Loading...
HomeMy WebLinkAboutPW Fire Station #57 - Concrete PolishingEXHIBIT 1 City of San Rafael ♦ California Agreement for Informal Bids Tire Station #57 - Concrete Polishing This Agreement is made and entered into this day of Noyfrn bU. 2019 by and between the City of San Rafael (hereinafter called City) and Bay Area Concretes, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: 1. Scope of the Work. The Contractor hereby agrees to furnish all of the materials, equipment, and labor necessary to perform the work for the project entitled "Fire Station #57 - Concrete Polishing", all in accordance with the requirements and provisions of the construction documents by MMA Architects drawing A700 and Section 03 33 30 Concrete Floor Sealer and 03 35 50 Polished Concrete Floor Finishing; and; Bay Area Concretes Estimate t119 -E5964 dated 1 011 1120 1 9, attached hereto as Attachment A. 2. Prevailing Wanes. Pursuant to the requirements of Califomia Labor Code Section 1771, and San Rafael Municipal Code Section 11.50.180 (C), the General prevailing gage in the locality in which the work is to be perfornied, for each craft or type of worker needed to execute the contract, shall be followed. 3. Time of Completion. (a) The work to be perfornted under this Contract shall be commenced within Five (5) Working Days after the date of written notice by the City to the Contractor to proceed. (b) All work, including punchlist items, shall be completed within 15 Calendar Days, and with such reasonable extensions of time as may be requested by Contractor and approved by City. 4. Liquidated Damages. it is agreed that, i fall the wort: required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, tale sum of S500 for each and every working day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. 5. The Contract Sum. The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the untis for work in the following scheduled completed at the unit price stated. The number of units contained in this schedule is approximately only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract, provided that the total compensation under this Contract shall not exceed S34,875.00 unless a written amendment is executed by the City and the Contractor. Bill ITEMS ITEM DESCRIPTION ESTIMATED UNiT UNIT PRICE TOTAL PRICE QUANTITY Concrete polishing at Fire Station 57 6. Progress Payments. Agreement • 1 LS @ S34,875 — $34,875 GRAND TOTAL BID S34,875 (a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor . (b) As soon as possible after the preparation of the estimate. the City shall. after deducting previous payments made, pay to the Contractor qo°Vo of the amount of the estimate as approved by the Public Works Department. (c) The Contractor may elect to receive 100°o of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 22300 of the Public Contract Code. Such securities, if deposited by the Contractor. shall be valued by the City's Finance Director. whose decision on valuation of the securities shall be final. 7. Acceptance and Final Payment. (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract nilly perfornled, he will promptly issue a Notice of Completion, over his own signature, stating that the Nvork required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, shall be paid to the Contractor by the City as soon as possible, (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The malting and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications: or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a Nvaiver of claims. 8. Insurance. (a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1.000,000) per occurrenceml'o million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million dollars (S 1,000,000) dollars per occurrence. 3. If it employs any person. Contractor shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars (51,000,000) per accident for bodily injury or disease.. Contractor's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against City. (b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) of this section abo% e shall also meet the follotv-ing requirements: 1. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and volunteers, as additional insureds under the policies. 2. The additional insured coverage under Contractor's insurance policies shall be "primary and noncontributory" With respect to any insurance or coverage maintained by City and shall not call upon City insurance or sell - Agreement • 2 insurance coverage for any contribution. The "primary and noncontributory" coverage it Contractor's policies shall be at least as broad as ISO form CG20 01 04 13. 3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. By execution of this Contract, Contractor hereby grants to City a waiver of any right to subrogation which any insurer of Contractor may acquire against City by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not City has received a waiver of subrogation endorsement from the insurer. 5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall sun ive for a period of not less than five years. 6. The insurance policies shall protide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of City (if agreed to in a written contract or agreement) before City's own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to City orally other additional insured party. Furthermore, the .requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement: or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. (c ) Deductibles and S112's. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to and approved by the City.. and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or other additional inswed party. At City's option, the deductibles or self-insured retentions with respect to City shall be reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. (d) Prool' of Insurance. Contractor shall provide to the City all of the lollomving: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement: (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a full certified copy of any insurance policy and endorsements fi-am Contractor. Failure to exercise this right shall not constitute a waiver of the light to exercise it later. The insurance shall be approved as to form and sufficiency by City. 9. Indemnification. (a) Contractor will indcnmmify, defend with counsel acceptable to City, and hold harmless to the full extent permitted by law, City. its governing body, officers, agents, employees, and volunteers from and against any and all liability, demands, loss, damage, claims, settlements. expenses, and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount or type of damages or compensation payable under Workers' Compensation or other employee benefit acts, or by insurance coverage limits, and will survive cite expiration or early termination of this Contract. City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201. Agreement • 3 (b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or completion of this Agreement for the full period of time allowed by law. 10. Nondiscrimination. Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 11. Compliance with All Laws. Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the Performance of its duties and obligations under this Ag�eentent. Contractor shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. Contractor shall release, defend, indemnify and hold harmless City, its officers, agents and employees from any and all damages, liabilities, penalties. fines and all other consequences li-om any noncompliance or violation orally laws, ordinances. codes or regulations. 12. No Third Party Beneficiaries. City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one part}, under the terms and conditions of this Agreement, to the other party. 13. Notices. All notices and other communications required or permitted to be given under this .Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the (late of deposit with the United States Postal Service. Notice shall be given as follows: To City: Public Works Director City of San Rafael 111 Morphew Street San Rafael, CA 94901 To Contractor: Bav Area Concretes. Inc. 3637 La Ribera Street, Suite 500 Livermore. CA 94550 14. independent Contractor. For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of Contractor, its officers, agents and employees be that of an Independent Contractor and not that of an employee of City. 15. Entire Agreement; Amendments. (a) The terns and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference. represent the entire Agreement of the parties with respect to the subject matter of this Agreement. (b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the Contractor and the City. (c) No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. (d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the Contractor and the City. (e) If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 16. Waivers. The waiver by either party of any breach or violation of any tern, covenant or condition of this Agreement, or of any ordinance, law or regulation. shall not be deemed to be a waiver of any other tern, covenant, condition, ordinance, law or regulation, or of Agreement • 4 any subsequent breach or violation of the same or other term. covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance. or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any tenor, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 17. City Business License; Other Taxes. Contractor shall obtain and maintain during the du ation of this Agreement, a City business license as required by the San Rafrel Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 18. Warranty. (a) Except as otherwise expressly provided in the Agreement, and excepting only items of routine maintenance; ordinary wear and tear and unusual abuse or neglect by City. Contractor warrants and guarantees all work executed and all supplies, materials and devices of whatsoever nature incorporated in or attached to the work, or otherwise provided as a part of the work pursuant to the Agreement, to be absolutely free of all defects of workmanship and materials for a period of'one year after final acceptance of the entire work by the City. Contractor shall repair or replace all work or material, together with any other work or material that may be displaced or damaged in so doing. that may prove defective in workmanship or material within this one year warranty period without expense or charge of any nature whatsoever to City. (b) In the event that Contractor shall fail to comply with the conditions of the foregoing warranty within ten (10) days after being notified of the defect in writing, City shall have the. right, but shall not be obligated, to repair, or obtain the repair ol.. the detect and Contractor shall pay to City on demand all costs and expense of such repair. Notwithstanding anything herein to the contrary, in the event that any defect in workmanship or material covered by the foregoing warranty results in a condition that constitutes an immediate hazard to public health or safety. or any property interest, or any person, City shall have the right to immediately repair, or cause to be repaired, such defect, and Contractor shall pay to City on demand all costs and expense of such repair. The foregoing statement relating to hazards to health, safety or property shall be deemed to include both temporary and permanent repairs that may be required as determined in the sole discretion and judgment of City. (c) In addition to the above, the Contractor shall make a written assigmuent of any applicable manufacturers' and other product warranties to die City, prior to completion and final acceptance of the work by City. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. CITY OF SAN RAFAEL: 0 , � Jirrt Cit- Manager ATTEST: • (_kAj� Linds(r) Luru City Clerk Bay Area Concretes, Inc. By: Agreement • 5 APPROVED AS TO FORA: Rober7Llea Citi Worne} File No.: bj+- -+,kFif7 Bay Area Concretes, Inc. By: N Title of Corporate Officer Agreement • 6 Bay Area Concretes Estimator 5637 La Ribera Street, Ryan Chance Suite B (925) 245-8900 Livermore, CA 94550 rc@bayareaconcretes.com :Callfornia C (925) 245-8900 BAY AREA CONCRETES Ucense Ro 242104 C•0 Concrete Kitchell CEM -Jorge Meza 2450 Venture Oaks Way Suite 500 Estimate # 19-E5964 Sacramento, CA 95833 Date 10/11/2019 Phone: (916) 648-9700 Email:jmeza@kitchell.com Project Information Job Name: Fire Station 57 - City of San Rafael 3530 Civic Center Drive, San Rafael, CA 94903 Estimated Start Date: 10/16/2019 Project Architect: Description Qty Price Amount Standard diamond grind (Class B, fine aggregate exposure) and polish 1.00 $20,750.00 $20,750.00 (Level 2, medium gloss finish) +/- 2,990 SF of existing concrete per attached PDF (drawings dated 9/5/19). BAC did not pour the concrete and can't guarantee consistent final aggregate appearance caused by grinding. Note: Pricing assumes production rates based on 480v - three phase power with a 50 amp breaker. Note: Protection of polished concrete slab areas during subsequent scope phases, protection of base board or walls, or general surrounding is areas. Note: Assumes Single Mobilization. Standard diamond grind (Class B, fine aggregate exposure), dye 1.00 $10,975.00 $10,975.00 (Midnight Black), and polish (Level 2, medium gloss finish) +/- 1,530 SF of existing concrete per attached PDF (drawings dated 9/5/19). BAC did not pour the concrete and can't guarantee consistent final aggregate appearance caused by grinding. Note: Color to be Ameripolish - Midnight Black Clean and Seal (autoscrub only) +/- 550 SF of existing concrete per 1.00 $1,950.00 $1.950.00 attached PDF (drawings dated 9'5/19). Note- Does not include - Any Mechanically grinding or patching Alternates or Options DEDUCT IF GRIND AND SEALED IS ELECTED IN APP BAY. 0.00 ($3,438.50) $0.00 Mechanical Grind and Seal +1- 2,990 SF of existing concrete per attached PDF (drawings dated 9/5/19). Includes up to 80 Grit (max) with two mechanically grinding passes and sealer. Attachment A Description BAC Supplied 480 volt - 3 phase power with 50 amp breaker. Trailer Generator, GC to provide parking if necessary. Note: Rate listed is a weekly rate (7 calendar days). Terms and Conditions Qty 1.00 Only if not supplied by Owner Price $1,200.00 Polished Concrete - Includes: (1) - Standard diamond grinding of existing floor, cleaning of all existing concrete areas, labor, materials. equipment, patching, application final floor finish. (2) - Pricing assumes regular hours work (Monday -Friday, 7:00am-3 30pm) and single mobilization and continuous ongoing production. Note: Polished Concrete final surface appearance will be unpredictable in nature and will reveal different amounts or concentrations of sand tips, aggregate rock tips, and cement paste during the polishing process. (3) - 50% of retention shall be released 45 days after completion of our contracted scope. Note: Standard patching material may not match existing polished concrete, and an exact match is neither expressed or implied. Polished Concrete Excludes: Permits, payment/performance bonds, excessive adhesive removal, reactive stain. dye (unless specifically noted), testing, inspection costs, moving or staging of FF&E, trench plate headers, trench plate cleaning, sandblasting, removal/disposal of floor protection, grout, removal of foreign "resists" to densifier penetration, wall base, base boards, transition strips, protection of concrete slab areas during subsequent scope phases, protection of base board or walls, removal/demolition of existing floor coverings (mastic, epoxy, tile, carpet, etc.), waterproofing, pedestrian and vehicle traffic control, mastic sealant, grouting of sawcuts, all vertical scopes (unless specifically noted), stair treads and risers (unless specifically noted), water, power, poly urea joint filler, saw cuts, ventilation, lighting, barricades or barriers, full dust control (BAC uses vacuums that contain approx. 90%+ of dust), Sunday and holiday premium time wages, and other work not mentioned in the above "Includes". Note: In the event legal proceedings are commenced to enforce payment to BAC under this contract, Contractor agrees to pay all costs and reasonable Attorney's Fees for whatever remedy BAC elects to exercise. Any agreements. statements or representations by any agent of either party not included in this contract shall have no further force or effect. Clean and Seal - Includes: (1) - Mechanical clean (autoscrub only) of existing floor, cleaning of all existing concrete areas, labor, equipment, final floor finish. (2) - Pricing assumes regular hours work (Monday -Friday, 7:00am-3-30pm) and single mobilization. (3) - 50% of retention shall be released 45 days after completion of our contracted scope. Clean and Seal Scope Excludes: All floor repair, patching, abrading of the surface, and grinding of any type, payment/performance bonds. Amount $1,200.00 $1,200.00 Quotes generated using facts and informat on provided by the client including square footage, condition of the existing concrete, and logistical information are subject to verification. Should any of the information provided by the client be in error, a revised quote will be provided prior to commencement of work. Quote assumes work to be performed during normal business hours (M -F Gam - 5pm) unless stated otherwise. 'IMPORTANT NOTE: The only Union trade category sanctioned for Union Concrete Polishing scope is the Cement Masons Union and The Labor Union if providing help to the Cement Masons Union on a project. ONLY a C-8 Contractor License can bid on Union concrete polishing scopes. C-15 flooring and similar classes are NOT eligible and the Flooring Union is NOT eligible to bid polish scopes or sealer scopes. If you are a UNION Signatory contractor, you are required to solicit C-8 contractors ONLY for Diamond polished Concrete and Sealer scopes. "Approved proposal acknowledges receipt of and approval of current BAC insurance. "The Bid Documents consist of this Bid and Attachments (if applicable). The use of a "paid when paid" or "paid if paid" contract clause is not acceptable nor approved by Bay Area Concretes Inc. Approval and directive to start scope concludes that there are no misunderstandings, as to the content, includes, excludes, terms or conditions of this bid. The approval shall also signal authorization for the completion of work based upon the above criteria. If there are any misunderstandings, please call immediately. Payment Terms: Refer to contract Signature: Name (Printed): Customer to provide Ameripolish Densifier - Material Sub Total $34,875.00 Date: Total $34,875.00 Customer may have generator power available - if not suitable, BAC to supply power at above listed rate. Area to be clear of all furniture, fixtures and equipment. Legend Clean and Seal 547.45 ft2 Polished Concrete 2980.11 ft2 —Polished Concrete w/Dye 1568.83 ft2 AT WALL FRAMING IN CAPTAINS OFFICE •p` R ... i 1 STATION p L. C, - OFFCE cy rr— Y LAUNDRY. JAN L �j " nAlIH'AT i055Y 113 K!"CHEN 7 i ' rwa �HMESSI .�._ - I - - i; r -- I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I L _ _ 57 Fire Station RM NO. I ROOM NAME 101 ILORRY FLOOR F11. FIN BASE CPC R NO11H EAST GWB GWB CEILING WUTN w1sF MATL GWB I GLASS I GWB 102 L J J r GWB GWB GWB r -- I I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I L _ _ 57 Fire Station RM NO. I ROOM NAME 101 ILORRY FLOOR F11. FIN BASE CPC R NO11H EAST GWB GWB CEILING WUTN w1sF MATL GWB I GLASS I GWB 102 STATION OFFICE CPC R GWB GWB GWB GWB ACT CARPET TILE 103 Comm. PC R GWB GWB GWB GWB ACT 104 RESTROOM ET TB CI CT CT Cl GWB CT TO CEIUNG 105 MEDICAL STORAGE PC R WPP CMU2 WPP GLIB ACT WPP TO CEILING 106 LAUNDRY/ JANITOR CPC R WPP CMLU2 WPP WPP ACT WPP TO CEIL'NG 107 MECHANICAL SC R CMU2 GWB GWB CMU2 EXP TOB YARD SC R GWB GWB GWB CMU2 EXP 109 FITNESS ATHL R CMU2 IA GWB/WPP M/GWB/WPP EXP WPP 6 MIRROR TO 7 f' 110 KITCHEN CPC R GWB GWB GWB GWB GWB III OIN:NG CPC R GWB GWB GWB GWB GWB 112 DAYROOM CPT R GWB GWB GWB GWB AWC 113 HALLWAY CPC R GWB GWB CIAU22GWB CMU2/GWB CLOUD 6 -Rubber Bast 120 APPARATUS BAY PC R CI.LUI CMUI CMUI CMUI AD 121 WORKSHOP PC R GWB GWB CMU2 CIAU2 GWB 122 COMPRESSOR SC R CMUI GWB GWB GWB GWB 123 JANITOR SC R GWB GWB CMUI GWB GWB 124 RESTROOM ET TO WPP WPP WPP WPP GWB TO 9'47' 125 SPECIAL PROJECT PC R GWB GWB/WPP CMU2 GWB/WPP GWB WPP 706'-1 126 TURNOUT GEAR PC R CIAU2 CMU2 CMU2 WPP GWB WPP TO CEILING 201 HALLWAY ET TO GWB GWB GWB GWB ACT 202 FF BEDROOM CPT R GWB GWB GWB GWB GWB 203 FF BEDROOM CPT R GWB GWB GWB GWB GWB 204 FF BEDROOM CPT R GWB GWB GWB GWB GWB 205 FF BEDROOm CPT R GWB GWB GWB GWB GWB 206 FF BEDROOM CPT R GWB GWB GWB GWB GWB .J7 FF BEDROOLI CPT R GWB GWBGWB GWB GWB 208 RESTROOM ET TB cc:!, CI CT CT GWB 209 RESTROOM ET TB CTT CT Ci CT GWB 210 ADA RESTROOm E7 7B CI CT CT CT GWB 211 ELEC. MECH. SHV SHVC GWB GWB GWB GWB Exp 212 STORAGE SMV SHVC CMU2 GWB GWB GWB GWB 213 JANITOR SHV SHVC CMU2 WPP WPP WPP GVIB TO CEILING 214 ELEV. CONTROL ROOIASHV SHVC CMU2 GWB GWB GWB GWB 215 FIREPOLE ET 18 GVIB GWB GWB GWB GWB 216 STAIR ET TO CMU2 GWB GWB GWB GWB EPDXY TERRAllO CONTROL JOINTS FIRST FLOOR PLANSECOND FLOOR PLAN �•oFD5 : SCALE: I/8-=1'-0' FD3 SCALE: 1/8"=I'.I a FLOOR I m—plion CPC COLORED POLISHED • SEALED CONCRETE PC POLISHED AND SEALED CONCRETE SC SEALED CONCRETE CPT CARPET TILE E7 EPDXY TERRAllO ATHL ATHL, RUBBER FLOORING R RUBBER 7REAN SHV SHEET VINYL FLOORING EASE P. RUBBER SHVC =NTEGRAL COVE BASE CT CERAMIC PLE IB 6' PRECAST EPDXY TERRAZIO BASE WALL CMUI CIVU FrLLER PAINT CMU2 CMU PANT GWB PAINTED GYP WALL BOARD IA IARROR CT CERAMIC TILE WPP WALL PROTECTION PANEL CEILING ACT SUSP. ACOUS. CEiL. TILE CLOUD ACOUSTIC CLOUD PANEL EXP OPEN TO STRUCTURE. PAINTED AD OPEN TO STRUCTURE W/PREFNISHED ACOUSTIC DECK GWB AWC GYP BD/PAINT ACOUSTIC WOOD CEILING orcml.cl d`'CO ARCNI LICa� rfCA C-24435 16. OP co, 1212 BROADWAY. SUITE 401 OAKLAND. CA 94612 plane: 510.208.9400 _.,m gotnorchitetl f.tOm K.anwn.to dote I m—plion Roy 11/4/16 PLAN CHECK 01/27/17 PLAN CHECK RE-SUBMtlTTAL/ BID DOCUMENTS PLAN CHECK/ADDENDA /N ; �\ 03/7/17 ADDENDUM NO3 04104/17 PIAN CHECK RESUBMITTAL NO.2 - CIVIL 05/01/17 COSI REDUCTION /5\ M,m ISSUED FOR CONSTRUCTION -1-4 MAY City of San Rafael FIRE STATION 57 3n Rafael. CA 94903 :URNISHINGS/FINISH 'LAN AND SCHEDULE :IRST FLOOR PLAN ipejttl no. meet no VIII A700 O,ur ,.rG.c:n tiu.mcu.rr 1 �..:mn.<,<r:ou SECTION 03 33 30 CONCRETE FLOOR SEALER PART 1 - GENERAL 1.1 SUMMARY A. Related Documents: 1. Drawings and general provisions of the Contract, including General Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Sealer for interior exposed concrete floor slabs scheduled as "SC" on the Drawings. 2. Surface preparation for concrete. C. Related Sections: 1. Division 03 Section "Cast -In -Place Concrete" for concrete finishing and curing materials and procedures. 2. Division 03 Section "Polished Concrete Floor Finishing" for concrete grinding, dyeing, and polishing materials and procedures. 3. Division 07 Section "Joint Sealants" for sealing non -traffic and traffic joints in locations not specified in this Section. 4. Division 09 Section "Resilient Base" for base material to be installed at rooms with concrete floor sealer. 5. Division 13 Section "Pre -Engineered Metal Building" for concrete floor sealer required at this building. 1.2 SUBMITTALS A. General: Submit in conformance with General Requirements, Division 1; Section 01 33 00, "Submittals". B. Product Data: 1. Submit manufacturer's product specifications and installation instructions for type of product specified. 2. Submit certification by sealer manufacturer that products comply with local regulations controlling use of volatile organic compounds (VOC's). C. Sample Mockup: 1. Provide 9 -square -foot mock-up slab. Place in conjunction with mock-ups for concrete slabs in building specified Section 033000. 2. Apply mock-up for application of floor finish system specified by this Section 3. Maintain approved mock-up as standard for work of this Section. 4. Locate where designated by Engineer. Approved mock-ups may remain as part of finished work. CITY OF SAN RAFAEL CONCRETE FLOOR SEALER 03 33 30 — Page 1 FIRE STATION NO. 57 1.3 QUALITY ASSURANCE A. Installer Qualifications: 1. Engage an Installer with minimum 5 years experience who has completed special concrete sealers similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. B. Regulatory Requirements: 1. Comply with provisions of air -pollution VOC regulations of authorities having jurisdiction. C. Compatibility: 1. Before applying sealer, confirm that there will not be compatibility problems between the sealer and other concrete curing materials. 2. This product provides both curing and sealing of the concrete. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers with labels indicating manufacturer, product name and designation, expiration date, pot life, curing time, and mixing instructions for multi-component materials. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: 1. Products named or identified by make or model number, or other designation and described below are base products. Base products establish the standards of type, function, dimension, in-service performance, physical properties, appearance, warranty, cost, and other characteristics required by the Project. 2. If "No substitutions" is indicated next to the product name, provide only products of listed manufacturers. 3. Subject to the requirements of Division 1 Section "Product Requirements", products of manufacturers not listed may be proposed for substitution, provided that they are comparable to the products specified. 4. The burden of proof of equality of proposed products is on the Contractor. B. Concrete Sealer: 1. Basis of Design: VOCOMP-30, (30 -Percent) Water -Emulsion Acrylic Curing & Sealing Compound as manufactured by W. R Meadows, Inc, 800-342-5976; or approved equal 2.2 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint -sealant manufacturer based on testing and field experience. B. Static Coefficient of Friction: Provide walking surfaces with the following values as determined by testing per ASTM C 1028: 1. Minimum 0.60 (wet) at slopes less than 6 -percent. 2. Minimum 0.80 (wet) at slopes greater than 6 -percent. CITY OF SAN RAFAEL FIRE STATION NO. 57 CONCRETE FLOOR SEALER 03 33 30 — Page 2 PART 3 - EXECUTION 3.1 INSTALLATION - GENERAL A. General: Comply with manufacturer's installation/application instructions. The following shall serve only as a brief outline of the installation procedures. B. Apply to new concrete when surface water has disappeared and surface finishing operations are complete and concrete surface will not be marred by walking workmen. C. Application: Spray -apply one uniform coat of curing and sealing compound to form a thin, continuous film as follows: 1. Use manufacturer's recommended Chapin 8001 spray tip that produces a flow of 1/10th of a gallon per minute. 2. If puddling or bird bathing occurs, slightly brush or roll evenly over entire surface. 3. Restrict foot traffic and allow to air dry for a minimum of 12 hours. 4. Apply second coat after 7 days have elapsed since original application. 5. Approximate Coverages: a. Broomed Surfaces: 300-sq.ft./gallon. b. Troweled Surfaces: 500-sq.ft./gallon. D. Schedule of Areas to Receive Concrete Sealant: 1. Areas indicated on the Drawings as "SC" or "Sealed Concrete": Provide 2 coats. END OF SECTION 03 33 30 CITY OF SAN RAFAEL CONCRETE FLOOR SEALER 03 33 30 — Page 3 FIRE STATION NO. 57 SECTION 03 35 50 POLISHED CONCRETE FLOOR FINISHING PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Ground, hardened/densified, mechanically polished and sealed concrete floor finish systems as indicated on the Drawings and as follows: a. Provide un -dyed, polished finish for Apparatus Bays and adjoining spaces as indicated on the finish schedule. b. Provide dyed and polished finish as scheduled at the end of PART 3. 2. Coordination of concrete floor control joint locations with concrete contractor. Refer to Sheet A700 for minimum number of locations. B. Related Sections: 1. Division 03 Section "Cast -In -Place Concrete" for concrete curing and finishing materials. 2. Division 03 Section "Concrete Sealers" for clear concrete floor sealing. 3. Division 07 Section "Joint Sealants" for sealing non -traffic and traffic joints in locations not specified in this Section. 1.3 REFERENCED STANDARDS A. American Concrete Institute: ACI 117-06 Standard Tolerances for Concrete Construction and Materials. ACI 302.1 R-04 Guide for Concrete Floor and Slab Construction. B. ASTM International: 1. ASTM C 171-07Sheet Materials for Curing Concrete. 2. ASTM C 779-05Standard Test Method for Abrasion Resistance of Horizontal Concrete Surfaces. 3. ASTM C 805-08Standard Test Method for Rebound Number of Hardened Concrete. 4. ASTM E 1155-96 (Reaffirmed 2008) Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. 1.4 SYSTEM DESCRIPTION FOR CONCRETE FLOORS A. Full Mechanical Grinding/Polishing, Dyed and Finish: 1. Grind to level slab, break surface tension, and expose minimum aggregate. 2. Apply dye and hardener densifier. 3. Polish grind to gloss -sheen surface finish, as accepted by mock-up. 4. Apply sealer. CITY OF SAN RAFAEL POLISHED CONCRETE FLOOR FINISHING 033656 —PAGE 1 FIRE STATION NO. 57 1.5 SUBMITTALS A. General: Submit in conformance with General Requirements, Division 1; Section 01 33 00, "Submittals B. Product Data: Submit for each type of product indicated describing each component of system. 1. Submit certification by sealer manufacturer that products comply with local regulations controlling use of volatile organic compounds (VOC's). C. Shop Drawings: Floor plan showing extent of work. D. Test Data: Certified by independent testing laboratories confirming conformance to specified performance criteria. E. Color Samples: Minimum three 8 inch square samples of color finish on concrete substrate, matching that specified. F. Manufacturer's Instructions: Application instruction, special procedures, and conditions requiring special attention, G. Certificate: Written certification, signed by manufacturer's representative, stating applicator as trained and qualified to perform work of this Section using manufacturer's products. Include qualification criteria. H. Maintenance Instructions: Include instructions for maintaining floor finish. 1.6 QUALIFICATIONS A. Applicator Qualifications: 1. Artisan specializing in ground and polished concrete flooring systems that are comparable in type, scope, and quality as specified by this Section. 2. Able to document minimum 5 years' experience with minimum 5 successful commercial quality concrete floor finishing projects comparable to work specified for this project. 3. Certified by manufacturer's representative as qualified to perform work of this Section, prior to Bid date, and accepted by Engineer. 1.7 MOCK-UP A. Provide up to six 9 -square -foot mock-up slabs for each concrete surface and color. Place in conjunction with mock-ups for concrete slabs in building specified Section 033000. B. Apply mock-up for application of floor finish system specified by this Section. C. Maintain approved mock-up as standard for work of this Section. D. Locate where designated by Engineer. Remove at completion of work of this Section, unless otherwise directed. Approved mock-ups may remain as part of finished work. 1.8 PRE -INSTALLATION CONFERENCE A. Attendance: Contractor, Installer, City, Engineer, Artisan/Installer, Manufacturer's Representative. Concrete Finisher, and others requested to attend. B. Meeting Time: Minimum 3 weeks prior to prior to beginning work of this Section and work of Division 03 Section "Cast -In -Place Concrete" and other related Sections affecting work of this Section. C. Location Project Site. CITY OF SAN RAFAEL POLISHED CONCRETE FLOOR FINISHING 03 35 50 — PAGE 2 FIRE STATION NO. 57 1.9 DELIVERY, STORAGE AND HANDLING A. Deliver products packaged in manufacturer's packaged and sealed containers with manufacturer's identifying labels intact. B. Do not use liquid based staining products exposed to freezing conditions. 1.10 PROJECT CONDITIONS A. Ambient Temperature: Conform to manufacturer's instructions. B. Concrete Slab Curing: 1. Moisture cure, using moisture -retentive, non -staining curing paper or film for minimum 7 days and as specified Section 033000. 2. Do not apply liquid curing compounds to concrete floors, except as instructed by manufacturer and accepted by Engineer as part of work of this Section. 3. Cure slab minimum 28 days, or as instructed by manufacturer, before beginning work of this Section. C. Floor Flatness and Floor Levelness Tolerances: Conform to Division 03 Section "Cast -In -Place Concrete" and specified ACI 302.1 R, and ACI 117 provisions. Measure and test to ASTM E1155 within 72 hours after placing concrete slab. 1. Flatness: Finish to minimum FF 40. 2. Floor Levelness: FL 20. D. Protection of Concrete Slab to be Dyed: Take measures to prevent spillage and contact with petroleum, oils, rubber tread marks, ketchup, and other products that will permanently stain or discolor concrete. 1. Diaper hydraulic powered equipment. 2. Do not park vehicles. 3. Do not permit pipe cutting machines. 4. Do not allow carbon steel product to be stored or left in contact. 5. Only permit wheeled equipment with non -marking tires. 1.11 COORDINATION A. Comply with Division 03 Section "Cast -In -Place Concrete" for scheduling and coordinating work of this Section with concrete work, including troweling of concrete finish, and moisture -curing of concrete slab. Do not permit use of curing compounds on slabs receiving work of this Section. B. Coordinate where possible to finish work of this section prior to construction of vertical obstructions due to difficulty of bringing floor finish flush to walls and obstructed areas. 1.12 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive the City of other rights the City may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents. B. Special Warranty: 1. Submit a written warranty, executed by the installer and materials manufacturer, that treated floor slab will remain water -repellant, hardened, abrasion -resistant, and not subject to dusting of concrete surface within the specified warranty period, covering materials and labor, and agreeing to repair or replace materials. CITY OF SAN RAFAEL FIRE STATION NO. 57 POLISHED CONCRETE FLOOR FINISHING 03 35 50 — PAGE 3 2. Warranty does not include deterioration or failure of coating due to unusual weather phenomena, failure of prepared and treated substrate, formation of new joints and cracks in excess of 1/16 -inch wide, fire, vandalism, or abuse by maintenance equipment. 3. Warranty Period: 10 years from date of Substantial Completion. 1.13 MAINTENANCE A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Deliver to City personnel and obtain receipt. B. Provide 5 gallons each for following: 1. Stripping and cleaning agents. 2. Maintenance top coat. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturers: 1. Products named or identified by make or model number, or other designation and described below are base products. Base products establish the standards of type, function, dimension, in-service performance, physical properties, appearance, warranty, cost, and other characteristics required by the Project. 2. If "No substitutions" is indicated next to the product name, provide only products of listed manufacturers. 1. Subject to the requirements of Division 01 Section "Product Requirements", products of manufacturers not listed may be proposed for substitution, provided that they are comparable to the products specified. 2. The burden of proof of equality of proposed products is on the Contractor. B. Concrete Grinding and Polishing System: 1. AmeriPolish Surelock - Complete System 2. AmeriPolish. Web Site http://www.ameripolish.com 3. Or approved equal. 2.2 MATERIALS A. Hardener/Densifier: 1. AmeriPolish Surelock Densifier 2. Lithium based, deep penetration and maximum color protections B. Concrete Dyes. 1. AmeriPolish Surelock Dye 2. Concrete dye concentrate for interior use. Combine dye with Densifier above to create AmeriPolish "Densi-Color". C. Penetrating Sealer: 1. Surelock Stain Protector 2.3 INSTALLATION ACCESSORIES A. Neutralizing Agent: Tri -sodium phosphate or baking soda. B. Water Clear and potable. CITY OF SAN RAFAEL POLISHED CONCRETE FLOOR FINISHING 03 35 50 — PAGE 4 FIRE STATION NO. 57 C. Kraft Curing Paper: Conforming to ASTM C171, Type 1.1.1, non -staining, moisture retentive, as specified by Division 03 Section "Cast -In -Place Concrete", or as instructed by manufacturer and accepted by Engineer. D. Semi -Rigid Joint Sealant: Polyurea, Versaflex SL 75; Metzger McGuire RS -88, or approved equal. 2.4 EQUIPMENT A. Shot blasting and Grinding Equipment: Equipped with vacuum to capture and prevent concrete dust from escaping into interior spaces, and as instructed by manufacturer. 2.5 FINISHES A. Final Concrete Floor Finish: Conform to finish sheen and treatment as accepted by mock-up. 1. Gloss Sheen: 800 diamond grit finish. 2. Coefficient of Friction: Provide 0.60 wet at slopes less than 6 -percent, 0.80 wet at slopes greater than 6 -percent. B. Floor Dye Color and Finish: Match Engineer's sample and mock-up specified by this Section. as accepted by Engineer. 1. Engineer's samples shall be created using following AmeriPolish Products: a. Dye Colors: As scheduled at the end of Part 3. C. Semi -Rigid Joint Sealant Colors: 1. Match concrete colors including dyed colors. PART 3 EXECUTION 3.1 EXAMINATION A. Verify following conditions as satisfactory to receive work of this Section before beginning. 1. Concrete Slab: Moisture -cured using reinforced kraft paper non -staining sheet curing membrane as specified by Division 03 Section "Cast -In -Place Concrete". 2. Concrete Surface: a. Clean, smooth, and flat conforming to specified floor tolerances specified by Division 03 Section "Cast -In -Place Concrete". b. Free of chemicals, acids, curing compounds and other substances that may inhibit application of products specified by this section, including penetration of dyes. 3. Interior gypsum board and similar work capable of damaging work of this Section completed. 3.2 PREPARATION A. Protect surfaces not receiving work of this Section. 1. Seal off adjacent building areas and cover adjacent work to limit air -born dust migration from settling on surfaces and polluting other parts of building. 2. Take measures to prevent overspray from staining of other finished surfaces. B. Clean concrete surfaces of dirt and other particulates and remove oil, stains, grease, adhesives, water repellants, oils, and other substances that may be detrimental to work of this Section. C. Perform patchwork including patching of exposed concrete curbs prior to grinding the floor. CITY OF SAN RAFAEL POLISHED CONCRETE FLOOR FINISHING 03 35 50 — PAGE 5 FIRE STATION NO. 57 3.3 INSTALLATION A. Conform to AmeriPolish technical application requirements and instructions and provisions of Contract Documents to achieve appearance conforming to accepted mock-ups. The following shall serve only as a general outline of the installation requirements. B. Remove protective coverings from concrete slab and rinse with water to remove residue dust and residue. C. Provide saw cut joints between differing dye colored/non-dye colored areas as indicated schedule below. Fill saw cuts with specified joint sealant in color as selected by Engineer. 3.4 GRINDING AND DENSIFYING/DYEING A. Bring floor into desired flatness and smoothness using metal bonded diamond grinding equipment B. Cross grind at 90 degree angles to achieve uniform scratch patterns at each grinding grit level. C. Hand grind and polish as necessary to bring floor finish flush with walls and other vertical surfaces. D. Perform initial grinding to remove protective coverings from concrete floor slab using subsequent finer grits until floor is scratch pattern free. Provide 40 grit metal bond start grind to expose small to medium aggregate, and bring to 200 grit resin/phenolic diamond to accept Dye (Stand-alone). Allow to dry. E. Spray apply Surelock Densi-Color. Then polish up to 400 grit and apply Dye a second time. Allow to dry. F. Remove dye residue. Thoroughly rinse to determine penetration and perform a white glove test. G. Perform finish polishing of concrete floor slab using diamond polishing equipment to achieve uniform final finish, matching mock-up for final shine level. Provide 800 grit finish to meet specified slip resistance. H. Apply dyes to floor to match mock-up, and as directed by Engineer. 3.5 SEALER A. Apply specified sealer to floor to seal pores of concrete according to manufacturer's instructions and to match accepted by mock-up. B. Apply sealer in two coats, except as otherwise determined from approved mock-ups. C. Allow 24 hours drying time for each sealer coat. D. Buff between coats and as needed to achieve finish to match approved mockups. E. Cover with clean, unwrinkled kraft curing paper and other non -staining protective coverings at traffic routes and work areas. Do not apply adhesive tapes to flooring. F. Upon completion of construction, remove protective coverings, clean, and apply addition coat of sealer. 3.6 SAW -CUT JOINTS A. Provide saw -cut joints, 1/8 -inch wide x 1/2 -inch deep to create joint pattern as indicated on Sheet A700 and in coordination with the concrete slab placement. B. Coordinate with Section 03 30 00 Cast -In Place Concrete for the placement of control and construction joints for slab on grade crack control. CITY OF SAN RAFAEL POLISHED CONCRETE FLOOR FINISHING 03 35 50 — PAGE 6 FIRE STATION NO. 57 C. Install polyurea joint sealer conforming to provisions of Division 03 Section "Cast -In -Place Concrete". D. Match color of concrete finish and as accepted by Engineer. 3.7 FIELD QUALITY CONTROL A. Manufacturer's Representative: 1. Attend pre -installation meeting. 2. Perform initial inspection and subsequent inspections during and at completion of work to verify conformance with manufacturer's instructions. 3. Make recommendations for remedial action where non -conforming work is discovered. 3.8 ADJUSTING A. Repair, replace, or make restitution for staining and overspray damage to surfaces damaged by work of this Section, as directed by Engineer. B. Touch-up dyed concrete prior to Substantial Completion of Project. Repair scratches, and other surface damage to show no evidence of repair. 3.9 CLEANING A. Leave area clean, free from spillage, overspray, tracking, and other residue resulting from work of this Section. 3.10 PROTECTION A. Cover to protect concrete slab with clean, unwrinkled kraft curing paper during curing, as instructed by manufacturer. B. Do not lay non -permeable films, membranes, or covers, including polyethylene, over finished floor. C. Protect from standing water for 30 days. D. Protect from pedestrian traffic and rolling loads for minimum 7 days following work of this Section. 3.11 COLOR SCHEDULE A. Typical Dyed Color, unless otherwise noted: B. All floors to be dyed: 1. AmeriPolish " Midnight Black" C. Apparatus Bay and other spaces noted as "PC": 1. No added Color. END OF SECTION 03 35 50 CITY OF SAN RAFAEL POLISHED CONCRETE FLOOR FINISHING 03 35 50 — PAGE 7 FIRE STATION NO. 57 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENTPROJECT MANAGER Contracting Department: DPW Project Manager: Faby Gu_illen Extension: 3435 _ Project Name: FS 57- Concrete Polishing_ T Contractor's Contact: Bay Area Concretes _ Contact's Email: rc@bayareaconcretes.com RESPONSIBLE STEP DEPARTMENT DESCRIPTION COMPLETED DATE REVIEWER (Initials) a. Email PINS Introductory Notice to Contractor b. Email Contract (in Word) & attachments to City Attorney c/o I Project Manager Laraine.Gittensa cityofsanrafael.org 10116!2019 FG a. Review, revise and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS 2 City Attorney _ insurance notice to contractor. Approval of final agreement form to send to contractor. (Provide Dept. 3 Department Director Director Financial Summary w/ Agreement) - — Forward three (3) originals of final agreement to contractor for their 4 Project Manager_ signature. When necessary, contractor -signed agreement agendized for Council City Council approval requiredOr PrgJessional Services Agreements and purchases g/ goods and services that exceed ti 75, 000 and for Public Works 5 Project Manager Contracts that ecceed5175,000 (Enterdate o/Council MeetingJ PRINT CONTINUE ROUTING PROCESS WITH HARD COPY Forward signed original agreement to City Attorney with printed copy of this 11 /5/19 6 Project Manager routing form 7 City Attorney_ Review and approve hard copy of signed agreement _ Review and approve insurance in PINS, and bonds (for public works l 8 City Attorney contracts) Agreement executed by Council authorized official g/ 9 / J 9 City Manager/Mayor 10 City Clerk Attest signatures, retains original agreement and forwards copies to project manager Forward Final Copy to Contractor 1. II Project Manager