South Elevations 3 East Elevation 4 Ground Level Plan 5 Second Level Pla n 6 Third Level Plan 7 Roof Level Plan 8 Stair Tower Reference aoaumentIrCityStandardSpealfoafans -January 2010 EditionCityEngin.n g Standard.-January 2010 Sditfa n City o fsan Luis osisp o san Luis ohisp) county, californi a MARSH STREE T PARKING GARAGE PAINTIN G SPECIFICATION NO.91173 .L2013 r-I91173 IiopSI CS3 • S MARSH STREET PARKING GARAGE PAINTIN G NORTH & SOUTH ELEVATIONS city o f san lulls OBISpO rn pz A m 1 .€€s ;; f f ~ HUM;t 1€€ 4~~~i~Ya ~(~ i i II .11 ''i~f ~fit4 i F !I I pgima iINN f ,5 €fefy f47 1 11i rwrgI , I O 0 o I0 . €~O I ;I IIII 00I . 1 J -9WII.:~ o f ~I.I~~~■® ©_I o Ia ofSlit=0 IJ M!Nk a CI e ©0'1 00!®e =~i ®O M I o l.:o =:O I 0 ~II II■1111 i ■dul l■11111■I I ...... ~IIIII•••• W°3 e f 1 a $I Y MARSH STREET PARKING GARAGE PAINTING "Kg City O f y,~sa nan Luis on] sp o g EAST ELEVATION • • Althdlnn. 5---...w N*pit MARSH STREET Qen ~0 0 U,.r C5 6 SR von'.BL 4 0.8 ••• City O f san Luis oBisp o MARSH STREET PARKING GARAGE PAINTIN G 5 SECOND LEVEL PLAN S • w•city o fsanluis osisp oMARSH STREET PARKING GARAGE PAINTIN G 8 THIRD LEVEL PLA N S S MARSH STREET PARKING GARAGE PAINTING S ROOF LEVEL PLAN 'wagam.city o fsan tuts oBispo AnOhn.nl csb o 1 STAIR #1 . ROOF LEVE L (FLOOR LEVELS SIMILAR) STAIR #1, NORTH SECTION 11111111111 ro7 SeS sll■AI■M I 11'llll'I'1I'.111'll pll!9iiii _ ~II11 o'Illllllillr~r~~ullluu ~ 111111'IIIIIIII;i'r .1'!iI~o~lllll"`•11ir1!.,g fl ~lII III . II~IIIIIPIIIIIIIIIiu,!"I ;',.II I ',,~A~Itllll lllll4 l n jI IIIIIII I III■IIIIIIIIIiu1,!1 111111 STAIR #1, EAST SECTION Ea, 8 of 8 ••• Attachmen t SPECIAL PROVISION S FO R CITY OF SAN LUIS OBISP O MARSH STREET PARKING GARAGE PAINTIN G SPECIFICATION NO . 9117 3 APRIL 201 3 PUBLIC WORKS DEPARTMEN T ENGINEERING DIVISIO N 919 Palm Stree t San Luis Obispo, CA 9340 1 (805) 781-7200 C5-11 Attachment • Sealed Proposal is due at 2 :00 PM on the dat especified in the Notice to Bidders C5-12 • Attachmen t • • Marsh Street Parking Garage Paintin g Specification No . 9117 3 Approval Date :04 .01 .13 loo .C 66802 exp . 9/30/14 * sT Civ « 4.OF CPL* Approval Date :04 .01 .13 C5-13 Attachmen t CITY OF SAN LUIS OBISP O STATE OF CALIFORNI A NOTICE TO BIDDER S 1 .Receipt and Openinq of Bids . A)Notice is hereby given that sealed proposals will be received by the City o f San Luis Obispo, in the Public Works Administration Office, 919 Pal m Street, 93401, until 2 :00 p .m .on Mai 16, 2013,at which time they will b e publicly opened and read aloud, for the construction of the work entitled : Marsh Street Parking Garage Painting, Specification No . 9117 3 B)Any bid received at the Public Works Administration Office after the time an d date specified above shall not be considered, and shall be returned to th e bidder unopened . C)Bids received via FAX machine shall not be considered . D)Each bid shall be submitted in a sealed envelope plainly marked : Marsh Street Parking Garage Painting, Specification No . 9117 3 2 .General Work Description .In general, work involves painting the exterior an d other specified areas of the expansion portion of the multi-story public parkin g garage with ground level offices and store fronts . The expansion garage is located in the 800 block of Marsh and Pacific Streets between Chorro and Morro Streets . Work includes, but is not necessarily limited to : protecting in place and maskin g signs and surface fixtures ; protection and/or removal of surface-mounted publi c artwork; cleaning, repairing and preparation of surfaces ; applying protectiv e coatings to previously coated concrete, plaster, stucco, metal doors and frames , vents, downspouts, flashings, handrails and guardrails, cleaning brick and tile work , window washing and other items of work identified on the plans and in the Specia l Provisions . 3 .Estimate of Total Construction Cost .$150,000 (Base plus Alternate ) 4 .Contract Time .The contract time is hereby established as 30 working days . An additional 5 working days for stairwell painting will be added to the contract tim e if contract is awarded with the Additive Bid Alternate . 5 .Liquidated Damages .The fixed liquidated damages amount is hereby establishe d as $500 per day for failure to complete the required work within the contract tim e allowed . 6 .Contractor's License Requirement .The Contractor must possess a valid Clas s C-33 Contractor's License at the time of the bid opening . 7 .Prevailing Wage Requirements .Bidders are hereby notified that pursuant to Section 1773) of the Labor Code of the State of Califomia, the Department o f Industrial Relations, has ascertained the general prevailing hourly wage rates in th e locality where this work is to be performed for each craft or type of workman o r mechanic needed to execute the Contract which will be awarded to the successful • • • A C5-14 Attachmen t bidder. Current wage rates can be obtained from the Division of Labor web site , www .dir .ca .gov/DLSR/PWD/. 8.Contractor Qualifications .The Contractor shall have Public Works experienceconstructing projects similar to the work specified for this project . The Contracto r shall provide references for three similar Public Works projects completed as eithe r the prime or subcontractor . One of the three reference projects must have bee n completed under contract with a public agency as the prime contractor. Al lreferenced projects shall be completed within the last five years from this project'sbid opening date . All referenced projects shall be for applying the specifie dtypes of coatings under conditions similar to those of the work . Th eContractor's references will carry substantial weight in determining responsibility o f the bidder pursuant to the City of San Luis Obispo Municipal Code Chapter 3 .24 .The Contractor shall provide these references with the Bid Proposal at the time o fbid opening . A form is provided as part of the Bid Proposal package for th eContractor's use . The City reserves the right to reject any bid solely based o nsubmitted references whenever it determines, after hearing as defined herein, tha tthe bidder lacks the knowledge or experience or is otherwise not responsible t ocomplete the project in the best interest of the City . A)The Public Works Director or designee shall conduct responsibility hearing sas required to determine the lowest responsive bid submitted by aresponsible contractor . •B)Any Contractor(s) who, after a responsibility hearing, is deemed no tresponsible by the Public Works director or designee, shall have five (5 )calendar days to submit an appeal of the determination to the City Council . 9.Securing Bid Documents .A copy of the Plans and Special Provisions may b edownloaded,free of charge,from the City's website at :http ://www.slocitv .orq/publicworks/bids .asp .A printed copy may be obtained a tthe office of the City Engineer, 919 Palm Street, San Luis Obispo, CA 93401, b ypaying a non-refundable fee of $20 .00 if picked up in person, or by mailing a non -refundable fee of $30 .00 to : City of San Luis Obispo, Engineering Division, 91 9Palm Street, San Luis Obispo, CA 93401 .Request must include Specificatio nNumber. Standard Specifications and Engineering Standards referenced in these Specia lProvisions may be downloaded,free of charge,from the City's website at :http ://www.slocitv .orq/publicworks/documents .asp .A printed copy may b eobtained by paying a non-refundable $16 .00 fee for both if picked up in person, or anon-refundable $21 .00 fee if mailed to you by the City Engineer's Office . It is the Bidder's responsibility to obtain all issued Addenda prior to bid opening . Al lissued Addenda will be available by download at the City's website listed above o rat the City Engineer's Office . All Bidders should contact the Project Manager,MikeMcGuire at (805)783-7716 or the Public Works Department at 805/781-7200, prio rto bid opening to verify the number of Addenda issued . It is the responsibility of the•Bidder to verify their contact information is correct on the electronic planholders lis tlocated online at : B • C5-15 Attachmen t http ://www.slocity .orq/publicworks/bids .asp . For information call 805/781-7200 . 10 .Bids . Bidders shall comply with and agree to all instructions and requirements i n this notice and in the contract documents . A)All bids must be submitted on the prescribed bid proposal form . B)EACH BID SHALL BE ACCOMPANIED BY A CERTIFIED CHECK , CASHIER'S CHECK OR BIDDER'S BOND MADE PAYABLE TO THE CIT Y OF SAN LUIS OBISPO FOR AN AMOUNT EQUAL TO TEN PERCEN T (10%) OF THE AMOUNT OF THE BID, SUCH GUARANTY TO B E FORFEITED SHOULD THE BIDDER TO WHOM THE CONTRACT I S AWARDED FAIL TO ENTER INTO THE CONTRACT . C)The City of San Luis Obispo, California, reserves the right to accept or rejec t any or all bids or waive any informality in a bid . D)All bids are to be compared on the basis of the City Engineer's estimate o f the quantities of work to be done . E)No bid will be accepted from a Contractor who has not been licensed i n accordance with the provisions of Chapter 9, Division III of Business and Professions Code . F)The award of the contract, if awarded, will be to the lowest and best regula r responsible bidder whose proposal complies with the requirement s prescribed . Such award, if made, will be made within 60 calendar days afte r the opening of the proposals . G)As a condition to executing a contract with the City, two bonds each equal t o one hundred percent (100%) of the total contract price shall be required pe r Section 3-1 .02 "Contract Bonds" of the Standard Specifications . H)Failure to raise defects in the Notice to Bidders or Bid Proposal Forms prio r to bid opening shall constitute a waiver of those defects . 11 .Securities .The Contractor may substitute securities for moneys withheld unde r the contract in accordance with the provisions of the Public Contract Code, Sectio n 10263 . 12 .Bid Protests .It is the City's intent to award the Contract to the lowes t responsive bid submitted by a responsible bidder . If in the bidder's opinion tha t the contract has been or may be improperly awarded, bidders can protest th e contract award . Protests must be filed no later than five (5) working days after bid opening date . Protest must be in writing and received by the Project Manager, 919 Palm Street , San Luis Obispo, CA 93401 . Valid protests must contain the followin g information : the reasons for the protest, any supporting documentation, and th e ruling expected by the City to remedy the protest . Any protest failing to contai n this information shall be deemed as invalid and rejected . • • • C C5-16 Attachmen t The City will consider additional documentation and/or other supporting evidenc e regarding the protest if submitted in accordance to the specified time limits and/o r specified date . Any additional documentation and/or other supporting evidenc e submitted after the specified time limit and/or specified date shall be rejected andnot be considered for ruling . City will not withhold any documentation or items from any interested part yassociated to the protest . In the event that a protest is received, the City will not award the contract befor ethe protest is remedied or resolved unless the City determines that failing t oaward the contract will unduly delay the project . The City shall conduct the protest in the following manner :1.The Public Works Director shall respond to the protester within five workin g days of receiving a valid protest and may hold a conference on the merits o fthe protest .2.The Public Works Director may request at his sole discretion additiona linformation and/or supporting evidence by specified time and/or date n olonger than three days after the request .3.The Public Works Director shall notify the protester of his ruling no later tha n•ten (10) days after all requested documentation and evidence was received . In the event that protester is not satisfied with ruling by Public Works Director ,protester may appeal the ruling to the City Council in accordance with Chapte r1.2 of the City of San Luis Obispo Municipal Code . 13 .Additive/Deductive Alternate bids .The lowest bidder shall be determined usin g the "Total Bid (Base Bid plus Additive Alternate)". The City reserves the right t o award or not award the Contract including or omitting the bid alternate . Determination as to whether or not the alternate shall be included in the Contrac t shall be made by the City Engineer . In all cases, the City reserves the right t o reject all bids . If the bid alternate is awarded with the Base Bid, five (5) workin g days shall be added to the Contract Time . D • • C5-17 Attachmen t SPECIAL PROVISION S 1.PLANS AND SPECIFICATIONS . The work embraced herein shall be done in accordance with these Special Provisions an d the City of San Luis Obispo, Department of Public Works, Standard Specifications an d Engineering Standards January 2010 Edition, in conjunction with the State of California , Department of Transportation Standard Specifications and Standard Plans dated Ma y 2006 . In case of conflict between the Standard Specifications and these Special Provisions, th e Special Provisions shall take precedence . 2.EXECUTION OF CONTRACT, BEGINNING OF WORK, TIME OF COMPLETION , LIQUIDATED DAMAGES AND LABOR REQUIREMENTS . Contract bidding, award, execution and administration shall conform to the provisions i n the Standard Specifications and these Special Provisions . The Contractor's attention is directed to Section 8-1 .04 "PROGRESS SCHEDULE" of the Standard Specifications . As a condition of this Contract, the Contractor will b e required to furnish a Type A Schedule .The Contractor shall submit an update d schedule on a monthly basis by the 5 `h of each month . Failure to submit updated schedule as specified will result in the assessment of liquidated damages for eac h working day until compliance is satisfied . In addition to these scheduling requirements , the Contractor shall include in the schedule a separate line item for Traffic Control Pla n Preparation and City Review of Traffic Control Plan . City review period of Traffi c Control Plan shall comply with Section 7-1 .08C of the Standard Specifications . The Contractor shall pay to the City of San Luis Obispo Liquidated Damages in th e amount set forth in the Notice to Bidders, for each and every calendar day's delay i n finishing the work in excess of the number of Working Days identified in the Notice t o Bidders . Upon approval of the Traffic Control Plan as stated in the "TRAFFIC CONTROL" o f these Special Provisions, the Contractor shall obtain a no-fee Encroachment Permi t from the Public Works Department prior to start of work . In accordance with Sections 1810 to 1815 of the State Labor Code, eight hours labo r constitutes a legal day's work . The Contractor or subcontractor shall as a penalty, forfei t twenty-five dollars ($25) for each worker employed in the execution of the contract fo r each calendar day during which the worker is required or permitted to work more tha n eight hours in any one calendar day and forty hours in any one calendar week withou t additional compensation as outlined in Section 1815 of the Labor Code . After given the opportunity, if the Contractor fails to maintain the project site, complet e project work, or any other cause which requires City staff to complete work at th e project site ; the Contractor shall reimburse the City per Section 9-1 .12 "CITY BILLING" • • • 1 C5-18 Attachmen t SPECIAL PROVISION S for all work necessary to maintain the project site . In addition to the requirements of Section 7-1 .01A(3) "PAYROLL RECORDS" of th e Standard Specifications, the Contractor shall furnish the Engineer one Portabl e Document Format (PDF) file which contains all certified payroll records for the prio r month's work . The PDF file shall be redacted making the Contractor's employee socia l security number and name illegible . Failure to submit PDF file with other monthly payrol l records shall be considered an incomplete payroll submission and penalties assesse d per Section 7-1 .01A(3) "PAYROLL RECORDS". 3.CITY FURNISHED MATERIAL . NONE . 4.EXISTING CONDITIONS . The "Marsh Street Garage" is a multi-level concrete parking structure with businesse s and storefronts at the ground level . A stand-alone entry structure is located at th eprimary Marsh Street entrance . The garage structure is located downtown in the City o fSan Luis Obispo in the 800 block of Marsh Street bordered by Pacific, Morro an dChorro Streets . The official street address for the parking garage is 836 Pacific Street .The structure was built in two phases — the first structure was built in 1992 followed byan expansion in 2003 .Workwillonly occur on the expansion structure . San Luis Obispo is inland approximately 8-10 miles from the Pacific Ocean .Summertime coastal fog and wind conditions are not unusual . The garage is located downtown and is accessible 24 hours a day . Heavy usag eoccurs during normal business hours and in the evenings with heavier evening usag eThursday through Saturday . In addition to the Parking Administration, The Bike Coalition and other smal lbusinesses, adjacent buildings and occupants which may be affected by the wor kinclude the US Post Office, tenants in the Masonic Lodge building and a commercia llease space (currently vacant), which share a driveway adjacent to the garage . Se eAppendix A in these Special Provisions for the days and hours of operation for th eimpacted businesses . Contractors and subcontractors shall be familiar with the structure and surroundin gconditions prior to submitting a bid . 5.ENCROACHMENT PERMIT . The Contractor shall obtain a no-fee Encroachment Permit from the Public Work sDepartment prior to the start of work . Traffic Control plans, including Pedestria nControl/Safety, are required for this project . See Section 8 for more details . •6 .OPERATIONAL PROCEDURES . 6-1 General .All work shall take place under the provisions of Sections 4, 5, 6, 8 , • 2 C5-19 Attachmen t SPECIAL PROVISIONS •and 9, "SCOPE OF WORK," "CONTROL OF WORK," "CONTROL OF MATERIALS,""PROSECUTION AND PROGRESS," and "MEASUREMENT AND PAYMENT' of th eStandard Specifications and these Special Provisions . Operational procedures shall conform to the provisions in Section 7 "LEGA LRELATIONS AND RESPONSIBILITY" of the Standard Specifications . Attention i sdirected to the provisions in subsections 7-1 .01G "WATER POLLUTION," 7-1 .08A"PUBLIC NOTIFICATION," 7-1 .11 "PRESERVATION OF PROPERTY", and 7-1 .1 2"INDEMNIFICATION AND INSURANCE" of the Standard Specifications and thes e Special Provisions . 6-2 Worker Safety .OSHA compliance shall conform to the provisions in Section 7 -1 .06 "Safety and Health Provisions" of the State Standard Specifications and thes e Special Provisions . 6-3 Lead . The garage structures were constructed in 1992 and 2003 . No lead (above background levels) is known to exist . 6-4 Disposal and Waste Handling .Temporary yards and permanent disposal shal l conform to the provisions in Section 7-1 .13 "DISPOSAL OF MATERIAL OUTSID E THE HIGHWAY RIGHT OF WAY" of the Standard Specifications . Disposal of an ypotentially hazardous waste and materials shall be done in accordance with all Cal • OSHA and NIOSH regulations . No debris or fluids shall be disposed of in stor m drains . Filtered wash water may be disposed of in the City's sanitary sewer system . 6-5 Contractors Use of Site .Upon the request of the Contractor, the City wil lgrant the use of up to five (5) metered garage parking spaces free of charge, a s needed for storage of materials, equipment, tools and company vehicles . Coordinat e issuance of parking bags with the Engineer . The Contractor is responsible for securit y of the area . 6-6 Dust Control .Dust control shall conform to the provisions in Section 10 "DUST CONTROL," of the Standard Specifications and these Special Provisions . 6-7 Water Pollution Control .Watering shall conform to the provisions in Section 1 7 "WATERING" of the Standard Specifications and these Special Provisions . I n accordance with Section 7-1 .01G "Water Pollution" of the Standard Specifications, th e Contractor shall submit a Water Pollution Control Plan and obtain approval for the wor k anticipated on the project prior to starting work . The plan shall include procedures for protecting all drainage inlets and roof drains in the vicinity of the work . The plan shal l also include procedures for collecting (vacuuming) all water and debris from cleanin g and surface preparation procedures . 6-8 Public Convenience and Safety .The Contractor's attention is drawn to th e requirements of Sections 7-1 .08 and 7-1 .09, "Public Convenience and Public Safety"• of the Standard Specifications . The Contractor understands that the work to b e 3 C5-20 Attachmen t SPECIAL PROVISION S done under this contract will be located in a highly used downtown public parkin g structure with ground-level tenants and adjacent businesses . The Garage is open to the public 24 hours a day 7 days a week . The Contractor shall make every effort and shall be responsible to protect the publi c from the construction site . In accordance with the Contractor's approved Traffi cControl and Pedestrian Safety Plan, the Contractor shall provide all signs, lights ,barricades, and/or other facilities to provide protection and warning for the public , and to detour the public around the immediate work site as needed . When workin g next to or above a business entrance or exit, the Contractor shall be required t oprovide a temporary covered passageway or other such protective measures a s required by authorities having jurisdiction to provide free and safe passage o f occupants and general public to occupied portions of the building . 6-9 Notification of Occupants and Adiacent Businesses .Notification of tenant sand adjacent property occupants shall be in accordance with Section 7-1 .08A of th eStandard Specifications . An additional notice shall be given to occupants withi nforty-eight (48) hours for work which will directly affect their operations, such a scleaning or painting in the vicinity of a business entrance . The Contractor shal l schedule their work so as to not interfere with US Post Office deliveries, indicated i nAppendix A in these Special Provisions for the Business Hours list . 6-10 Access and Coordination with Occupants and Adjacent Businesses .Th eContractor shall make every effort to coordinate work with occupants and adjacen tproperties in order to minimize impacts to their normal operations . Access must bemaintained to adjacent properties and structure occupants during their norma l business hours and at critical times after hours such as for deliveries . See Appendi x A in these Special Provisions for the days and hours of operation for the impacte dbusinesses. The northerly side of the structure is adjacent to an 18-foot wide alley shared by theCity, the US Post Office and a commercial lease space (currently vacant). Thi sdriveway must remain open for deliveries and employee parking . Also, there i saccess to the parking garage from Marsh Street leading to two entrance drives . On eof these entrance drives must remain accessible with the closed entrance protecte dduring work . See Appendix A in these Special Provisions for the days and hours o f operation for the parking garage . All other perimeter walls front City streets and are accessible through the City right -of-way . If the stairwell and elevator coating are included in the scope of work, eithe rthe stairwell or the elevator must be available for access but both cannot be close dat the same time . If the elevator is closed for work, provide signage directing th epublic to the other operating elevators in the parking garage . •6-11 Preservation of Property .Preservation of property shall be in accordanc ewith Section 7-1 .11 of the Standard Specifications and these Special Provisions, an d • • 4 C5-21 Attachmen t SPECIAL PROVISION S shall be interpreted to include building artwork and murals, vehicles parked in th e vicinity of the work site and nearby or adjacent buildings . The Contractor shall tak e precautions to protect building artwork and murals, vehicles, buildings and othe r property from overspray, splatters and damage due to Contractor's work . There are no on-site storage areas . Building artwork that is temporarily removed for coatin g shall be removed and stored off-site at a secure location at the Contractor's expense . Any overspray, splatters or damages shall be removed or repaired at th e Contractor's expense . 6-12 Work Hours .Work hours are Monday through Friday between 7 a .m . and 4 p .m . unless otherwise approved by the Engineer . The Contractor may work outsid e of these hours if noise generated by operations does not exceed noise limits a s defined by the City's Noise Control Ordinance . Construction noise is limited to th e hours of 7 a .m . to 7 p .m . unless otherwise approved by the Communit y Development Director . The Contractor shall allow up to three (3) weeks fo r Community Development review of work applications for work outside of the wor k hours indicated in these Special Provisions . 6-13 Water Supply .The Contractor shall provide their own drinking water . Th e Contractor may use potable water that is available on-site or provide their ow n source . Quick couplers are located in planters at three locations as shown on th e plans . A wash basin faucet is also available in the maintenance room . Th e Contractor shall coordinate water usage with Garage Maintenance personnel an d insure that hoses are routed so as to not cause tripping or other hazards to th e public . 6-14 Power Supply .Electrical outlets providing 110V power are available on al l levels at locations where shown on the plans . The Contractor may use these powe r sources or provide their own source of power . The Contractor shall coordinat e power usage with Garage Maintenance personnel and insure that cords are route d so as not to cause tripping or other hazards to the public . 6-15 Sanitary Facilities .Public restrooms are available on-site . Restrooms shal l not be used for washing tools or other construction related activities . 6-16 Superintendence .In addition to the provisions of Section 5-1 .0 6 "SUPERINTENDENCE" of the Standard Specifications, the Contractor shall have a n authorized representative at the job site who will be able to clearly communicate wit h City representatives and the Contractor's personnel . 6-17 Compliance with Section .In addition to the provisions of Section 3-1 .03A "ENCROACHMENT PERMIT" of the Standard Specifications regarding violation o f permit conditions, the Engineer may immediately suspend all work until complianc e is achieved . The Contractor shall bear all costs incurred by such suspension, and n o additional compensation for losses incurred by the Contractor shall be allowe d therefor . It is therefore agreed that the Contractor will be assessed Liquidated • • • 5 C5-22 • • • Attachmen t SPECIAL PROVISION S Damages and pay to the City of San Luis Obispo the sum set forth in these Specia l Provisions for such, for each day the Contractor does not comply with the contrac t requirements . Failure to comply with the provisions in this section shall be considered a material breach of contract . All work shall cease until the Contractor can demonstrate activ e compliance with these requirements . Any delay caused by failure to comply shall b e the full responsibility of the Contractor and no additional contract time or compensatio n shall be allowed therefor . Unless otherwise stated, full compensation for conforming t o the requirements of this section shall be included in the contract prices paid for th e various items of work and no additional compensation shall be allowed therefor . 7 .SUBMITTALS . 7-1 General .When required, submittals shall be provided in accordance wit h Section 6-1 .052 "Submittals", of the Standard Specifications and these Specia l Provisions . The Contractor shall provide submittals at or before the pre-constructio n conference .No work shall be done on items needing submittal approval unti l the material or plan is approved by the City . 7-2 Required Submittals .At a minimum, submittals shall be furnished by th e Contractor where called for in the various sections and as follows : •Progress Schedul e •Traffic Control and Pedestrian Safety Pla n •Water Pollution Control Pla n •Coating Systems and Colors including sealants, patching materials, primers , etc . 7-3 Product Submittals .Approval of materials and products by the City does no t waive the Contractor's responsibility to provide materials which will meet the need s of the Garage coating or the guarantee period . 8 .TRAFFIC CONTROL . Construction Area Traffic Control shall conform to the provisions in Section 1 2 "CONSTRUCTION AREA TRAFFIC CONTROL DEVICES," Section 7-1 .08 and 7-1 .0 9 "PUBLIC CONVENIENCE and PUBLIC SAFETY" of the Standard Specifications an d these Special Provisions . Where Contractor's operations necessitate the need for traffic lane, parking lane o r sidewalk closures, the Contractor shall submit a Traffic Control and Pedestrian Safet y Plan . Separate Traffic Control and Pedestrian Safety Plans shall be submitted for eac h phase of work requiring a change in control . The Contractor shall allow a minimum of five (5) working days for the Traffic Engineer to review Traffic Control and Pedestria n Safety Plans prior to the work. 6 C5-23 Attachmen t SPECIAL PROVISION S Traffic Control and Pedestrian Safety plans shall be subject to review in the field by th e City and adjusted or modified at the Contractor's expense if found to be insufficient . Upon approval of the Contractor's Traffic Control Plan, the City shall issue a no-fe e Encroachment Permit . The Contractor shall be responsible for compliance with al l Permit Conditions . The Traffic Control plan shall be drawn to scale . The Contractor shal l provide the initial submittal at, or prior to, the pre-construction conference . The Contractor's traffic control shall comply with the approved Traffic Control Pla n unless approved in writing by the Engineer . Two-way traffic shall be maintained unles s approved otherwise . The Contractor shall exercise due diligence in completing the wor k in order to restore free flowing of traffic . Traffic delineation and protection shall be maintained at all times . If barricades ar e required after sunset, lights/flashing beacons shall be required . Full compensation for conforming to the requirements of this section shall be included i n the contract prices paid for the various items of work and no additional compensation shal l be allowed therefor. 9 .CONSTRUCTION DETAILS . 9-1 General Workscope .Parking garage exterior (outside walls, towers and to p deck), stairwells, the trash enclosure and other areas identified on the plans an d these Special Provisions shall be cleaned, patched, repaired, prepared and coate d or sealed as indicated on the attached plans and as called for in these Sections . Generally, 1) all exterior surfaces and stairwell floors, steps and other surfaces , whether to be coated or not, shall be cleaned, 2) all previously coated concrete , masonry, stucco, plaster and fiberglass surfaces, cornices and projections shall b e cleaned, prepared, patched, repaired and coated ; 3) previously coated metal suc h as railings, doors and frames, vents, downspouts shall be cleaned, prepared and coated, 4) aluminum store fronts shall be cleaned ; 5) brick veneer shall be cleaned , 6) ceramic tiles and decorative ceramic plaques shall be cleaned, 7) all exterio r window glass and glazing shall be cleaned . 9-2 Housekeeping and Cleanup .All debris, trash, masking tape and other wast e materials must be removed and discarded off site on a daily basis . As work proceeds, immediately remove all spilled, splashed, or splattered coatings , solvents or other materials without any run-off to open drains . Collect empt y containers, rags, waste material, and debris and remove from the site each day . The site shall be maintained free of unnecessary accumulations of tools, equipment , surplus materials, and debris . Any materials, tools, and equipment left on site shal l be locked in a secure area such as a Contractor-supplied trailer or storag e container . • • • 7 C5-24 Attachment • SPECIAL PROVISION S Upon completion of the work, the Contractor shall remove all excess materials , equipment, containers, and waste from the job site . Coating spots or stains shall b eremoved from adjacent surfaces . 9-3 Vegetation and Trees .Irrigated landscaped planters exist at the base of th e structure along the southerly perimeter . Street trees exist in sidewalks along al l street frontages . Hanging vines exist on the south side from the roof to ground level .Prior to start of work, the City will arrange to have vegetation and trees trimme dapproximately 18" away from perimeter of building . The Contractor shall be awar ethat irrigation systems exist in the planters and shall take precautions when placin gequipment and/or scaffolding . The Contractor shall be responsible to protect an drepair any damages to existing irrigation and vegetation caused by their operationsat their own expense . 9-4 Cleaning, Preparation and Repair of Surfaces . 9-4 .01 General .Prepare surfaces in a skillful manner to produce finish wor kof first class appearance and durability. Cleaning, surface preparation an drepair shall be done in accordance with these Special Provisions and th emanufacturer's recommendations for the coatings to be used . Should a conflictarise between these Specifications and the manufacturer's recommendation , •the more rigorous or intensive surface preparation shall apply . 9-4 .02 Surface Features .Surface features shall be carefully removed an dstored prior to cleaning operations and cleaned and reinstalled after coating an dfinal cleanup . The Contractor shall provide for storage of public artwork an dother surface features . Surface features such as light fixture trims, signs ,sculptures, alarms, etc ., shall be cleaned, removed or masked and protected in -place during painting operations . Security lighting must be maintained at night . 9-4 .03 Cleaning .All surfaces shall be completely clean and free o fbubbled/delaminated paint, loose paint, checked paint, raised edges, rust ,scale, oil, dirt, grease, mineral deposits, mold, mildew and all other surfac econtaminants. All cleaning operations shall be free of any contaminants tha twould interfere with the adhesion of any coatings, sealants or caulking .Contractor shall be wholly responsible for the quality of the work and shall b eheld responsible for all surface preparation necessary for application o fcoatings. Cleaning shall be done with pressure washing, hand washing and scrubbing, o rother method found acceptable by the City . Use only clean fresh water fo rcleaning and rinsing . Cleaning agents recommended by the coatin gmanufacturer may be used to assist cleaning process as long as chemicals o rresidues are not left behind or are detrimental to adjacent fixtures or vegetation .•No cleaning water or chemicals shall be allowed to enter storm drains .Refer to Section 7-7, "Water Pollution Control ." 8 C5-25 Attachmen t SPECIAL PROVISION S All surfaces are to be cleaned . If a surface cannot be cleaned for any reaso n the condition shall be reported to the Engineer immediately . In addition, an y surface considered to be unsuitable for proper finishing shall be brought to th e attention of the Engineer . Contractor shall not apply coating until correctiv e measures have been taken . After cleaning/washing, surfaces shall be allowed to dry at least two days o r until the moisture content of the surface to be coated is no more that 15%. 9-4 .04 Efflorescence .Efflorescence must be removed by wire brushing o r washing with a 5% solution of muriatic acid, or other approved method fo r removal, rinsed and then allowed to dry thoroughly before coating . 9-4 .05 Mildew Removal .Mildew and algae growth on surfaces must b e removed by washing with a mild bleach solution and scrubbed where necessar y with a soft bristle brush, or other approved method, rinsed and allowed to dr y thoroughly before coating . 9-4 .06 Loose, Flakinq, Peelinq, Raised, Bubbled and Delaminated Paint . Remove by scraping, wire brushing and/or sanding . Any remaining old coatin g shall have adhesion that is sufficiently high as to prevent lifting as a layer with a putty knife . Edges of the remaining coating shall be feathered to achieve a smooth appearance or filled with a patching compound . 9-4 .07 Crack and Stucco/Plaster Repair .Surface defects and cracks shall b e repaired in accordance with manufacturer's recommendations for the coating s to be used . All patchwork to be done shall match existing stucco texture t o blend in when surface is coated . Cracks ranging from 1/64" to 1/32", apply appropriate brush grade KEL- SEAL Elastomeric Sealant, or approved equal, over entire area in need o f renovation . If surface is chalky, apply Kelly-Moore 98 Stucco Seal, o r approved equal, before applying sealant. Cracks and holes exceeding 1/32", route out to 1/4" wide by 1/4" deep . When completed, check to see if surface is sound and free of loos e materials . For large holes and cracks greater than 1/32", trowel with Rapi d Set Stucco Patch or approved equal, feather edges to match existing . 9-4 .08 Metal .Pressure water wash to remove dirt contaminants, rust scale o r oxides, and loose and peeling paint . Wire brush, scrape, or sand as necessar y to provide a smooth surface for coating application . Prime all bare and rusted metal with recommended primer . 9-4 .09 Wood .Pressure water wash to remove dirt contaminants, dust an d loose or peeling paint . Wire brush, scrape or sand as necessary to provide a 9 C5-26 Attachmen t •SPECIAL PROVISION S smooth surface for coating application . All protruding nail heads shall b e primed with appropriate primer before finish coat is applied . 9-4 .10 Concrete and Concrete Block .Pressure water wash to remov e contaminants, dirt, dust, and loose and peeling paint . All loose or peeling pain t not removed by this method shall be hand tool wire brushed, scraped or sande d as necessary . If efflorescence exists, spot prime affected areas wit h appropriate primer to inhibit condition . 9-4 .11 Caulked and Sealed Joints .Contractor to check all caulked an d sealed joints for deterioration . Particular attention shall be given to sealed joint s at cornices and architectural projections . Deteriorated joints shall be repaired b yremoving all existing caulking, sealants and other loose, deteriorated or foreig n materials from joint . Joint shall be re-caulked and sealed followin g manufacturer's recommendations for preparation, priming, backing an dapplication. Use Tremco "Dymeric" sealant or approved equal . 9-5 Inspection .The City Inspector shall verify that surfaces are ready to receiv e coatings as instructed by the product manufacturer prior to placement of coatings .The Contractor shall not apply products to unsuitable surfaces . •9-6 Coatings . 9-6 .01 General .Coatings shall be in accordance with these Specia lProvisions and the manufacturer's recommendations . Should a conflict aris e between these specifications and the manufacturer's recommendations, th emore rigorous or intensive surface preparation or coating application shal l apply . The Contractor shall supply all materials, equipment tools, storage, coatings ,solvents, abrasives, air compressors, hoses, materials storage and any othe rtools and equipment necessary for the proper preparation and application of th ecoatings. The Contractor shall be attentive to wind conditions to reduce th edrifting of dust and coatings and shall make every effort to prevent the damag eof public and private property . 9-6 .02 Quality Assurance .Coatings shall be applied only on thoroughly dr y surfaces with the moisture content of the surface to be coated at no more tha t15% and during periods of favorable weather . No coating shall be applied to we tor damp surfaces, in rain, fog, or mist, nor in conditions not recommended by th emanufacturer. If such conditions are prevalent, coating shall be delayed o rpostponed until conditions are favorable . The day's coating shall be complete din time to permit the film sufficient drying time prior to damage by atmospheri c conditions . •Unless otherwise required by the manufacturer's instructions, coatings shall no t 10 C5-27 Attachmen t SPECIAL PROVISION S be applied when relative humidity is above 70 percent or when temperature i s below 50 degrees or above 100 degrees . The thickness of coatings on ferrous surfaces shall be checked with a non - destructive, magnetic-type thickness gauge . In cases of dispute concerning fil m thickness, measurements made with instruments shown to be in calibration wit h the National Bureau of Standards calibration plates shall predominate . Th e Contractor shall furnish U .S . Department of Commerce, National Bureau o f Standards certified thickness calibration plates to test accuracy of dry-fil m thickness gauge . All inspection devices shall be in good working order . Se e Appendix B in these Special Provisions for the attached product description an d specification sheets for recommended coating wet and dry mil thicknesses . 9-6 .03 Materials/Coating Systems .Coating materials shall conform to thes e Special Provisions . Only high-grade products of manufacturers having a n established good reputation in the manufacture of quality protective coating s shall be used . Products shall be delivered to the project site in original unbroken package s bearing the manufacturer's name and product number . The paragraphs below and the attached schematic plans identify differen t surfaces and coating types to be applied to the structure and associate d components . The following coating systems by Frazee Paints are pre-approve d for use on this project. See Appendix B in these Special Provisions for the Fraze e Paints product descriptions and specifications . A .Stucco/Plaster. 1.Clean and Prep : per Section 10-4 . 2.Spot Prime : all bare surfaces with one (1) coat 168 Prime Plus Sea l Primer . 3.Finish : two (2) coats 203 Duratec II 100% Acrylic Exterior Flat Finish . B .Concrete/Concrete Block . 1.Clean and Prep : per Section 10-4 . 2.Spot Prime : all bare surfaces with one (1) coat 168 Prime Plus Sea l Primer . 3.Finish : two (2) coats 203 Duratec II 100% Acrylic Exterior Flat Finish . C .Fiber Glass Cornices and Architectural Projections . 1.Clean and Prep : per Section 10-4 . 2.Prime : all bare fiberglass surfaces with one (1) coat Sierra Performanc e S30 Griptec Primer by Rust-Oleum Corporation . 3.Finish : two (2) coats 203 Duratec II 100% Acrylic Exterior Flat Finish . D .Utility Box Covers, Utility Meters, Metal Support Brackets, and Bollards . 1 . Clean and Prep : per Section 10-4 . • • • 11 C5-28 • • • Attachmen t SPECIAL PROVISION S 2.Prime : all bare and rusted metal with Comex E-59 Metal Primer . 3.Finish : two (2) coats of 126 Mirro Glide Low Sheen . E .Galvanized Drip Flashing, Downspouts, Gutters, Vents and Pipes . 1.Clean and Prep : per Section 10-4 . 2.Prime : all bare and new metal with Comex E-59 Metal Primer. 3.Finish : two (2) coats of 126 Mirro Glide Low Sheen . F .Metal, Doors and Frames . 1.Clean and Prep : per Section 10-4 . 2.Prime : all bare and rusted metal with Comex E-59 Metal Primer . 3.Finish : 2 coats of 126 Mirro Glide Low Sheen . G .Ornamental Iron and Ferrous Pipe . 1.Clean and Prep : per Section 10-4 . 2.Prime : all bare and rusted metal with Comex E-59 Metal Primer . 3.Finish : 2 coats of 628 Aroplate II Semi Gloss Alkyd . 9-6 .04 Colors & Color Submittals .Colors for finish coats shall generally matc h the original colors on the building . The following pre-approved Frazee colors shal l be used or matched closely : Color A — 1582 "Garbanzo" Light Tri m Color B — 2703 "Mastic" Medium Body Color C — 2705 "Dulwich" Dark Bod y Color D — 2864 "Bonaparte" Warm Grey Infil l Color E — 2865 "Exile" Dark Grey Bas e Color F — 1246 "Threadbare" Light Tri m Color G — 2733 "Blankie" Medium Bod y Color H — 2725 "Dissent" Dark Bod y Color J — AC092 "Strong Hunter" Metal Screen Syste m Undercoats shall be a lighter color than top coat . The Contractor shall prepare color and finish samples for each finish color . Refer to Section 8 of these Special Provisions for submittal requirements . Fina l coating shall not be applied until finish colors have been submitted an d approved by the Engineer . 9-6 .05 Alternative Materials/Coating Systems .The Contractor may submit fo r consideration coatings and materials of manufacturer's other than those specifie d herein . Submittals shall be in accordance with Section 8 of these Specia l Provisions . The submittals for coating products shall at a minimum contain th e following information : a . Material Name / Manufacturer . 12 C5-29 Attachmen t SPECIAL PROVISION S b.Standards which the product complies with . c.Conditions for which the product was developed or can be use d under . d.Testing information / data on product . e.Any material guarantees . f.Expected life . g.Surface Preparation for coatings including any special requirement s for this project . h.Recommended uses . i.Safety precautions - and MSDS sheets . j.Track record for coatings . k.Installation guidelines . I . Name and phone number of the area sales representative for th e product . m . Any other information the Contractor feels would be helpful in th e City's review . The Contractor shall provide satisfactory documentation from the fir m manufacturing the proposed material that the material meets the specifie d requirements and is equivalent to or better than the listed materials in th e following properties : Quality Durability •Resistance to abrasion and physical damag e Life expectanc y Ability to recoat in futur e Solids content by volum e Dry film thickness per coa t Compatibility with other coating s Suitability for the intended servic e Resistance to chemical exposur e Temperature limitations in service and during applicatio n Type and quality of recommended undercoats and topcoats Ease of applicatio n •Ease of repairing damaged area s •Stability of colo r Materials submitted for coating systems for each type of surface shall be th e product of a single manufacturer . All submitted coating products shall be in compliance with all current local, stat e and federal air quality mandates . 9-6 .06 Application .Preparation, coating and coating application shal l conform to the requirements of these Special Provisions and the manufacturer's recommendations . Any deviation from manufacturer's recommendations must b e 13 C5-30 • • • 0 • • Attachment SPECIAL PROVISION S approved in writing by the manufacturer prior to starting alternate procedures . Applyallcoatingsusinq rollers and brushes . No spraying shall b e allowed . Comply with manufacturer's recommendations for drying time between coats . Edges of coating adjoining other materials or other colors shall be clean an d sharp . Thinning shall be permitted only as recommended by the manufacturer for th e conditions of application and allowed by applicable regulations . Each application of coating shall be applied evenly with proper film thicknes s and free of sags, runs, skips, streaks and brush marks, with no evidence o f poor workmanship . Care shall be exercised to avoid lapping on glass o r hardware . The Contractor shall mask, cover and shield all walkways, adjacent building s and windows, lights, signs, artwork, and other surface features that cannot b e removed and all other surfaces not intended for coating as specified . Surfaces from which materials cannot be removed satisfactorily shall be recoated t o produce a finish satisfactory to the City. When two or more coats of coating are specified, the first coat shall contai n sufficient approved color additive to act as an indicator of coverage or the tw o coats must be of contrasting color or shade . Where the number of coats or dry film thickness is specified or recommende d by the manufacturer, they shall be considered a minimum . The Contractor shal l apply additional coats as necessary at no additional cost to achieve th e specified dry film thickness and to produce uniform color and provid e satisfactory finish results . All coatings must be back rolled or back brushed . In cases where a newly coated portion of a wall or surface is found to b e unacceptable, the whole wall or surface shall be recoated . At the conclusion of the work, the Contractor shall provide to the City all unuse d and partially full cans of coatings for use by the City . 9-6 .07 Warranty Inspection .The City may provide for inspection of any or al l of the work completed under this contract during the one year following the date o f completion or placement into service or such longer period of time as may b e prescribed by laws, regulations of all coating work required by this section . If any work is found to be defective, as determined by the City, its employees o r 14 C5-31 Attachmen t SPECIAL PROVISION S consultants, the Contractor shall promptly correct the defective work at no cost to the City . All defective work shall be repaired in accordance with the coating manufacturer's recommendation and the satisfaction of the City in order to brin g the defective areas up to the quality level of the original work required by thi s specification . If the Contractor does not complete corrective work promptly, the City ma y complete the work itself or hire others to complete it for them . The origina l Contractor and its Surety will be liable to the City for all direct and indirect costs . 9-7 Payment . 9-7 .01 Base Bid .The contract lump sum price paid for "Marsh Street Parkin g Garage Painting" shall include full payment for providing all work called for i n these Special Provisions and the plans including but not necessarily limited t o implementing and maintaining traffic control, pedestrian safety and water pollutio n control plans, containment and disposal of dirty water and debris ; cleaning , preparing and repairing surfaces, housekeeping, masking and protecting adjacen t surfaces, coating, sealing, window washing and cleanup, coordinating work wit h Garage personnel, tenants and adjacent business and for doing all work involved in coating the garage as shown on the plans, as specified in these Specia l Provisions and Standard Specifications and as directed by the Engineer . 9-7 .02 Bid Alternates .The work involved in the bid alternate shall includ e all work involved in cleaning, preparing, repairing and coating interior surface s of stairwell and elevator lobbies, hand railing, inside and outside of metal door s and frames except that the metal doors and frames leading to roof deck shall b e considered as included in the base bid . The contract lump sum prices paid for "Elevator and Stairwell" shall include ful l payment for implementing and maintaining traffic control, pedestrian safety an d water pollution control plans, containment and disposal of dirty water and debris ; cleaning, preparing and repairing surfaces, housekeeping, masking and protectin g adjacent surfaces, coating, sealing, window washing and cleanup, coordinatin g work with Garage personnel and for doing all work involved in coating the stairwel l and elevator lobbies as shown on the plans, as specified in these Specia l Provisions and Standard Specifications and as directed by the Engineer . • • End of Sectio n 15 C5-32 • • Attachmen t SPECIAL PROVISION S APPENDIX A BUSINESS HOUR S (As of April 1, 2013 ) Parking Garage Monday — Wednesday 6 :00 AM — 7 :00 P M Thursday — Saturday 6 :00 AM — 11 :00 P M Sunday 9 :00 AM — 6 :00 P M United States Post Office Monday - Friday 9 :00 AM – 5 :30 P M Saturday 9 :00 AM — 2 :00 P M Post Office Delivery/Pickup Monday - Saturday 7 :30 AM/3 :00 PM/5 :30 P M Bike Coalition Office Monday - Friday 9 :00 AM — 5 :00 P M Bike Kitchen Wednesday 4 :00 PM — 7 :00 P M Thursday 4 :00 PM – 7 :00 P M Sunday 12 :00 AM — 4 :00 P M Parking Administration Monday - Friday 8 :00 AM — 5 :00 P M Arroyo View Financial Monday – Friday 8 :00 AM – 5 :00 P M Founders Community Bank Monday – Friday 8 :00 AM – 6 :00 P M Calm Clear & Connected Mon/Tue/Thu 8 :00 AM – 8 :00 PM Note : Days & Hours may be subject to change . Contractor shall verify curren t schedules of businesses prior to start of work in office areas . 16 C5-3 3 Attachmen t SPECIAL PROVISION S APPENDIX B TECHNICAL SPECIFICATION S Frazee Paint s 17 C5-34 • Attachmen t Frazee Pain t Product description and specificatio n 168 PRIME+PLUS : INTERIOR /EXTERIOR ACRYLIC PRIMER /SEALER /STAIN KILLE R CHARACTERISTICS •Top of the line quality•Interior! exterior primer, sealer ,stain kille r•Acrylic•Resists alkali on concrete an dmasonry up to pH 13 .0 PHYSICAL PROPERTIE S SOLIDS :Solids by Weight 60 %Solids by Volume 45% FINISH:Sheen @ 60°<1 2 COLORS :White VISCOSITY:Package KU Viscosity 95-102 1 VOC:Coating VOC 46 gms/LMaterial VOC 22 gms/L Weights & Measurements ±5% •C omp)Complies with GS-11 ! 4.1 and 4 .2 PERFORMANCE PROPERTIE S COVERAGE :Surface Sq . ft ./Gal 'Concrete/Masonry 200-35 0Drywall300-35 0Hard Board 350-400Metal250-30 0Smooth Wood 30040 0Rough Wood 100-250 "Approximate coverage for eac hcoat. DRYING TIME :To Touch 1h ou rTo Recoat 2-3hr sCure7days NOTE : Drying times increase wit htemperatures below 50°F or relativ ehumidity above 80%. MIL THICKNESS :Wet 4 .5Dry2.0 PREPARATIO N CONCRETE/MASONRY :Allow new concrete to properly curebefore application of primer an dfinish coats . Patch all voids with th eappropriate patching or caulkin gmaterial. Wash all tilt-up an dpoured in place concrete t oremove any bond-breakers or othe rconstruction residue . Clean thesurface to remove any dirt, dust ,efflorescence, grease, mildew, oil ,wax, and other contaminants . DRYWALL! PLASTER :Allow new drywall ! plaster finishe sto properly cure before applicationof primer and finish coats . Patch al lvoids with the appropriate patchin gor caulking material. Clean th esurface to remove any dirt, dust ,grease, mildew, oil, wax, and othe rcontaminants. HARD BOARD:Patch all voids with the appropriat epatching or caulking material, san dto desired finish . Clean the surfacetoremove any dirt,dust,grease,mildew, oil, wax, an d' other contaminants. METAL :Clean the surface to remove an ydirt, dust, grease, mildew, oil, wax ,and other contaminanats . Test asmall area prior to applicatio nto assure proper adhesion t osubstrate. Two coats recommende dfor corrosion resistance . WOOD :Patch all voids with the appropriat epatching or caulking material ,sand to desired finish . Clean th esurface to remove any dirt, dust ,grease, mildew, oil, wax, and othe rcontaminants.'' On lumber subjec tto tannin bleed apply two coat sat 5.3 mils wet film thickness . PREVIOUSLY PAINTED SURFACES :Patch all voids with the appropriat epatching or caulking material .Wash, scrape, sand and clean th esurface to dull the surface andremove any chalk, dirt, dust,grease, loose paint, mildew, oil ,wax, and other contaminants . FOR VERTICAL APPLICATION SONLY. NOT FOR USE O NFLOORS. APPLICATIO N METHODS :Prime+Plus may be applied bybrush, roller, or airless sprayer.Apply coating evenly whil emaintaining a 'Wet edge° to preventlapping. When thoroughly dry ,Prime+Plus should be sande dlightly with 180 or 220 grit sandingpaper to achieve the mos tsatisfactory finish on smoot hsurfaces. THINNING :Prime-Plus is designed to be use dat package consistency. CLEAN-UP :Clean tools, equipment and wor karea with warm, soapy water . NOTE: Because of the excellentadhesion and fast drying propertie sof this product, spray equipmen tshould be 'immediately flushed withwaterwhen not in use . CAUTION S APPLICATION :Do not apply this product whe nsurface or air temperature is belo w50°F, or when temperatures areexpected to fall below 50°Fwithin 24 hours . Do not expose tomoisture or extreme temperatur echanges for a minimum of 4 8hours. If conditions do not permitprompt drying many stains will notbe properly sealed. • (continued) 168 PRIME+PLUS : INTERIOR ! EXTERIOR ACRYLIC PRIMER / SEALER 1 STAIN KILLE R C5-35 Attachmen t 168 PRIME+PLUS : INTERIOR / EXTERIOR ACRYLIC PRIMER / SEALER I STAIN KILLE R Good painting practices dictate tha t all paint products be tested for adhesion, appearance, color, an d compatibility prior to application. Protect all adjacent surfaces fro m splash, spill, and over-spray durin g application . PERSONAL : Prime+Plus may be irritating to eyes and skin . Avoid contact wit h eyes and skin . In case of eye contact, flush with dean, war m water for at least fifteen minute s and call a physician immediately . Avoid breathing vapor or mist . Wash skin thoroughly after contact. DO NOT TAKE INTERNALLY . Keep out of reach of children an d unqualified personnel . Consult the Material Safety Data Sheet for complete product safety informatio n STORAGE : Protect this product during storag e from freezing and temperature s above 95°F . Store protected, in un- opened containers, for up to tw o years. REGIONAL OFFICE S CORPORATE OFFICE t SAN DIEGO : 6625 Miramar Roa d San Diego, CA 9212 1 (858) 626-3600 (800) 477-999 1 (858) 626-3651 FA X LOS ANGELES : (626) 396-114 2 Architectural / Sales Divisio n (800) 826-9048 (626) 396-1827 FAX ORANGE COUNTY (INLAN D EMPIRE : (714) 630-804 0 Architectural / Sales Divisio n (714) 666-2342 FAX FRESNO( CENTRAL VALLEY : (559) 448-8088 (559) 448-8090 FAX NORTHERN CALIFORNIA : (916) 852-8082 (916) 852-8386 FA X ARIZONA : (602) 275-544 4 (602) 244-2715 FA X NEVADA: (702) 895-980 0 (702) 895-7798 FAX WARRANTIE S Frazee warrants that its products will conform and perform i n accordance with the product specification sheets . Frazee also warrants its products to be free from defects in material an d manufacturing . Frazee's liability to the buyer or an y third party for any losses or damages, shall not exceed beyon d replacement cost, excluding freigh t and handling of material, proven t o be defective . Frazee agrees to respond to claims of defectiv e material, upon receipt of writte n notification and verification o f products defect Any claim must be made within five days of th e discovery of the defect In no event shall the seller be liable fo r any consequential or incidental damages or loss of profits. Frazee is not liable for variation i n environment, application, color, o r changes in procedure, which ma y cause unsatisfactory results . PHILOSOPHY Since 1896, integrity has been th e cornerstone of our business philosophy. Integrity, together with service and quality,, are essentia l ingredients in every product Fraze e manufactures . lin o 168 PRIME+PLUS : INTERIOR I EXTERIOR ACRYLIC PRIMER I SEALER / STAIN KILLE R C5-36 ttachmen t Frazee Pain t Product description and specificatio n 203 DURATEC II :100%ACRYLIC EXTERIOR FLAT CHARACTERISTIC S .Top of the line qualit y •100% Acryli c.Washable, fade resistant ,superior adhesio n.Alkali resistant on stucco an dmasonry up to pH1 3.Exterior flat ; may also be used asa solid color stai n.May be applied in temperature sdown to 35°F PHYSICAL PROPERTIE S SOLIDS :Solids by Weight 60%Solids by Volume _a 43 % FINISH :Sheen @ 85°<3 COLORS:White, medium, deep, accent, ne wneutral, new red, raw umber baseand stock colors . VISCOSITY :Package Viscosity 92-99 K U •VOC :Coating VOC 48 gms/LMaterial VOC 21 gms/L Weights & Measurements S5°% LEED :Complies with GS-11 / 4 .1 and 4 .2 PERFORMANCE PROPERTIE S COVERAGE :Surface Sq . ft./Gal*Smooth Block 150-200Rough Block 75-150Smooth Concrete 250-350Rough Concrete 150-250Hard Board 300-400Metal300-400Stucco200-350Smooth Wood 200-350Rough Wood 100-200 'Approximate coverage for eac hcoat DRYING TIME:To Touch :. 1h rTo Recoat 6 hrsCure7days NOTE : Drying times increas ewith temperatures below 50°F o rrelative humidity above 80%,especially in darker cokes . MIL THICKNESS :Wet 4 .7Dry2.0 FEDERAL SPECIFICATION :Meets Performance Specification sfor TT-P-19 and TT-P-5 5 PREPARATION &PRIMING BLOCK :Allow new block to properly cur ebefore application of primer an dfinish coats. Remove all loos emortar and patch all voids with th eappropriate patching or caulkin gmaterial. Clean the surface t oremove any dirt, dust, grease, oil ,wax, efflorescence, mildew, an dother contaminants . Prime with 262 Acrylic Block Filler . CONCRETE :Allow new concrete to dry beforeapplication of finish coat . Primin gnot required on concrete with a p Hof 13 or less . Patch all void swith the appropriate patching o rcaulking material . Power wash al ltilt-up and poured in place concret eto remove any bond-breakersor other construction residue .Clean the surface to remov eany dirt, dust, efflorescence ,grease, mildew, oil, wax, and othe rcontaminants. Prime with 266 Epotilt . HARD BOARD :Patch all voids with the appropriat epatching or caulking material .Clean the surface to remove an ydirt, dust, grease, oil, wax, mildew,and other contaminants . Prime with 168 Prime+Plus . METAL:Scrape, power tool dean and san dthe surface to remove any dirt ,dust, grease, oil, wax, rust, scale ,loose shop prime, and othe rcontaminants. Prime metal with two coats of 561Acrylic Metal Primer. Pretreat al lgalvanized or non-ferrous meta lsurfaces. STUCCO:Allow new stucco to properly cur ebefore application of finish coats .Patch all voids with the appropriat epatching or caulking material .Clean the surface to remov eany dirt, dust, grease, oil, wax ,efflorescence, mildew, and othercontaminants. Priming is notrequired, but for best results, prim ewith 266 Epotil t WOOD:Patch all voids with the appropriat epatching or caulking material .Clean the surface to remove anydirt, dust, grease, oil, wax, mildew ,and other contaminants. Prime with 168 Prime+Plus . Two(2) coats of 168 Prime+Plus may b enecessary on redwood, cedar, o rother exposed "Common o rconstruction grade lumber that areprone to tannin bleed . PREVIOUSLY PAINTED SURFACES:-Patch all voids with the appropriat epatching or caulking material .Power wash, scrape, sand an ddean the surface to remove an ychalk, dirt, dust, grease, oil, wax ,mildew, loose paint, and othe rcontaminants. Prime where necessary wit hthe appropriate primer for th esubstrate. Masonry and stucc osurfaces with excessive chalk, mus tbe primed with 266 Epotilt . APPLICATION METHODS :This product may be applied bybrush, roller, or airless sprayer.Apply coating evenly whil emaintaining a °wet edge' to preven tlapping. (continued ) 203 DURATEC II : 100% ACRYLIC EXTERIOR FLAT C5-37 Attachmen t 203 DURATEC II :100%ACRYLICEXTERIORFLAT (800)826-904 8APPLICATION:(626)396-1827 FAXDo not apply this product whe n surface or air temperature is below ORANGE COUNTY /INLAND EMPIRE THINNING:This product is designed to be used at package consistency . However, if due to specific job condition s thinning is desired, thin with water not to exceed 1/2 pint per gallon o f paint. CLEAN-UP : Clean tools, equipment, and work area with warm, soapy water. CAUTIONS .50°F, or when temperatures ar e expected to fall below 50°F within 24 hours . Do not expose to rain, dew, other moisture, o r extreme temperature changes for a minimum of 48 hours. Good painting practices dictate tha t alt.paint products be tested fo r adhesion, appearance, color, an d compatibility prior to application . Protect all adjacent surfaces fro m splash, spill, and over-spray durin g application. PERSONAL : This product may be irritating t o eyes and skin . Avoid contact wit h eyes and skin. In case of eye contact, flush with dean, war m water for at least fifteen minute s and call a physician immediately . Avoid breathing vapor or mist . Wash skin thoroughly after contact . DO NOT TAKE INTERNALLY . Keep out of reach of children an d unqualified personnel. Consult th e Material Safety Data Shee t for complete product safety information . STORAGE: Protect during storage fro m freezing and temperatures abov e 95°F. Store protected, in unopened containers, for up to two years . REGIONAL OFFICE S CORPORATE OFFICE / SAN DIEGO : 6625 Miramar Roa d San Diego, CA 9212 1 (858) 626-3600 (800) 477-9991 (858) 626-3651 FA X LOS ANGELES : (626) 396-114 2 Architectural / Sales Divisio n (714) 630-8040 Architectural / Sales Divisio n (714) 666-2342 FAX FRESNO / CENTRAL VALLEY: (559) 448-8088 .4559) 448-8090 FA X NORTHERN CALIFORNIA : (916) 852-8082 (916) 852-8386 FA X ARIZONA : (602) 275-544 4 (602) 244-2715 FA X NEVADA : (702) 895-980 0 (702) 895-7798 FAX WARRANTIE S Frazee warrants that its products will conform and perform in accordance with the produc t specification sheets . Frazee also warrants its products to be free from defects in material an d manufacturing . Frazee's liability to the buyer or an y third party for any losses or damages, shall not exceed beyon d replacement cost, excluding freigh t and handling of material, proven t o be defective : Frazee agrees to respond to claims of defectiv e material, upon receipt of writte n notification and verification o f product defects . My claim must b e made within five days of th e discovery of the defect. In no event shall the seller be liable fo r any consequential or incidenta l damages or loss of profits Frazee is not liable for variation i n environment, application, color, o r changes in procedure, which may cause unsatisfactory results . PHILOSOPHY Since 1896, integrity has bee n the cornerstone of our busines sphilosophy. Integrity, together with service and quality, are essential ingredients in every product Fraze e manufactures . 11/1 0 203 DURATEC II :100%ACRYLIC EXTERIOR FLAT C5-3 8 Ettachmen tFrazeePail Product description and specificatio n 628 ARO-PLATE Ii SG :INTERIOR/EXTERIOR FIRE RETARDANT, QUICK DRY SEMI-GLOSS ENAME L • CHARACTERISTICS NFPA Life Safety Code 101 , Section 6-5 .3 Interior Wall & Ceiling Finish, Class A Fire Retardant rating as tested by ASTM E-84. •Top of the line commercia l quality Quick drying interior/ exterio r synthetic semi-gloss enamel •Excellent chemical resistanc e and abrasion resistanc e •For metal or woo d PHYSICAL PROPERTIE S SOLIDS : Solids by Weight 68% Solids by Volume ....53% FINISH :Gloss @ 60°75-8 0 COLORS : Available in a wide range of industrial colors, white, medium , deep, accent, neutral and ra w umber bases . VISCOSITY : Package Viscosity 84-91 K U VOC: Coating VOC 347 gms/L Material VOC 327 gms/L Weights & Measurements ±5 % PERFORMANCE PROPERTIES COVERAGE : Surface Sq .ft./GA' Metal 300-40 0 Smooth Wood 30040 0 Approxanate coverage for each coat . DRYING TIME : To Touch 1-2 hours Dust Free 2-3 hours Tack Free 4 hours To Handle 8 hours Dry Hard 8 hours To Recoat (brush)Overnight To Recoat (spray)8hrs NOTE : Drying times increas e with temperatures below 50°F o r relative humidity above 80%, especially in darker colors. MIL THICKNESS : Wet 4 .0 Dry 2 .0 PREPARATION & PRIMIN G METAL: Scrape, power tool dean an d sand the surface to remove an y dirt, dust, grease, loose sho p prime, oil, rust, scale, and othe r contaminants . New metal should be chemically cleaned prior t o priming with a solvent meeting loca l VOC regulations . Prime with two coats of 561 Acryli c Metal Primer. Pretreat all galvanized or non-ferrous meta l surfaces . WOOD: Patch all voids with the appropriat e patching or caulking material . Clean the surface to remove an y dirt, dust, grease, mildew, oil, wax , and other contaminants . Prime with 367 Fraflo II (interior - alkyd)or 372 Exterior Woo d Undercoater (exterior-alkyd). PREVIOUSLY PAINTED SURFACES: Patch all voids with the appropriat e patching or caulking material . Wash, scrape, sand and clea n the surface to remove any chalk , dirt, dust, grease, loose paint , mildew, oil, wax, and othe r contaminants . Prime where necessary with the appropriate primer for the substrate. APPLICATIO N METHODS: This product may be applied b y brush, roller, or airless sprayer _ Apply coating evenly while maintaining a "wet edge" to preven t lapping. THINNING: This product is designed to be use d at package consistency . DO NOT THIN . CLEAN-UP : Clean tools, equipment, and work area with solvent meeting loca l VOC regulations . NOTICE : Alkyd-based paints will yellow. Some degree of yellowing i s inevitable with this product and the lighter the color, the mor e noticeable the yellowing will be .Yellowing will be more apparent i n dark or shaded areas, i .e., behind fumiture and in closets . CAUTIONS APPLICATION: Do not apply this product whe n surface is above 95°F . Good painting practices dictate tha t all paint products be tested for adhesion, appearance, color, an d compatibility prior to application .Protect all adjacent surfaces fro msplash, spill and over-spray during application. Check your community's local VOC regulations before applying . (continued ) •628 ARO-PLATE II SG :INTERIOR/EXTERIOR FIRE RETARDANT, QUICK DRY SEMI-GLOSS ENAME L C5-39 Attachmen t WARRANTIE S Frazee warrants that its products will conform and perform in accordance with the product specification sheets. Frazee also warrants its products to be free from defects in materia l and manufacturing . Frazee's liability to the buyer or an y third party for any fosses o r damages, shall not exceed beyon d replacement cost, excluding freigh t and handling of material, proven t o be defective . Frazee agrees t o respond to claims of defectiv e material, upon receipt of writte n notification and verification o f product defects . Any claim must b e made within five days of th e discovery of the defect . In no even t shall the seller be liable fo r any consequential or inddenta l damages or loss of profits. Frazee is not liable for variation i n environment, application, color, o r changes in procedure, which ma y cause unsatisfactory results . PHILOSOPHY Since 1896, integrity has bee n the cornerstone of our busines s philosophy. Integrity, together with service and quality, are essentia l ingredients in every product Fraze e manufactures . 1111 0 628 ARO-PLATE II SG :INTERIORIEXTERIOR FIRE RETARDANT, QUICK DRY SEMI-GLOSS ENAME L 626 ARC-PLATE II SG :INTERIOR/EXTERIOR FIRE RETARDANT, QUICK DRY SEMI-GLOSS ENAME L PERSONAL ; This product may be irritating to eyes and skin . Avoid contact wit h eyes and skin . In case of eye contact, flush with dean, war m water for at least fifteen minute s and call a physician immediately . Avoid breathing vapor or mist . Wash skin thoroughly after contact . DO NOT TAKE INTERNALLY . Keep out of reach of children an d unqualified personnel. Consult th e Material Safety Data Shee t for complete product safety information . STORAGE : Store protected, in unopene d containers, for up to two years . REGIONAL OFFICES : CORPORATE OFFICE /SAN DIEGO: 6625 Miramar Roa d San Diego, CA 9212 1 (858) 626-3600 (800) 477-9991 (858) 626-3651 FA X LOS ANGELES : (626) 396-1142 Architectural [Sales Divisio n (800) 826-9048 (626) 396-1827 FA X ORANGE COUNTY!INLAtDENPIRE: (714) 630-804 0 Architectural / Safes Divisio n (714) 666-2342 FA X FRESNO! CENTRAL VALLEY : (559) 448-808 8 (559) 448-8090 FAX NORTHERN CALIFORNIA : (916) 852-8082 (916) 852-8090 FAX ARIZONA : (602) 275-5444 (602) 244-2715 FAX NEVADA / LAS VEGAS: (702) 895-9800 (702) 895-7798 FA X NEVADA/RENO : 916) 852-8082 (916) 682-6905 FAX C5-40 attachmen tFrazee Pain t Product description and specificatio n 126 MIRRO GLIDE LOW SHEEN : INTERIOR I EXTERIOR ACRYLIC FINIS H • CHARACTERISTICS ▪Top of the line quality •Interior / exterior low sheen glos s enamel finish ▪100% acryli c ▪Tough, flexible, fade resistant finis h with superior adhesio n PHYSICAL PROPERTIE S SOLIDS : Solids by Weight 50 % Solids by Volume 36 % FINISH : Sheen @ 60*20-25 COLORS : White, medium, deep, accent, neutra l bases and stock colors . VISCOSITY: Package Viscosity 90-97 KU VOC : Coating VOC 47 gms/L Material VOC 18 gms/L Weights & Measurements ±5% LEED: Complies with GS-11 / 4 .1 and 4 .2 PERFORMANCE PROPERTIE S COVERAGE : Surface Sq . ft./Gal' Smooth Block 150-200 Rough Block 75-150 Smooth Concrete 250-35 0 Rough Concrete 150-25 0Drywall300-35 0 Hard Board 30040 0 Plaster 300-35 0 Metal 350-400 Stucco 200-35 0 Smooth Wood 200-350 *Approximate coverage for each coa l DRYING TIME : To Touch 2-4 hours To Recoat 8 hour s Cure 7 days NOTE: Drying times increase with temperatures below 50°F or relative humidity above 80%,especially in darker colors. MIL THICKNESS : Wet 5 .0 Dry 1 .8 PREPARATION & PRIMING BLOC K Allow new block to properly cure befor e application of primer and finish coats . Remove all loose mortar and patch al l voids with the appropriate patching or caulking material . Clean the surface t o remove any dirt, dust, efflorescence , grease, mildew, oil, wax, and othe r contaminants . Prime with 262 Acrylic Block Filler . CONCRETE : Allow new concrete to properly cur e before application of primer and finish mats. Patch all voids with the appropriate patching or caulkin g material . Power wash all tilt-up an d poured In place concrete to remove any bond-breakers or other constructio n residue . Clean the surface to remove any dirt, dust, efflorescence, grease , mildew, oil, wax, and other contaminants . Prime with 266 Epotilt (acrylic). DRYWALL I PLASTER : Allow new drywall / plaster finishes to properly cure before application o f primer and finish coats. Patch all void s with the appropriate patching or caulkin g material . Clean the surface to remov e any dirt, dust, grease, mildew, oil, wax , and other contaminants . Prime: For drywall prime with 061 Aqu a Seal (water-based) or 168 Prime+plu s (acrylic). For plaster prime with 16 8 Prime+Plus (acrylic) or 172 Grip-N-Sea l (acrylic). HARD BOARD : Patch all voids with the appropriate patching or caulking material . Clean the surface to remove any dirt, dust, grease , mildew, oil, wax, and othe r contaminants. Prime with 168 Prime Plus (acrylic) o r 172 Grip-N-Seal (acrylic). METAL : Scrape, power tool clean and sand th e surface to remove any dirt, dust, grease , loose shop prime, oil, rust, scale, an d other contaminants . Prime with two coats of 561 Acrylic Metal Prime . Pretreat all galvanized o r non-ferrous metal surfaces with a solvent meeting local VOC regulations. STUCCO: Allow new stucco to properly cure befor e application of finish coats . Patch all voids with the appropriate patching o r caulking material. Clean the surface to remove any dirt, dust, efflorescence , grease, mildew, oil, wax, and othe r contaminants . Prime with 266 Epotilt (acrylic). WOOD : Patch all voids with the appropriat e patching or caulking material. Clean th e surfaceto remove any dirt, dust, grease , mildew, oil, wax, and othe r contaminants . Prime with 168 Prime+Plus (acrylic). Use two coats of 168 Prime+Plus o n lumber subject to tannin bleed, such a s redwood and cedar. PREVIOUSLY PARRIDSURFACES : Patch all voids with the appropriat e patching or caulking material. Power wash, wash, scrape, sand and dean the surface to remove any chalk, dirt, dust, grease, loose paint, oil, wax, mildew , and other contaminants . Prime where necessary with th e appropriate primer for the substrate . Exterior masonry or stucco surfaces wit h excessive chalk must be primed wit h 266 Epotilt (acrylic). APPLICATION METHODS: This product may be applied by brush , roller, or airless sprayer. Apply coating evenly while maintaining a Wet edge' t o prevent lapping or side shee n discrepancies. THINNING : This product is designed to be use d at package consistency. However, if due to specific conditions thinning is desired , thin with water not to exceed 1/2 pint pe r gallon of paint. CLEAN-UP: Clean tools, equipment, and work area with soap and warm water . • (continued ) 126 MIRRO GLIDE LOW SHEEN : INTERIORJEXTERIOR ACRYLIC FINISH C5-41 Attachmen t 126 MIRRO GLIDE LOWSHEEN :INTERIOR ! EXTERIOR ACRYLIC FINISH CAUTIONS APPLICATION : Do not apply this product when surfac e or air temperature is below 50°F, or when temperatures are expected to fal l below 50°F within 24 hours. Do no t expose to rain, clew, other moisture o r extreme temperature changes for a minimum of 48 hours . Good painting practices dictate that al l paint products be tested for adhesion , appearance, color, and compatibility prior to application . Protect all adjacent surfaces from splash, spill and over- spray during application . PERSONA L This product may be irritating to eye s and skin. Avoid contact with eyes an d skin. In case of eye contact flush wit h clean, warm water for at least fiftee n minutes and call a physician immediately . Avoid breathing vapor o r mist. Wash skin thoroughly afte r contact. DO NOT TAKE INTERNALLY . Keep out of reach of children an d unqualified personnel . Consult th e Material Safety Data Sheet for complet e product safety information . STORAGE : Protect during storage from freezing an d temperatures above 95° F . Store protected, in unopened containers, fo r up to two years . REGIONAL OFFICES CORPORATE OFFICE /SAN DIEGO : 6625 Miramar Road San Diego, CA 9212 1 (858) 626-3600 (800) 477-9991 (858) 626-3651 FA X LOS ANGELES : (626) 396-1142 Architectural / Sales Divisio n (800)826-9048 (626) 396-1827 FA X ORANGE COUNTY / INLAND EMPIRE: (714) 630-804 0 Architectural / Sales Divisio n (714) 666-2342 FA X FRESNO / CENTRAL VALLEY : (559) 448-8088 (559)448-8090 FAX NORTHERN CALIFORNIA: (916)852-8082 (916) 852-8386 FA X ARIZONA : (602)275-5444 (602)244-2715 FAX NEVADA I LAS VEGAS : (702) 895-980 0 (702) 895-7796 FA X NEVADA/RENO : (916) 852-8082 (916) 852-8386 FAX WARRANTIE S Frazee warrants that its products wil l conform and perform in accordance wit h the product specification sheets . Frazee also warrants its products to be fre e from defects in material and manufacturing . Frazee's liability to the buyer or any thir d party for any losses or damages, shal l not exceed beyond replacement cost , excluding freight and handling o f material, proven to be defective . Frazee agrees to respond to claims of defective material, upon receipt of writte n notification and verification of produc t defects .My claim must be made withi n five days of the discovery of the defect . In no event shall the seller be liable fo r any consequential or incidenta l damages or loss of profits . Frazee is not liable for variation i n environment, application, color, o r changes in procedure, which may caus e unsatisfactory results . PHILOSOPHY Since 1896, integrity has been the cornerstone of our business philosophy . Integrity, together with service an d quality, are essential ingredients in every product Frazee manufactures . 10108 I26'MIRRO GLIDE LOW SHEEN : INTERIOR ! EXTERIOR ACRYLIC FINISH C5-42 Attachmen t •E-5 9 Universal Metal Primer PRODUCT DATA SHEET Industrial Coatings Cur kYhnoiogy. Y:urt_sulm. 1 . PRODUCT DESCRIPTIO N PRODUCT E49 Universal Metal Primer is a one component epoxy esterprimer that is fast drying and economical . This rust inhibitiveformulation will accept a wide variety of finish coats includin gepoxy, urethane, acrylic, alkyd, vinyl and rubber . This product islead and chromate free . Universal Metal Primer is a highperformance coating specifically designed for application directly t oferrous and non-ferrous metal substrates . May be used as a wel dthrough primer over properly prepared steel . It provides corrosionresistance for both interior and exterior steel surfaces . No trecommended for use in immersion service . See application below . CHARACTERISTICS •Fast dry anti a .nwive primer for all topcoat s- •Excellent adhesion and surface tolerance•Excellent Collusion protectio n•Applies easily with all standard application method s •MAIN USE S •General metal finishing and fabrication•Metal doors and frame s•Structural members and metal components•For all Industrial environment s RECOMMENDED SYSTEMS Ferrous Metal 1 'Coat E-5 9 2 Coat : Non Ferrous Metal P Coat Not Applicable 2"Coat Concrete e Coat NotApplicable 2°r Coat COLOR While, Black, Red and Gra y FINISH Flat - 0-5 units @ 85 degree s INDUCTION TIM(_E Not Applicable: E-59 Universal Metal Primers are a singl ecomponent product. 2. PRODUCT DATA SOLIDS BY VOLUM E 56.0±1 .0% TEST DATA Salt SprayResistance Salt Fog Resistance (ASTM 8117 )(1 .8 mils 1159-3199, 2.5 Mils 2221-1 )1000 HoursFace Corrosion-Non eFace Blistering-Non e Humidity (ASTM D4585 ) 1159-3199,2221 .1(1000 Hours )Face Corrosion-Non e Face Blistering-Non e Steam Resistant YES Dry HeatResistance 250•F Wet Hea t Resistance 150°F Product Qualifications : E-59 Meets Performance requirements of TT-P-66 4 1/13L Less than 242 grams per liter VOC / VOS (2.02 Ms/gal .) excludin gwater & exempt solvents . www.thecomexgroup.com Page 1 of 4 Marcia 9, 201 1 • 55775»DTCParkway, Suite 10 0 Greenwood Village, CO 8011 1 303-371-5600 C5-4 3 Attachmen t hrdusbialcoaUrg s COMPOSITIO N Epoxy Este r TYPE OF CURIN G Solvent evaporation and addatlon of film when exposed to air . MIXING RATIO VOLUMk, Not Applicable-E-59 Universal Metal Primers are single componen t coatings. RECOMMENDED NUMBER OF COATS 2 coats Note : depending upon color and substrate, apply 2 coats to ensur ecomplete coverage . THEORETICAL COVERAG E 2 449 11 .02 3 299 7 .35 3. PRODUCT LIMITATION S CHEMICAL RESISTANCE GUIDE fASTM D 13081 Fresh Water See finish coat data sheet for informatio n Salt Water See finish coat data sheet for informatio n Acids See finish coat data sheet for information Alkalis See finish coat data sheet for informatio n Solvents See finish coat data sheet for informatio n Fuel See finish coat data sheet for informatio n Acidic Salt Solution See finish coat data sheet for information Alkaline Salt Solution See finish coat data sheet for information Neutral Salt Solution See finish coat data sheet for information TEMPERATURE RESISTANC E Continuous (Maximum) 150°F Intermitten t (Maximum) 250°F 4.PACKAGING UNITS 1 gallon pack weigh t 54tbs. 5 gallon pack weigh t 6e lbs. 5.APPLICATIO N SURFACE PREPARATIO N The performance of this product is directly dependent upon th e degree of surface preparation employed . All dirt, oils and accumulated salts must be removed prior to employing specifi c surface preparation methods . SSPC-SPI Solvent Clearing wil l best accomplish this task . META L Ferrous All rust and mill scale should be removed prior to application of thi s product . This is best accomplished by abrasive blasting .A minimum of SSPC-SP6 Commercial Blast is recommended fo r severe environmental exposures . Small areas may be cleaned in accordance with SSPC-SP2 Hand Tool Cleaning or SSPC-SP 3 Power Tool Cleaning or SSPCSPI1 Power Tool Cleaning to Bar e Metal. Minimum recommended surface preparation for use as a weld through primer is SSPCSPII . Previously Painted Ferrous Meta l Wash and rinse any areas that may have oil or grease residue . Dull glossy surfaces by lightly sanding .Remove sanding dust Remove loose paint All areas that are rusting, blistering, crackin g or peeling must be cleaned to bare metal . If more than 25% of the surface is involved, sandblast the entire surface to a commercia l blast and prime. If less than 25% of the surface is involved, clea n soiled areas and spot prime . Not recommended for concrete . www.thecomexgroup .com Page 2 of 4 ,Mareh 9; 201 1 C5-44 Attachmen t •PRODUCT PREPARATIO N Mix the product thoroughly before application . The use of a dril lmixer at low speed will best accomplish this . APPLICATION . Spray application only . Airless Spray: Tip range between 13 and 17 thousandths . Totalfluid output pressure at Up should not be less than 2200 psi. Air Spray (Pressure Pot): DeVilbis MBC or JGA gun, with 704 o r 765 air cap and Fluid Tip E .If necessary, small areas can be brushed or rolled using a 3/8 " Iambs wool or 114" - 1/2" synthetic roller cover. Roll in on e direction,'rewet, then cross rol l NOTE: Do not allow material to remain in hoses, gun or spra yequipment Thoroughly flush all equipment with recommende d thinner. No reduction is necessary. Do not apply if material . substrate or ambient temperature is below 45°F (7°C). Relative humidity should be below 90%. Do not apply if within 5° of de wpoint or if rain is expected within 12 hours of application . pRY TIME tASTM D 1640 1 To Touch 1 0 MINUTES 30 MINUTES 1 HOUR N/R To Handle 1HOUR 2HOURS 4HOURS NIR Recoat (min) 1 HOUR 2 HOURS 4 HOURS Recoat(max)WA WA WA N/A Cure (days)4 DAYS 5 DAYS 8 DAYS WR THINNER&CLEANING SOLVEN T Clean tools with AcetoneDo not thin this product if doing so will exceed local VO Cregulations. Thin with Acetone. 6 . PRODUCT HANDLIN G POT LIF E Not applicabl e SHELF LIFE 12- Months }1ANDLINO AND STORAG E FOR INDUSTRIAL USE ONL YKEEP OUT OF REACH OF CHILDRE NDANGER – Rags, steel wool or waste soaked with the product ma yspontaneously catch lire if improperly discarded . Immediately after use ,place rags, steel wool or waste in a seated water-filled metal container .Keep away from heat and flam e;Use only with adequate ventilation .Vapors are heavier than air and may travel along ground or may be movedby ventilation and !gated by plat lights, or other flames, sparks, heaters, o rstatic discharge. SAFETY WARNINGI If you scrape, sand, or remove old paint you may release lea ddust LEAD IS TOXIC . EXPOSURE TO LEAD DUST CAN CAUS ESERIOUS ILLNESS, SUCH AS BRAIN DAMAGE, ESPECIALLY I NCHILDREN. PREGNANT WOMEN SHOULD ALSO AVOID EXPOSURE .Wear a NIOSH approved respirator to control lead exposure . Clean upcarefully with a HEPA vacuum and a wet mop . Before you start, find cut ho wto protect yourself and your family by contacting the National Lea dInformation Hotline at 1$00-424-LEAD or log onto wow eoe aov/lead . DANGE REXTREMELY FLAMMABLE LIQUID AND VAPOR . VAPORS MAY CAUSE FLASH FIRE . CAUSES EYE IRRITATION .Contains Xylene, Acetone and Ethylbenzene . Vapor harmfil..May affect the brain or nervous system causing dizziness ,headache and nausea. Causes eye, skin, nose and throat beanie .May be harmful if absorbed through skin . Harmful if swallowed . Vapors may ignite explosively . Keep away from heat spats and flame. Vapors can cause flash fire . Do not smoke. Extinguish all flames and plot lights, and turn off stoves, heaters, electric motor s and other sources of ignition during use and until all vapors ar e gone.' Prevent buffd-up of vapors by opening all windows an d doors to achieve cross-veltfation . Use only with adequate ventilation. Do not breathe dust, vapor sor spray mist. Ensure fresh air entry during application and drying .If you experience eye watering, headache or dizziness or if ai rmonitoring demonstrates vapor/mist levels are above applicabl e limits, wear an appropriate, properly fitted respirator (NIOS Happroved) during and after application . Follow respiratormanufacturers directions for respirator use . Do not get In eyes, onskin or clothing . First Aid: in case of eye contact, flush immediately with plenty o f water for at least 15 minutes and get medial attention Immediately,for skin, wash thoroughly with soap and water . If you experiencedifficulty in breathing, leave the area to obtain fresh air . Ifcontinued difficulty is experienced, get medical attentio nimmediately. If swallowed, do not induce vomiting . Get medical attention immediately.If spilled, contain spilled material and remove with inert absorbent .Dispose of contaminated absorbent, container and unusedcontents in accordance with local, state and federal regulations . WARNING : This product contains chemicals known to the state o fCalifornia to cause cancer, birth defects or other reproductiv eharm. Obtain and read the MSDS prior to using this product .KEEP OUT OF REACH OF CHILDREN 7.IMPORTANT DISCLAIMER . All technical information, advice, recommendations and services i n • this data sheet are given based on laboratory testing and practica lexperience and rendered bona fide. This information is based o ntechnicalinformationwhichComexgroupbelievestobereliable, . Page 3 of 4 March 9 201 T C5-4 5 CWUeKGI www .Otecomexgrroup .com and Is intended for professional use by persons having skills an d knowledge to do so at their own discretion and risk . Comex Group is not responsible for any misuse of the product . The user will take full responsibility for any risks associated with the suitability of th e product for their own specific use . Users are advised to test the product beforehand to verify the product's performance and suitability. The technical information contained herein is subject to change from time to time without prior notice . WARRANTY Comex Group, and It's distributors warrant that this produc t conforms to the technical characteristics mentioned herein, only i f it applied according to the technical literature and the use , application, systems, substrates, etc ., described herein . However, as the product is often used under condition beyond the Comex Group control, we can not guarantee anything but the quality of th e product itself, which we warrant to be free from defects in materia l and workmanship. This warranty applies to the fulfillment of th e physical characteristics and performance described for this produc t which is manufactured in compliance with all the applicable regulations in the country of origin . The extent of this warranty b y Comex Group consists on in refunding the purchases price of th e nonconforming product and does not cover any additional , incidental, or consequential damage . Any claim under this warranty must be made in writing by the purchaser to distributors acting on behalf of Comex Group within five (5) days of the purchaser s discovery of the claimed defect and within one year of the date of purchase. No other warranties, whether expressed, implied or statutory, suc h warranties of merchantability or fitness for a particular purpos e shall apply . Contact your Comex industrial representative for projec t specification recommendations . COMEX GROU P U.S.A 1-800-383-8406 CANADA 1-888-3014454 C Bart w www.thecomexgroup.com Page4of4 March 9,201 4 C5-46 • Attachmen t • BID SUBMITTAL FORM S Please Note : All Proposal forms MUST be COMPLETED an d submitted with your bid . (Please staple forms together .) Failure to submit these forms will b e cause to reject the bid as nonresponsive . C5-47 Attachmen t PROPOSAL FORM TO THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNI A THE UNDERSIGNED, hereby agrees that he has carefully examined the location of th e proposed work, that he has carefully examined the plans and specifications, and that h e has carefully examined and read the accompanying instructions to bidders, and hereb y proposes to furnish all of the materials and do all the work required to complete : Marsh Street Parking Garage Paintin g Specification No . 9117 3 in satisfactory working condition, in accordance with said plans, specifications, and th e special provisions, for the prices set forth below : • Unit o f Measure Estimated Quantity Item Price Tota l (in figures)(in figures)Ite m No .Ite m Base Bid Marsh Street Parking Garag e Painting Additive Alternat e Al .Elevator & Stairwell LS 1 BID TOTAL (Base Bid +Additive Alternate):$ Proposal Form - a - 1 Company :Ca-48 1 .LS 1 • • Attachmen t LISTOF SUBCONTRACTOR S Pursuant to Section 4100 of the Public Contracts Code, the Bidder is required to furnish th e 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 shall no t total more than fifty percent (50%) of the submitted bid except as allowed in Section 8-1 .0 1 "SUBCONTRACTING" of the State Standard Specifications . Contractor's attention is directed t o the provisions of Section 8-1 .01 and Section 2-1 .054 "Required Listing of Propose d Subcontractors" of the Standard Specifications . For Streets & Highways projects, subcontractors performing less than ten thousand dollar s ($10,000) worth of work need not be mentioned . NOTE : If there are no subcontractors, write "NONE" and submit with bid . Name Under Which Address and Phone Specific % of Subcontractor is Number of Office,Description of Tota l Licensed License Number Mill or Shop Subcontract Base Bid Attach additional sheets as needed .• (Rev 9-07) Proposal Form - b C5-4 9 Company Name : Attachmen t PUBLIC CONTRACT CODE SECTION 10285 .1 STATEMEN T In accordance with Public Contract Code Section 10285 .1 (Chapter 376, Stats . 1985), th e bidder hereby declares under penalty of perjury under the laws of the State of Californi a that the bidder, or any subcontractor to be engaged by the bidder,has , has no t been convicted within the preceding three years of any offenses referred to in tha t section, including any charge of fraud, bribery, collusion, conspiracy, or any other act i n violation of any state or federal antitrust law in connection with the bidding upon, awar d of, or performance of, any public works contract, as defined in Public Contract Cod e 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 Stat e University . The term "bidder" is understood to include any partner, member, officer , director, responsible managing officer, or responsible managing employee thereof, a s referred to in Section 10285 .1 . NOTE :The bidder must place a check mark after "has" or "has not" in one of the blan k spaces provided . The above Statement is part of the Proposal . Signing this Proposal on the signatur e portion thereof shall also constitute signature of this Statement . Bidders are cautioned that making a false certification may subject the certifier to crimina l prosecution . Company Name : Proposal Form - c C5-50 • • • • • Attachmen t PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIR E In accordance with Public Contract Code Section 10162, the Bidder shall complete, unde r 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 prevente d 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, explain the circumstances in the following space : PUBLIC CONTRACT CODE SECTION 10232 STATEMEN T In accordance with Public Contract Code Section 10232, the Contractor hereby state s under penalty of perjury, that no more than one final unappealable finding of contempt o f court by a federal court has been issued against the Contractor within the immediatel y preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labo r Relations Board . NOTE :The above Statement and Questionnaire are part of the Proposal . Signing thi s Proposal on the signature portion thereof shall also constitute signature of this Statemen t and Questionnaire . Bidders are cautioned that making a false certification may subject the certifier to crimina l prosecution . Company Name : Proposal Form - d C5-51 Attachmen t NONCOLLUSION DECLARATIO N TO BE SUBMITTED WITH BID ,declare tha t lam of the party making the foregoing bid that the bid is not made in the interest of, or on behal f of, any undisclosed person, partnership, company, association, organization, o r 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, an d has not directly or indirectly colluded, conspired, connived, or agreed with any bidder o r anyone else to put in a sham bid, or that anyone shall refrain from bidding ; that the bidde r has not in any manner, directly or indirectly, sought by agreement, communication, o r conference with anyone to fix the bid price of the bidder or any other bidder, or to fix an y overhead, profit, or cost element of the bid price, or of that of any other bidder, or t o secure any advantage against the public body awarding the contract of anyone intereste d 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 an y breakdown thereof, or the contents thereof, or divulged information or data relativ e thereto, or paid, and will not pay, any fee to any corporation, partnership, compan y association, organization, bid depository, or to any member or agent thereof to effectuat e a collusive or sham bid . Executed on , 20 , in I declare under penalty of perjury under the laws of the State of California that th e foregoing is true and correct . (Signature and Title of Declarant ) (SEAL) Subscribed and sworn to before me this day of , 20 Notary Publi c Company Name : • • • Proposal Form - e C5-52 Attachmen t By signing below, the bidder acknowledges and confirms that this proposal is based on th e •information contained in all contract documents, including the notice to bidders, plans , specifications, special provisions, and addendum number(s).(Note : I t is the Contractor's responsibility 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, wit h necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), afte r having received a mailed notice that the contract is ready for signature, the proceeds of the chec k or bond accompanying his bid shall 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 informatio n"shall be considered non-responsive and shall be rejected" by the City . SIGNATURE OF BIDDER (Print Name and Title of Bidder ) Business Name (DBA): Owner/Legal Name : Indicate One :q Sole-proprietor q Partnership q Corporation • List Partners/Corporate Officers : Name Title Name Title Name Titl e Business Address :Street Addres s Mailing Address City, State, Zip Cod e Phone No Fax No . Dated ,20_ • E-mail address Of available ) Proposal Form - f C5-53 Attachmen t Contractor References Failure to furnish complete reference information, as specified in this project's Notice to Bidders, shall b e cause to reject the bid . Customer Name & Contact Individua l Telephone & Fax Numbe r Street Address, City, State, Zip Cod e Date project completed?Describe the services provided and how this project is similar t o that which is being bid : Is this similar to the project being bid ? Yes ■No q Was this contract for a public agency ? Yes ■No ■ Customer Name & Contact Individua l Telephone & Fax Numbe r Street Address, City, State, Zip Cod e Date project completed?Describe the services provided and how this project is similar t o that which is being bid : Is this similar to the project being bid ? Yes ■No ■ Was this contract for a public agency ? Yes ■No q Customer Name & Contact Individua l Telephone & Fax Numbe r Street Address, City, State, Zip Cod e Date project completed?Describe the services provided and how this project i :> similar t o that which is being bid : Is this similar to the project being bid ? Yes ■No ■ Was this contract for a public agency ? Yes q No ■ • • • Proposal Form - g C5-54 Attachmen t INSURANCE REQUIREMENTS C5-55 Attachmen t INSURANCE REQUIREMENTS : CONTRACTOR S The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries t o persons or damages to property which may arise from or in connection with the performance of the work hereunde r by the Contractor, its agents, representatives, employees, or subcontractor . Minimum Scope of Insurance . Coverage shall be at least as broad as : 1.Insurance Services Office Commercial General Liability coverage (occurrence form CG20 10Prior to1993 or CG 2 0 10 0704 with CG20 3710 01 or the exact equivalent as determined by the City). 2.Insurance Services Office form number CA 0001 (Ed .1/87)covering Automobile Liability, code 1 ~ any auto). 3.Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance . Minimum Limits of Insurance . Contractor shall maintain limits no less than : 1.General Liability : $1,000,000 per occurrence for bodily injury, personal injury and property damage . If Commercia l General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall appl y separately to this project/location or the general aggregate limit shall be twice the required occurrence limit . 2.Automobile Liability : $1,000,000 per accident for bodily injury and property damage . 3.Employer's Liability : $1,000,000 per accident for bodily injury or disease . Deductibles and Self-Insured Retentions . Any deductibles or self-insured retentions must be declared to and approved by the City . At the option of the City , either : the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, it s officers, officials, employees and volunteers ; or the Contractor shall procure a bond guaranteeing payment of losse s and related investigations, claim administration and defense expenses. Other Insurance Provisions . The general liability and automobile liability policies are to contain, or be endorsed to contain, the knowin g provisions : 1.The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects : liability arising out of activities performed by or on behalf of the Contractor ; products and completed operations of th e Contractor ; premises owned, occupied or used by the Contractor ; or automobiles owned, leased, hied or borrowe d by the Contractor . The coverage shall contain no special limitations on the scope of protection afforded to the City , its officers, officials, employees, agents or volunteers . 2.For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respect s the City, its officers, officials, employees, agents and volunteers . Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insure nce and shal l not contribute with it. 3.Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall no t affect coverage provided to the City, its officers, officials, employees, agents or volunteers . 4.The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought , except with respect to the limits of the insurers liability . 5.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be s ispended , voided, canceled by either party, reduced in coverage or in limits except after thirty (30)days prior wi itten notice b y certified mail, return receipt requested, has been given to the City . 6.Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any cas e where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of section 2782 of th e Civil Code . Acceptability of Insurers . Insurance is to be placed with insurers with a current A .M . Best's rating of no less than A :VII . Verification of Coverage . Contractor shall furnish the City with a certificate of insurance showing required insurance coverage . Origina l endorsements effecting general liability and automobile liability coverage required by this clause must also b e provided . The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf . All endorsements are to be received and approved by the City before work commences . Subcontractors . Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates an d endorsements for each subcontractor . All coverages for subcontractors shall be subject to all of the requirement s stated herein . C5-56 • • • • Attachmen t SAMPLE FORM S S S C5-57 Attachmen t CITY OF SAN LUIS OBISP O CALIFORNIA FORM OF AGREEMEN T THIS AGREEMENT,made on this day of , 20_, by and between the City o f San Luis Obispo, a municipal corporation and charter city, San Luis Obispo County, Californi a (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 b e performed, shall provide and furnish all of the labor, materials, necessary tools, expendabl e equipment, and all utility and transportation services required to complete all the work o f construction of NAME OF PROJECT, SPEC NO in strict accordance 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 sai d work performed and completed under the direction and supervision and subject to the approva l of the Owner or its authorized representatives . ARTICLE II,CONTRACT PRICE :The Owner shall pay the Contractor as full consideration for th e faithful performance of this Contract, subject to any additions or deductions as provided in th e Contract Documents, the contract prices as follows : BID TOTAL : $:`A O Payments are to be made to the Contractor in accordance with and subject to the provision s 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 whic h 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 it s decision shall be final, and conclusive . ARTICLE Ill,COMPONENT PARTS OF THIS CONTRACT :The Contract consists of th e following documents, all of which are as fully a part thereof as if herein set out in full, and if no t Unit o f Measure Estimate d Quantity Item Price (in figures) Total (in figures)Ite m No . Item • • • C5-58 • • • Attachment attached, as if hereto attached : 1.Notice to Bidders and information for bidders . 2.Standard Specifications, Engineering Standards, Special Provisions, and any Addenda . 2 . Accepted Proposal . 4.Public Contract code Section 10285 .1 Statement and 10162 Questionnaire . 5.Noncollusion Declaration . 6.Plans . 7.List of Subcontractors . 8.Agreement and Bonds . 9.Insurance Requirements and Forms . ARTICLE IV . It is further expressly agreed by and between the parties hereto that should there b e any conflict between the terms of this instrument and the bid or proposal of said Contractor, the n this instrument shall control and nothing herein shall be considered as an acceptance of the sai d terms of said proposal conflicting herewith . IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this yea r and date first above written . CITY OF SAN LUIS OBISPO , A Municipal Corporatio n Katie Lichtig, City Manage r APPROVED AS TO FORM :CONTRACTO R Christine Dietric k City Attorne y (Rev. 12-28-09) C5-59 Attachment BIDDER'SBOND TO ACCOMPANY PROPOSA L Know all men by these presents : That we , AS PRINCIPAL, an d , AS SURETY, are held an d 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 an d truly to be made, we bind ourselves, our heirs, executors and administrators, successors o r assigns, jointly and severally, firmly by these presents : THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain proposal of the abov e 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 abov e bounden his heirs , executors, administrators, successors, and assigns shall duly enter into and execute a contract fo r such construction and shall execute and deliver the two bonds described within ten (10) days (no t 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 obligatio n 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 2 0 (Rev . 9-8-93) C5-60 • • • Attachmen t BLAN K • • C5-61 Attachmen t PRE-CONSTRUCTION MEETING CHECKLIST FOR CONTRACTOR S Below is a list of standard items that the Contractor shall submit to the City at Pre - Construction meeting . Other items may be required per the Special Provisions . Ite m q Emergency Contact Lis t q Authorized Representative at the site of wor k q Authorized Representative who can sign Change Order and Extra Work Ticket s q Equipment Rental Rate s q Employee Trade and Group Classificatio n q Work Progress Schedul e q Traffic Control Applicatio n q Traffic Control Pla n q Water Pollution Control Pla n q Door hanger for notification of adjacent properties • • • C5-62 TEMPORARY TRAFFIC Attachmen tallIrgacityofCONTROL APPLICATIO NamensinLuis osispo Transportatio n and Development Review Division • 919 Palm Street •San Luis Obispo , 93401 •(805) 781-701 5 General Info: Project Location : Description of Work : Agency / Company : Contact Person :Phone : Check One q Capital Improvement Project Inspector/Spec . No. q Permit Project Inspector q Special Event Street Closure Event Supervisor Schedule : Requested Schedule (Dates 6-Hours):Dates Hours :(From)(To) Number of Days Required to complete work (list for each location): Night Work Requests (7pm - 7am) must receive night work permit from Community Development Department . Night work application : Submitted (Date) Approved (Date)(Permit No .) Traffic Control : All temporary traffic control shall be per the most current version of the California Manual on Uniform Traffic Control Devices (MUTCD), City of San Luis Obispo Engineering Standards & Specifications (Engr. Std . 7310), and CalTrans Standard Plans & Specifications . q WORK ZONE/EVENT CLOSURE AREA : STREET : FROM:(Dist . Ft.)(Direction N,S,E,W) Of (Street) (Dist. Ft.)_(Direction N,S,E,W) Of Work Zone Description Work effects City Transit Stop or Route Yes q No q If yes, contractor must receive approval from Transit Division 7 days prior to work, contact SLO Transit at 781-712 1 Transit Division approved work : Y No (Date) Transit Contact (City Staff Name ) Work requires closure of parking lane or parking meters Yes q No q If yes, contractor must receive approval from Parking Division 7 days prior to work, contact City Parking Division at 781-7230 . Parking work approved work Yes o (Date) Parking Contact (City Staff Name) (Street) q SLO City Engineering Standard 7310 applies .,~a _'rntr r d..•N•nel eon .r zone Lin q Fig. A q Fig. B q Fig. C q Fig. D q Fig. E q Fig. F q Fig. G q Fig.H q Fig.I q Fig.]q Fig.K q Pig.L q Fig .M q Fig.N q Fig .O q Fig .P q Custom Traffic Control Plan (TCP) Attached. Traffic Control Plan Requirements for each phase of work : q Accurate Depiction of Street (St . Names, Striping, Traffic Signals, Stop Signs, et c q Depiction of work zone area (Approx . Dimension) q Depiction of temporary delineation (Taper Lengths Dimensioned ) q Depiction of Temporary Signin g Traffic control plans should be submitted to the City Inspector assigned to your job ; if the work is by permit then the plan should be submitted along with th e encroachment permit . Please refer to the links below for typical applications, sign codes, use of flashing arrow panels, and taper lengths . CA MUTCD :httn://www.dot.ca .00v/hp/traffops/sinntech/mutcdsupn/ca mutcd .htm SLO City Std .Plans : q Approved q With Comments q See Additional Comments on TCP q Denied (By:_Date(s))Resubmittak shall include original application and traffic control plan with City comment s • ALL FIELDS MUST BE COMPLETED FOR APPROVA L OFFICE USE ONLY Rec . By : App .By: Date : Date : C5-63 City ofSan Luis Obispo Public Works Department Stormwater -s f&Ci919Palm Street, San Luis Obispo, CA 93401 Pubic Works Inspections -(805)781-7554 WPCP/SWPPP PLAN FOR RIGHT OF WAY ENCROACHMENT PROJECT S GENERAL INFORMATION :_ Project Location :• Description of Work : Proxirni to Storm Drain Creeks & Known Under • ound S • rin • s or See • s :Indicate the loco on of any and all storm drain inlets and creeks that are nithin 150' of the project site . Applicant: Contact Person :Phone : Permit Authority (Check One, if applicable) q Capital Improvement Project (Submit at PRECON) CIP No: q Public Works Encroachment : PW Permit No : q Building Projects Building Permit No : Stormwater Plan (Check One, if applicable) q SWPPP :Adhere to specifications on approved building / CIP plans (Sign form and submit to Public Works). q Tract / Minor Subdivisions : Adhere to the detailed specifications on approved building plans . q WPCP —When appropriate use this simplified WPCP by checking each applicable BMP below . BEST MANAGEMENT PRACTICES OR "BMP'S"are procedures that help prevent pollutants from enterin g our storm drains/creeks/etc . Check ALL ANTICIPATED BMP'S that will be incorporated into the project t o ensure the protection of all waterways and stormwater conveyance systems (gutters, streets, storm drain inlets, stor m drains, catch basins, creeks, culverts and seasonal streams). BMP descriptions / requirements are available on-line at : ht~: www.sloci .a • ,ublicworks to te 6-construction. q Concrete Work q Temporary Construction Entrance Over Cur b q Creek Protection Control Measures q Temporary Material Storage • q Equipment Maintenance/Repair q Tool Washout Locations q Equipment Storage ® Waste Management Pla n IN Good Housekeeping Practices q Hazardous Wast e q Saw Cutting q Portable Toilet s IN Scheduling El Recycled Wast e © Spill Kit ® Solid Wast e q Storm Drain Inlet Protectio n N Street Sweeping (Daily all gutters, streets ) •Weekly: The permittee must inspect, clean, maintain and repair as necessary all BMP's for the duration of th e project . •Inspections : Inspections occur weekly, before and after each rain event . Additional inspections may be required , such as, during a rain event . •Cleanings: The site should be maintained daily following good housekeeping principles . In addition, the site mus t be kept dean of loose solid waste materials at all times . •Maintenance : BMP's shall be maintained daily . •Repairs as Necessary : During inspections, cleaning or maintenance activities any dilapidated, torn or broke n BMP's shall be repaired immediately . •Documentation : Permittee is required to document their efforts and stormwater pollution prevention activities . Your best demonstration of compliance is documentation . OFFICIAL USE ONL Y q Approved q Revise & Resubmit .WPCP/SWPPP PLAN FOR RIGHT OF WAY ENCROACHMENT PROJECT S This plan is only to be used for minor projects based upon approval of City staff . The following sections of the City o San Luis Obispo Municipal Code, Standard Specifications and Storm Water Management Regulations shall be reviewed b y WPCP Plan for Minor Public Works Encroachment Projects 2010 (Rev .7/3/10)C5-64 OFFICE USE ONLY Rec . By : Date : App. Be : Date : • provisions of this permit and all attachments and documents referenced herein . Stormtvater-t?:fiCity of San Luis Obispo Public Works Department Pubic Works Inspections -(805)781-7554919 Palm Street, San Luis Obispo, CA 9340 1 the permittee, and the permittee shall submit and receive approval of a WPCP prior to the issuance of their Encroachmen t Permit. The plan shall include BMP 's which shall be on site at all times, implemented as needed, and verified for compliance. The permittee is required to maintain a log of all routine inspections, cleanings, maintenance and records of al l repairs made to all BMP's on site at all times for routine review by any representative of the City or any law enforcemen t officer upon request. Failure to adhere to the WPCP, State and Federal Regulations may result in a Notice of Violatio n and/or an Administrative Citation and/or a Stop Work Order issued until the site is in conformance with the requirement s of this plan. APPLICABLE SPECIFICATIONS : San Luis Obispo Municipal Code . • Section 1010B, Uniform Design Criteria — Drainag e ▪8 .04 Solid Waste Disposal and Erosion Contro l •Tide 12 Streets, Sidewalks and Public Places • 19-1 .07 Sawcuttin g •12 .08 Urban Storm Water Quality Management and • 20 .3 Erosion Control Discharge Control •13 .08 .130 Stormwater & unpolluted drainage Storm Water Regulations . •15 .04.010 All disturbed surfaces • Federal Water Pollution Control Act (CWA) City Specifications . California Construction Stormwater Permi t •Section 3-1 .03A, Encroachment Permit Californ a Porter Cologne Act of 200 2 •4-1 .07 Work Site Maintenance • City of San Luis Obispo Stormwater Managemen t •6-1 .03 Storage of Materials Pla n •Section 7-1 .01G Water Pollution I have read, understood and agree to follow the requirements as set forth in the Project WPCP, the City of San Lui s Obispo's Stormwater Management Plan, the State of California's General Construction Permit and the Federal Clean Wate r Act. In addition, I understand and agree to the following : (1) additional BMP's, both temporary and permanent may b e required during the course of the project at the discretion of the City in order to ensure the protection of local water quality , (2) it is permittee's obligation to take additional corrective actions when required to protect local water quality, (3) failure t o comply with all the requirements could cause the permit to be revoked and/or cause permittee to lose the privilege to wor k within the City right-of-way for 2 years, and (4) the doing of any work under this permit shall constitute an acceptance of the Applicant : Permit No .: Signature : Date : WEBSITE REFERENCES : California State Water Resources Control Boar d http: / /www.swrcb.ca .gov/water_issues /programs/stormwater/training . shtm l General Construction & LTJP Permit : http :/ /www .waterboards.ca.gov/water_issues/programs/stormwater/gen_const.shtml#const_permi t California Stormwater Quality Association http ://www.casga .org / Caltrans Stormwater Pollution Templates : http ://www .dot .ca.gov/hq/construc/stormwater/templatesl .htm Caltrans Supplement to Traffic Control Guide http://www .dot .ca.gov/hq/rraffops/signtech/mutcdsup p City of San Luis Obispo Municipal Code http://www .codepublishing.com/ca/sanluisobispo / City of SLO Stormwater Management Plan http ://www .slocity.org/publicworks/stormwater/document s City of SLO Minor WPCP BMP Descriptions http://www .slocity.org/publicworks/stormwater/6construction .as p City Specifications http ://www.slocity.org/publicworks/documents .as p Construction Industry Compliance Assist Center http ://www .cicacenter.org/swt/swt2 .c£m?st=CA State Specifications http ://www.dot .ca .gov/hq/esc/oe/standards .ph p Traffic Control Guide hxxp ://mutcd .fhwa.dot .go v Note: Please refer to the City's website for "BMP Descriptions for Minor Public Works Encroachment Projects" handout . Projects that fall within a Cakrans Right-of-Way shall require the use of approved Caltrans forms . This plan is not for projects over 1 acre . • • WPCP Plan for Minor Public Works Encroachment Projects 2010 (Rev . 7/3/10) C5-65 City of San Luis Obispo Public Works Departmen t 919 Palm Street San Luis Obispo, CA 93401 Attachmen t Stormmater -(805) 781-7530 Pubic Works Inspections - (805)781-7554 !,7 BMP DESCRIPTIONS FO R Minor Public Works Encroachment Project s Typical concerns to account for when developing a WPCP or SWPPP ! BEST MANAGEMENT PRACTICES OR "BMP'S" are procedures that help to prevent pollutants fro m entering our storm drains . Each of us can do our part to keep storm water clean . Using BMP's adds up t a pollution solution! Please indicate by checking the box next to the appropriate BMP's on tl ~ "WPCP for Minor Public Works Encroachment Projects" plan form that shall be incorporated int o •the project to ensure the protection of all waterways and stormwater conveyance systems (gutters , •streets, storm drain inlets, storm drains, catch basins, creeks, culverts and seasonal streams). CONCRETE WORK :For all sites wherein concrete work shall be performed the following BMP's shall b e incorporated into the project WPCP at all times : •A designated concrete washout location will exist on the site , o The washout will be located at least 50' from any storm drain inlet or storm drain . o The washout will be located at least 150' from any creek . If the washou t can not be located at least 150' from a creek then, a prefabricated self contained concrete washout unit will be used . •The washout shall be at least 6' x 10' (1x w) and 16" deep in dimensions . ▪The washout will be lined with at a minimum 10 millimeter plastic . •The plastic must be replaced if torn or if holes appear . ▪The washout will be routinely cleaned and maintained . ▪The concrete wash out will be covered prior to any predicted rain event and during any rain event . •Concrete washouts will be maintained and inspected routinely (i .e. weekly). •Never site a concrete washout over a known spring or underground seep . ▪Concrete debris must be removed when the washout is no more than '/z full . ▪A minimum 10-mil thick, 10 'x 10 'plastic sheet must be placed under the location where concrete will b e transferred to a pump truck or wheelbarrow . CREEK PROTECTION CONTROL MEASURES :For all sites wherein constructio n Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev . 7/4/10) Attachmen t City of San Lids Obispo Public Works Department Stormwater - (805) 781-753 0 919 Palm Street,. San Luis Obispo, CA 93401 Pubic Works Inspections - (805)781-7554 work shall be performed abutting a creek or within 50' of the creek the following BMP's shall be incorporate d into the project WPCP at all times : ▪Straw wattles or fiber rolls shall be installed at the top edge of the riparian / creek corridor . o Fiber rolls are typically entrenched 3" and staked every 4'. ▪Please note if a minimum 25' wide vegetated area exist between the work area and the creek, then cree k protection measures may be minimized by the City Inspector. EQUIPMENT MAINTENANCE/REPAIR : ▪Never conduct routine maintenance or equipment repair on site, unless under cover and over an imperviou s surface . EQUIPMENT STORAGE : •Never store or park equipment over or adjacent to a drainage inlet. GUTTERS : For all construction sites the following BMP's shall be incorporated into the projec t WPCP at all times : •The gutter shall be swept at a minimum weekly or more as needed . The discharge or track ou t of any sediment, dirt, rock or other debris into the public right of way (i .e . gutter) is a violatio n of the clean water act and local municipal code and a citable violation . PORTABLE TOILETS : For all sites wherein the use of portable toilets shall be used the following BMP's shal l • be incorporated into the project WPCP at all times : ▪Portable toilets shall not be placed within 50' of a storm drain inlet . Portable toilets shall not be placed within 50' of any stormwater conveyance system (i .e . creek). •The portable toilet shall be equipped with secondary containment features in case of a lea k or spill . Said secondary containment features shall include, but not be limited to a catc h drain pan . SAW CUTTING : For all sites wherein saw cutting activities shall be performed the followin g BMP's shall be incorporated into the project WPCP at all times . ▪During all saw cutting and boring activities all slurry must be reclaimed . ▪At the end of the work day the work area and all affected impervious surfaces (i .e . sidewalk, driveway, gutter, street, etceteras) must be swept . o All waste materials must be disposed of properly per Federal, State and local rules an d regulations . o There should not be any residue left on site to become blowing dust after it has dried . • Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev . 7/4/10) • C5-67 Attachmen t City of San Luis Obispo Public Works Department Sto,mwater - (805) 781-753 0 919 Palm Street; San lids Obispo, CA 93401 Pubic Works Inspections - (805) 781-7554 ▪All storm drain inlets near the work area should be protected and/or covered to mss.prevent) any slurry from entering the inlets . o Never discharge or allow slurry to enter a storm drain. o If saw cutting slurry enters a storm drain/natural outlet, clean it up immediately . •Ways to Reduce Slurr y o Use as little cooling water as possible . o Turn off water when not cutting . o Do not clean the cutting area by hosing it down . •Disposal of Slurry : Proper disposal does not include the sewer, storm drain or any other natural outlet . Th e following are a couple of disposal methods that may be used : o Trenching operations – pour the slurry into the sand or dirt used to backfill the trench . o Large jobs – designate an area at the job site or in the construction yard where a holding pit can b e made to dump the slurry until it dries . This area must be lined with plastic and then cleaned up at th e end of the job . o Slurry can not be disposed of within 150' of a natural waterway . •SCHEDULING : When possible, schedule projects for dry weather. •SOLID WASTE MANAGEMENT :All construction projects result in the generation of soli d waste, both recyclable waste and waste products that must be buried at the local landfill . Th e following BMP's shall apply to all construction projects : •Minimize Waste : Carefully measure the quantities of materials (i .e . concrete, paint & etcetera) needed to complete the job in order to avoid waste. •Recycle Waste : Be sure to follow your City of San Luis Obispo Construction and Demolition Recycling Pla n during the course of the project. Recycle - lumber, paper, cardboard, metals, masonry (bricks, concrete, etc .), carpet, plastic, pipes (plastic, metal and day), drywall, rocks, dirt and green waste . For recycling and disposa l information, call (805) 781-7213 or visit :h .n-w,v. doci .o atiline ▪A designated solid waste staging area will exist: o The staging area shall include either refuse disposal bins or a fenced in location to prevent the material s from being blown around the construction site . o The staging area will be located at least 50' from any storm drain inlet or storm drain . o The staging area will be located at least 150' from the creek. If the staging area can not be located a t least 150' from the creek then a waste containers shall be used at all times . o All materials will be legally disposed of or recycled at permitted facilities on a weekly basis . SIDEWALKS : For all construction sites the sidewalk shall be swept at a minimum weekly o r more as needed . The discharge or track out of any sediment, dirt, rock or other debris into th e public right of way (i .e . sidewalk) is a violation of the clean water act and local municipal cod e and a citable violation . • Sample WPCP Handout for Minor Publu Works Encroachment Projects 2010 (Rev . 7/4/10) C5-68 Attachmen t City of San Luis Obispo Public Works Department Stonnwater - (805) 781-7530 919 Palm Street. San Luis Obispo, CA 93401 Pubic Works Inspections - (805) 781-755 4 SPILL KIT : For minor construction sites requiring a WPCP a spill kit shall be on site at all times : ■Spill kits shall include the following : 1.Absorbents : Appropriate quantities and types of absorbent materials for the specific materials used on th e site . 2.A diagram of the site including all drainage inlets on and off site that may be affected by a spill . 3.Personal protective equipment : Protective eye wear, appropriate gloves, appropriate apparel and etcetera . 4.List of emergency contact numbers and location of local medical care . 5.A spill report form to be completed and submitted with 24 hours of a spill to the local agency . Report all spills of reportable quantities that enter the storm drain system . ▪Spill Management : Document the spill, what caused it, what clean up measures were employed, disposa l methods employed and what long term corrective measures were taken to avoid a repeat occurrence . 1.Spill Cleanup : If a spill occurs, clean it up immediately and temporarily block all potentially affected storm drain inlets . 2.Spill Reporting : If a spill occurs that makes its way into the City's stormwater conveyance system ("SCS"- street, gutter, storm drains, inlets, catch basins, creeks and etcetera) immediately report it to the City a t (805) 781-7530 . 3.Spills of Reportable Quantities shall be reported to all appropriate local, state and federal agencies in th e time allowed . 4.Document – be sure to document your efforts to effectively manage all spills . •Employee ownership is critical to effective spill management . STORM DRAIN INLET PROTECTION :For all sites the project applicant and contractor will • determine the location of all storm drains within 150' of the site .In addition, the following BMP's shall b e incorporated into the project WPCP at all times : ■Curb Drains : All storm drains within 50' down gradient of the work site shall be protected with approve d curb drain inlet protection devices which shall include, but not limited to : o The installation of filter fabric or a drain eel, an d o The installation of Gravel bags and storm wattles around each drain inlet . o These temporary protection devices shall be routinely inspected (i .e . weekly and before and during storm events), maintained, cleaned and replaced as necessary . o Always be cognizant of the fact that these temporary BMP's must not cause flooding during a rai n event. Drain Inlets : All drain inlets within 50' down gradient of the work site shall b e protected with approved drain inlet protection devices which shall include,but no t limited to : o The installation of filter fabric or drain inlet sock or some other approve d BMP, and o The installation of Gravel bags and storm wattles around each drai n inlet, Typically gravel bags should be placed slightly up gradient of the drain inlet in an "L" pattern . Never completely surround a drain inlet with gravel bags . •Gravel bags should be inspected weekly and replaced immediately if torn . o These temporary protection devices shall be routinely inspected (i .e. weekly and before and during storm events), maintained, cleaned and replaced as necessary . o Always be cognizant of the fact that these temporary BMP's must not cause flooding during a rai n event. Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev . 7/4/10) • C5-69 Attachment City of San Inds Obispo Public Works D tanment Stormwater - (805) 781-753 0 919 Palm Street; San Luis Obispo, CA 93401 Pubic Works Inspections - (805)781-7554 •Grate Street Level Drains – All grate or street level drains within 50' dow n gradient of the work site shall be protected with approved grate or street inle t protection devices which shall include, but not limited to : o The installation of filter fabric or grate inlet sock or some othe r approved BMP, an d o These temporary protection devices shall be routinely inspected (i .e . weekly and before and during storm events), maintained, cleaned an d replaced as necessary . o Always be cognizant of the fact that these temporary BMP's must not caus e flooding during a rain event . STREET : For all construction sites the street shall be swept at a minimum weekly o r more as needed . The discharge or track out of any sediment, dirt, rock or other debri s into the public right of way (i .e. street) is a violation of the clean water act and loca l municipal code and a citable violation . TEMPORARY CONSTRUCTION ENTRANCES OVER A CURB -For all sites wherein a temporar y construction entrance over a curb will be employed then the following BMP's shall be incorporated into th e project WPCP at all times : •A stabilized construction entrance may be required . Please refer to City personnel for details . •A curb drain must be installed to protect the designed flow of water . o Temporary curb drain flow must include a 3 "drain pipe to maintain curb flow covered with asphalt . TEMPORARY MATERIAL STORAGE :For all sites wherein construction materials ; such as dirt, sediment, sand, rock, wood chips, sand, lumber, concrete blocks, etcetera shall be temporarily stockpiled the follow i BMP's shall be incorporated into the project WPCP at all times : ▪All temporarily stockpiled materials for and on the project shall conform to the following: o Stockpiled or stored materials (i.e. dirt, sand, road base) shall not be placed within 50' of a drainage inle t or a creek. o Stockpiled or stored materials (i .e . dirt, sand, road base) if placed within the roadway shall not interfer e with the designed curb flow . A 3" drain pipe shall be placed at the base of the gutter that shall extend a t a minimum distance 2' further than the diameter of the stockpiled materials . o The stockpiled materials shall be surrounded by some form of approved containment BMP, such as , straw wattles . o The stockpiled materials shall be covered with plastic or a tarp at all times which shall be held dow n with gravel bags or sand filled bags . TOOL WASHOUT LOCATIONS : The standards for a typical concrete washout shall apply for all too l washout locations . ▪Never wash tools in the street, storm drain, and creek or where the residue may flow into the street, stor m drain or creek . • Sample WPCP Handout for Minor Public Works Encroachment Profit's 2010 (Rev. 7/4/ 70) C5-70 Attachmen t City of San Lids Obispo Public Works Department Stomwater - (805) 781-7530 919 Palm Street, San Lids Obispo, CA 93401 Pubic Works Inspections - (805)781-7554 WEEKLY: For all construction sites the project owner and / or contractor must routinely inspect, clean , maintain and repair as necessary all temporary BMP's for effectiveness . •Inspections : Routine inspections typically occur on a weekly basis and before and after each rain event . Additional inspections may be required, such as, during the first rain event . •Cleanings : The site should be maintained following good housekeeping principles . All affected imperviou s surfaces both on and off the site (i .e . sidewalks, gutters and streets) typically need to be swept weekly, but mor e frequent cleanings may be necessary . In addition, the site must be kept clean of loose solid waste materials a t all times . •Maintenance : Temporary BMP's must be maintained weekly . ▪Repairs as Necessary : During routine inspections, cleaning and maintenance activities dilapidated, torn o r broken temporary BMP's may be discovered and should be repaired immediately . ▪Documentation : Document your efforts and stormwater pollution prevention activities . Your best demonstration of compliance is documentation . • • Sample WPCP Handout for Minor Public Works Encroachment Projects 2010 (Rev . 7/4/10) C5-71 Attachmen t STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATIO N INITIAL NOTICE OF POTENTIAL CLAI M CEM-6201A (REV . 712008 ) TO ,ONTRACT NUMBER ATE IDENTIFICATION NUMBER (resider : crgineer) This Is an Initial Notice of Potential Clain for additional compensation submitted as required under the provisions of Section 8-1 .04, "Notic e of Potential Claim," of the Standard Specifications The act of the engineer, or his/her failure to act, or the event, thing, occurrence, or other cause giving rise to the potential claim occurred on : DATE The parteular nature and cimurnstances of this potential claim am described as follows'. ADA Notice -f!ircivideals rat sensory csalMiles Yis doceme : is available it al'cmate formats . °or irtorma:,or call (9'61654-64'0 or TOD (9'6) 554-3880 o r write Records and Farms Management "20 N Srcc, ME-89, Sacramento . CA 9E8114 .• C5-7 2 ---FORSTATEUSEONLY • • • • • Attachmen t STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATIO N SUPPLEMENTAL NOTICE OP POTENTIAL CLAI M GEM-82018 (NEW 912002) (For resident engineer ) TO CONTRACT NUMBER DATE I IDENTIFICATION NUMBE R This Is a Supplemental Notice of Potential Claim for additional compensation submitted as required under the provisions of Section 9 .1 .04, "Notice of Potential Claim," of the Standard Specifications . The act of the engineer, or his/her failure to act, or the event, thing, occurrence , or other cause giving rise to the potential claim occurred on :DATE The particular nature and circumstances of this potential claim are described in detail as follows (attach additional sheets as needed) The basis of this potential claim including all relevant contract provisions are listed as follows : (ahem additional sheets es needed) The estimated ddlar cost of the potential claim including a description of how the estimate was derived and an itemized breakdown of individual cost s are attached hereto (attach sheets as required ) A time impact analysis of the disputed disruption has been performed and is attached hereto . The affect on the scheduled project completion date is a sfollows: The undersigned originator (Contractor or Subcontractor as appropriate) certifies that the above statements and attached documents are made In full cognizance of the California False Claims Act, Government Code sections 12650-12655.The undersigned further understands and agrees that this potential claim to be further considered,unless resolved,must fully conform to the requirements in Section 9-1 .04 of the Standard Specifications and must be restated as a claim In the Contractors written statement of claims In conformance with Section 9-1 .OTB of the Standen] Specifications . SUBCONTRACTOR or CONTRACTO R (Circle One ) (Authorized Representative ) For a subcontractor potential dai m This notice of potential claim is acknowledged, certified and forwarded b y PRIME CONTRACTO R (Authorized Representative ) ADA Notice For individuals with sensory disabilities . this document is available in alternate formats . For information cal (916)654-6410 or TOD (916)654-3880 or write Records and Forms Management, 1120 N Street, MS-es, Sacramento, CA 95814 . C5-7 3 FOR STATE USE ONLY OAI EAs,eIVa) ny Attachmen t STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATIO N FULL AND FINAL DOCUMENTATION O F POTENTIAL CLAI M CEM-6201C (NEW 92002 1 TO CONTRACT NUMBER DATE I IDENTIFICATION NUMBER (resident engineer) This is the Full and Final Documentation of Potential Claim for additional compensation submitted as required under the provisions o f Section 9-1 .04, "Notice of Potential Claim," of the Standard Specifications . The act of the engineer, or hisser failure to act, or the event, thing, occurrence, or other cause giving rise to the potential claim occurred on : DATE : The complete and factual narration of events which fully describe the nature and circumstances that caused the dispute or disagreement and potentia l claim are attached hereto . I attach sheets as required far full and final documentation ) The basis of this claim including all relevant contract provisions and a statement of the reasons these provisions support and provide basis for entitlement of the potential claim are attached hereto . (attach sheets as required for full and final documentation) n cation an op es o any currents an su nce . any ora ccinema cation a supper t e pcten M aim are a e .eto . (attach sheets as required for full and final documentation ) The exact ddlar amount requested and an itemized breakdown of individual costs segregated by labor, materials, equipment and other are attache d hereto . (attach sheets as required for full and final documentation ) The exact amount of anytime adjustment requested including justification thereof and time impact analysis are attached hereto . (attach sheets as required fa MA and final documentation) • The undersigned originator (Contractor or Subcontractor as appmpriate)certifies that the above statements and attached documentation are made In full cognizance of the California False Claims Act,Government Code sections 12650-12655 .The undersigned further understands and agrees that this potential claim to be further considered,unless resolved, must fully conform to the requirements In Section 9-1.04 of the Standard Specifications and must be restated as a claim in the Contractors written statement of claims In contmmanc e with Section 9-1 .07B of the Standard'Sped/ feat/ans . SUBCONTRACTOR or CONTRACTO R (Circle One ) (Authorized Representativ e For a alhconlrottnr notentlal clai m This notice of potential claim is acknowledged, certified and forwarded b y PRIME CONTRACTO R (Authorized Representative) ADA Notice For individuals with sensory disaSlities, this document is available in alternate tomcats For intormation call (916) 6546410 or TOD (916) 664-31380 o r wrote Records and Forms Management, 1120 N Street MS-89 . Sacramento, CA 95814, C5-7 4 FOR STATE USE ONLY Received By (For resident engineer) Date