Loading...
HomeMy WebLinkAboutC-3821 - Rhine Channel Wharf Repair and Public DockOFFICE OF THE CHTY CLERK K Leilani I. Brown, MMC March 23, 2011 Mr. Paul E. Gillen Associated Pacific Constructors, Inc. 495 Embarcadero Morro Bay, CA 93442 Subject: Rhine Wharf Repairs & Public Dock (C -3821) Dear Mr. Gillen: On February 8, 2011, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on February 15, 2011, Reference No. 201000084236. The Surety for the contract is the Western Surety Company and the bond number is 58667806. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newport- beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 BOND NO. 58667806 LABOR AND MATEMALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Associated Pacific Constructors, Inc., hereinafter designated as the "Principal," a contract for construction of RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK, Contract No. 3821 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3821 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety) are held firmly bound unto the City of Newport Beach, in the sum of Three Hundred Seventy -Four Thousand, Five Hundred Thirty -Nine and 84 /100 Dollars ($374,539.84) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 29 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond_, and it does hereby waive notice of any such change, extension of time, alterations or additions fo the terms of the -Cc-ritracf or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Pdnccipal and Surety, on the 30th dayof October 09. all Associated Pacific Constructors, Inc. AAthorized Si na ure/Titl (Principal) jUAV/- E. Si / aS/sis°tfi Western Surety Compa Name of Surety 6300 Canoga Ave., Ste. 115OW Woodland Hills, CA 91367 Address of Surety 818 713 -2031 Telephone Shirley Littell - Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CO NTIACT®R AND SURE TY MUST BE ATTACHED 30 �'�LILI�F;fdll %, ,ILL.- ['VJ��rISE_ G,i_:Kfatll'Jl_FrDGR,9EP.fT State of California Countyof Ventura On Oct. 30, 2009 before me, Janet Burton Notary Public Date - Here Insert Name 70 4 of the OHlcer ' personally appeared Shirley L i t t e l l Name(s) of Signer(s) JANET BURTOO Commission A 1694095 a -o Notary Public - California i Ventura County M Comm. Ea ir- Oct 14, 2(110 Place Notary Seal ancilor stamp Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS mid anh official Signature: OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document:_ Labor and Materials Payment Bond Document Date: _ October 30, 2009 Number of Pages: 3 Signer(s) Other Than Named Above: _ Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer— Title(s): ❑ Individual ❑ Partner — ❑Limited ❑General U Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: Western Surety Compa Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: J =o =, „ev- uei...mi i on -rree i- butt- b /a b62] ACKNOWLEDGMENT vvvvvvvvv ovvv vvovvevoovvvvvvvvvoovvvvvevvvvv vvvvvvvavuvvvvvvvuvuvvvuvvv vv vv vvv� State of California County of I'W J%�s g�p } ss. On Ahyeet h-t✓ `J� ?,96 befor me, Z1, ,� ,� te, Notary Public, personally appeared E• '6ill®A_y �— proved to me on the basis of satisfactory evidence to be t subscribed to the within instrument and acknowledged to same in his /her /their authorized capacity(ies), and that by instrument the person(ri.), or the entity upon behalf of which instrument. ,who he person(s.) whose name(s) is /are, me that he /slaw /ttaey executed the his /ha w /t6erir°signatures(64 on the the person(sq acted, executed the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal ^^""'�^"" ROBIN J. LUDWIG Commission # 1671299 .p Notary Public - California San Luis Obispo County NA' Conran. Fxµ'r ®s PAay29, 2010' -Signature / (seal) v v u v e v v v v v v u v v v v v v v v v v v v v v vv u v v u v u v v v v v v v v u v v v vv v vvv v v v v v e v v v v v v v v v v v v v v vvvvvv� OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO /CFO /COO President / Vice - President / Secretary / Treasurer Other: Other Information: 32 Thumbprint of Signer Check here if no thumbprint or fingerprint is available. V lestern Surety Comw)any POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed onthis Ist day of October, 2009. su^rrF WESTERN SURETY COMPANY ?M 4apPONq'� ^�y�. €ato��nioW poi Paul . Bruflat, Senior Vice President State of South Dakota 1 County ofMinnehaha f ss On this 1st day of October, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +44444444444444444444444y r D. KRELL + r November 30, 2012 i SEAL NOTARY PUBLIC aEAL i SOUTH DAXOTA r r �44444444444444444444444� CERTIFICATE D. Krell, No ary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my time and affixed the seal of the said corporation this 30th day of October 2 0 0 9 a�eEa, WESTERN SURETY COMPANY z ^ `opPORq>,I.j ! 4iM ids.,+ 6r 2w, Form F4280 -09 -06 L. Nelson, Assistant Secretary RECORDING RENS BY ND WHEN RECORD�$T 54 City Clerk OF City of Newport Beac OFFICE L 3300 Newport Bo ��!�' CLERK p ���,+pO�T BEA(�-I Newport Beach, C 6`3 "Exempt from recording fees pursuant to Government Code Section 27383" / NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Associated Pacific Constructors, Inc. of Morro Bay, California, as Contractor, entered into a Contract on _October 27, 2009. Said Contract set forth certain improvements, as follows: Rhine Wharf Repairs and Public Dock — (C-3821) Work on said Contract was completed, and was found to be acceptable on February 8, 2011, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Western Surety Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on *1U`I at Newport Beach, California. vw�T6 F 1'VAZ �� ,, u *' A- BY 0 VY ► (p' � City CIA C� ;FI CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 February 8, 2011 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran, Associate Civil Engineer 949- 644 -3340 or FTran @newportbeachca.gov SUBJECT: RHINE WHARF REPAIRS AND PUBLIC DOCK - COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3821 ISSUE Staff requests approval to accept the Rhine Wharf Repairs and Public Dock, Contract No. 3821, as complete. RECOMMENDATIONS 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION Summary of Completed Construction Contract Total Contract Final Cost at Benchmark Actual Contract Time Amount Completion Target Contract Time Under ( -) (days) or Over ( +) $430,539.84 $436,140.70 Contract +1.3% 165 * -55 Plus 15% 45 days for the Rhine Wharf Repairs, and 120 days after the approval of the design for the Rhine Channel Public Dock. The dock design was approved by the City Building Department on August 25, 2010. On October 27, 2009, City Council awarded the Rhine Wharf Repairs and Public Dock contract to Associated Pacific Constructors, Inc. This contract is comprised of two projects. (1) Rhine Wharf Repairs: This project included removing and replacing boardwalk support beams and planks, inspecting sheet piles and tie rods, repairing concrete sheet piles and coping, applying preservative treatment to wood decking, and upgrading guardrails. The inspection of the tie rods involved removing a strip of concrete approximately 2' -6" 12s Rhine Wharf Repairs and Public Dock Completion and Acceptance of Contract No. 3821 February 8, 2011 Page 2 wide with the subgrade along the boardwalk to expose the tie rods where they connect to the coping. When the tie rods were exposed, staff determined all tie rods were in good condition; therefore, Additive Bid Item 1 for replacing tie rods was deleted. Instead, staff authorized the replacement of the concrete apron where commercial loading takes place. Per contract, the contractor had 45 consecutive working days to complete the work for the wharf repairs. (2) Rhine Channel Public Dock: This was a design -build project. The contractor prepared and submitted to the City a design for the precast concrete platform with guard railings, floating dock with pre- stressed concrete piles, and a handicap - accessible aluminum gangway. In accordance with the Contract, the contractor was allowed 120 consecutive working days to build the public dock after the City's approval of the design. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $430,539.84 Actual cost of bid items constructed: $374,539.84 Change Orders $61,600.86 Final contract cost: $436,140.70 The two change orders in the amount of $61,600.86 were approved for the concrete apron replacement, additional decking repairs, concrete pile and coping spall repairs. The deletion of Additive Bid Item 1 (tie rod replacement) and the change order work items totaled $5,600.86, represented a 1.3% cost change to the project. The Rhine Wharf repair work was started on February 1, 2010 and was completed by March 22, 2010, ahead of schedule. The public dock design was approved by the City Building Department on August 25, 2010. The Contractor successfully manufactured and installed the dock within 65 days, which was completed on November 23, 2010. A summary of the over construction schedule for both projects is as follows: Estimated Completion Date per 2010 Baseline Schedule: September 17, 2010 Project Awarded for Construction: October 27, 2009 Completion Date per the Contract & Approved Extensions: February 8, 2011 Actual Substantial Construction Completion Date: November 23, 2010 Although the actual Construction Contract time was ahead of schedule, the overall project did experience several months of delay between the completion of the wharf project and the start of the public dock project due to the lengthy amount of time required to complete, process and permit the design plans for the public dock. ENVIRONMENTAL REVIEW The Rhine Wharf Repairs project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301, Class 1 of the CEQA Guidelines. This exemption covers Rhine Wharf Repairs and Public Dock Completion and Acceptance of Contract No. 3821 February 8, 2011 Page 3 minor alterations of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The Public Dock project is exempt from CEQA pursuant to Section 15303, Class 3 of the CEQA Guidelines. This exemption covers construction and installation of limited numbers of new small structures. PUBLIC NOTICE The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work, City prepared notices were distributed by the Contractor to both residents and businesses. FUNDING AVAILABILITY Total project expenses, including incidentals, are summarized as follow: Design and Construction Support Construction Incidentals Project Cost $23,500.00 $436,140.70 $220.72 $459,861 Funds for the construction contract were expended from the following account: Account Description Account Number Amount Tide and Submerged Lands 7231- C5100921 $ 196,140.70 Contributions 7251- C5100865 $ 240,000.00 Total Construction Cost $ 436,140.70 The identified contribution funds above are associated with the UGS Development at 919 Bayside Drive. Per a Memorandum of Understanding with the Coastal Commission that was approved by the City Council on June 12, 2007 (Item No. 18), the developer is required to pay the City $240,000 upon execution of the MOD's for the construction of the public dock. As of now, records indicate that UGS Development has yet to pay the $240,000 to the City as required. UGS has indicated that they are experiencing financing difficulty and are not planning to pay these funds until they get their project financed. Prepared by: Submitted by: Frank Tran G. Badum Associate Civil Engineer Pu Ic Works Director Attachment: Location Map RHINE WHARF REPAIRS & PUBLIC DOCK PROJECT C -3821 I ` a p1 � ]2XO mssr xaTM ✓ m zbrx sWE[i \a� a a 0 oy 9Z Zm c$ es S ISLE. snrruro /. w.r LOCATION MAP N.T.S. r PROJECT LOCATION r 0 0 ny c$ vZ �m N. T.S. CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 6th day of October, 2009, at which time such bids shall be opened and read for RHINE CHANNEL WHARF REPAIRS and PUBLIC DOCK Title of Project Contract No. 3821 $500,000 Engineer's Estimate Approved by ` tephen G. Bad Public Works Director Prospective bidders may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For technical information, call Blake Eckerle at (714) 895 -2072 For further information, call Frank Tran, Protect Manager at (949) W-3340 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: htto: /hvww.NewoortBeachCA.aov CLICK: Online Services /Bidding & Bid Results CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND... .............................. ............................. ................. 26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ............................................................ .... ............................ SP -1 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation.. For partnerships, the. signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. Contractor's License No. & Classification Bidder SII Authorized Signatufe/Title pi -e—,- n( t / o/ 5_ i :�-ocC( Date 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of _Ten Pe r c e n t of the am D u n t bid in -----7 - - - - - - - -Dollars ($ Kl_0 % ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK, Contract No. 3821 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 29th day of,,, September , 2009. Assoc_i_a_Ge.d _P..aci.fi...c__Cons_t_ructors, Name of Contractor (Principal) W e s_t.er.n_ Surety Comp -any Name of Surety 6300 Canoga Ave., Ste. 115OW W o o d l and _H.i_l_ 1_._,___� A __ _ 91367 Address of Surety 818 713-2031 Telephone Inc. Authorized Signature/Tit �u orized Agent gnature Shirley Littell-Attorney in Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT ® i Y Y Y Y Y Y Y Y Y Y Y Y. Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y! Y Y Y Y Y Y Y Y Y . Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y. Y Y Y Y Y Y Y Y Y Y Y Y Y Y N Y Y Y 91 State of California County of Ventura......... __ I On Sept. 29,_ 2009 before me, Janet Burton Notary Public, personally appeared Sh-i-r-1-ey Li ttel 1_ ................. .................... _.. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in iris/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I Certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. "See Notary Acknowledgment Attached" Signature (seal) Y X• Y Y. D Y Y n i. p c Y f Y. Y s Y Y Y Y Y Y Y Y Y Y 6 Y Y 9 Y Y Y. Y Y Y Y Y Y Y 1 Y Y Y f Y Y Y Y Y Y Y Y f Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y t. OPTIONAL INFORMATION Date of Document Thumbprint of Signer Type or Title of Document Nur,,lbe' of P�y^o ✓C::',liierit Document it a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee. Power of Attorney CEO/CFO/COO President / Vice -President /Secretary / Treasurer Other Other Information G Check here if no thumbprint or fingerprint is available. CALIFORNIA•ACKNOWLEDGMENT y �C... � a2Q.�. ?ark...'-�..1. � T-S�. 8� n. �. T�.�.-R �S �.�:. c:S..z2>..-_ .D' �.�..��. .- sDC �S.c?. A..• �a,�RC<caa'�S,�C�3 �? �J.�C..y�C�. State of California County of Ventura On Sept. 29, 2009 before me, Janet Burton ' Date Here Insert Name and Title of the Officer personally appeared Shirley L i t t e l l Name(s) of Signer(s) -ca-m.mNY0 F!"" ET 6 Nofty P.0C - C40=11101 VrrrN�rCf Courtly k*Comm. b U 0d 14.201 #j Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han nd official seal. Signature ` -- Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bidder's Bond Document Date: September 29, 2009 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General Attorney in Fact • ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Compa y Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing RIGHTTHUMBPRINT OF SIGNER .p of thumb here ©2007 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402-www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 V,6stern Surety Com,)any POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 27th day of May, 2009. s�aEry� WESTERN SURETY COMPANY , op?Gggr�ia= Ni s �i\SEAQ %�t Paul . Bruflat, Senior Vice President State of South Dakota County of Minnehaha I ss On this 27th day of May, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation My commission expires +SS SSSSSSS SSSSSSSSSSSSSSS } D. KRELL s November 30, 2012i AE NOTARY PUBLIC EAs s SOUTH DAKOTA s +SSSSSSSSSSSSSSSSSSSSSSS� CERTIFICATE A_t4 7"J D. Krell, No dry Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this _ 29th day of September 2009 RErya WESTERN SURETY COMPANY k �W? oPcoq�r°a SWi4 �i=� �rN OPK� L. Nelson, Assistant Secretary Form F4280-09-06 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall he executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of, Si ,Ly/S 6his pt) On D� 7-06!7 before me, p /it ti J_ u (Here insert name 4nd it of the officer) personally appeared ��cJ� '5. G ���i✓ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ROBIN J. IUDWIG Commission A► 1671 WITNESS my hand and official seal. Notary Punk • California San lulu pknIVbispo County xaz"„LL/ �Li.PMV Comm. ExpMN AAay 29, 2010 (Notary Seal) Signature of Notary Public ADDITIONAL, OPTIONAL. INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT 6"'IUZ. d aid (Title or description of attached document) (Title or description of attached document contiinn�ue)) N«mber of Pages / Document Date / Z-1 O (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corp to Offic r /e,.S��r�s� (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Calfrnia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment jorm must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, arty alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegalfor a notary in California (i.e. certifving the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form q required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Ite/she/gw3 - is /a+e) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document Best's Rating Center - Compam7 information for Western Surety Companv Best's Rating Center United Steles AM, P-111, Canada Europe Western Surety Company (a member of CNA Inaumnce CompLp8_S) Ths retirg b assxyratl to �I AM 0-It:00974 NAICp 13188 FEIN 8: 460204900 coo,PeN-gut lava in.. qph on an eMc 11-abibty to Mdress: P.O. Dox 50]] W Phone: eg6-338-0850 meet new ongoing pIrliwtom to Sion¢ F.11 , $0 57117-5077 Fax: 605-330-]418 policyholders. UNIEDSTATES Web: wlA.gla 1— ........ .......... _._............ Best's Ratings Financial Strength Ratings V D fi "Uon Issuer Credit Ratings View Derrrtions Rating: A (E ... II—) Long -Term: e AffiliaUon Code: g (Group) Outlook: Stable Financial Site Category: X ($500 Million to $750 Million) A.U..: ARi—d! OuOook: Stable Data: Decem bei 16, 2008 Action: Affirmed Effective Date: December 16, 2005 Denofes Under Review Relings. See reling definitions. Report. and News Visit our N.wsRoom for the latest news end pis rale.... for this company and its A.M. Best Group. AMO5.r5dILRsporl- Inxur.nce Professlonal- includes Best's Financial Sirenglh Rating and rationale along with comprehensive anedyli-I ommentary, debited business omm— end key financial dela. Report Revision Deia: 05/13/2009 (repre-1. Ne latest.ignirimnt cM1arge). Historical Reports are available in Ah]@�.adjlBgRgB.JLL?YL495e3_ro(as ioOal.A[ghlLe. Be.['. E-111111 Summery Reports (FI nen.Jet Ove A—) - available in Ih—.... I,,,. In... presentation style p,A, f,,W,n balance sheet, income statement keyfinancal pedormance testsnclud'n g profitability, liquidity end reserve analysis. D.I. Status: 2009 Best's Statement Fit. - PIC, US. Contains data compiled as of 9130/2008 (Quality Cross Checked). • Single Company five years of financial data specifically on this company • Comparison - side-by-side financial analysis of Into company with a peer group of up to five other companies you select. • Colnposile -evaluate Ihis company's financials against a peer group composite. Report displays both the average and total composite of your selected peergroup. AMB Credit Report - B Ines. Profs_ tonal -provides three years of key financial data presented with col,d.1 charts and tables. Each report also ,lr features the latest Bell s Relings. Roti g Rationale and an excerpt from our Butt.... Review commentary net. Steins: Corte— d.t. compd.d .. of -0120.9 (Quality Cross Checked) Page 1 of 1 About Con— su.—P RaOng Center Home Bell's Key Rating Guide Pl—nhu— Report -includes Bell's Financial Strength Rating end Unsocial dal, as provided in Bells Key Rating Guide product. Del. Status: 2006 Financal Data (Quality Cross Checked) Financtnl and Aualylical Products Best s Properiy'Casually Center - Premum D.I. &Reports Bests Key Rating Guide - PIC. US & Canada Bests Statement File - PIC, US 6es1 s Sloto.— F.I. - Global Bests lnsurance Reports - P'C. US & Canada Best's Stale Line - PIC, US Best's Insurance Expense Exhibit (IEE) - PIC, US Best's Schedule F (Reinsurance) - PIC, US Bell's ScM1edule D (Municipal Bonds) - US Best's Schedule D.(C.m stocks) - US Best's Corporate Changes end Retirements - PIC, USICN Bell's Schedule P (Loss Reserves) - PIC, US Bell's Schedule D(Cofporale Bonds) US Beet's Insurance Reports - Online - PIC, US it Canada. e Sews Roergs.e a oar equanuiauveamquelilalne ewivalundac p r stance .heel sl al peaormanceameusmx dile ]ha In ge�galaone 1-11-9lh... 1080 rcynoaerx view our entire. rotas for compleu d-.11 9 p rg p ser g re rewarra lydac.mw Y rnaneal stayt nqr ala yl meal ns rrnancal http://www3.ambest.com/ratings/FullProfile.asp?B1=0&AMBNum=974&AItSre=1 &Alt... 10/07/2009 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work °i° of Number Total Bid Name: -51,,,_5 Address: 3155 kk_„u 5to_ E �� . 5��� c�p.S+ka..Z y C a �?Zb'7r Add 3 7% Phone: o4q) "38Q_. 8$� State License Number: 5 � 301 Name:�.)Q �S 9.510 b1 Ail CPe,YY Address: Po (3oK `35,t ld.,4, '��,&I c(\ CA ' /: J2_ C©ncce'{ e {L�%�� � . U7a q�kW A Z3 Phone: (7m) ?(oc(p A'L`i A Ls_ State License Number:?) 15-0(0 Name: A..+ C:rS� V,,_ Address: drss: , c �►J Phone: kA) 00 ---jq I to State License Number:c-ll I30193 PA ssoc,.QW Pact`- C co gi l.;cit� c l v�C . Bidder E3 Authorized Signa)6re/Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type Bidders Name A65c7c_,cJ.J P6, -.Z. c FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Project Description (5��c� (Ze�x �r o A b00�— a -f (SCC 7 Approximate Construction Dates: From 9)2-009 To: 9/2_00q Agency Name t4acCo 6,4 4c.L,c Contact Person (Z.62_ 4+k► c_J Telephone (gel Original Contract Amount $ bc) Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. MC) No. 2 Project Name/Number e r T 0 Project Description A SLI` g_,, --fico,,, a� �:5,-•� P`� Approximate Construction Dates: From -`L(qcpci To: %)-Oog Agency Name 0'4 Contact Person amu-, v. 4z- CV, sa Telephone (Cps) '713 - 10"3-7 Original Contract Amount $ ` S ,o�ca Final Contract Amount $ cf3, ©o(p If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N v No. 3 Project Name/Number'�o�.�pt�., Project Description QJR-cW«�� SDec�`.o� p� 5�,,,`� U.,i,� �( `,. IN""�Cre/ Approximate Construction Dates: From X20©15 To: 5—ld-00 g Agency Name Mo�k*se., R :�, ,cl �,� {ter P�(1��:or. Ccg�1�o1 fA!�e,c-, Contact Person Telephone Original Contract Amount $ toT,ovo Final Contract Amount $ Coo If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/Number Project Description �� N•o<<��- - Q ece,�,5�c�c%,c Qo�l�(.. ,4�ce�,C� 5' �5 Approximate Construction Dates: From To: 5 /-3 Agency Name C; V- , L-czq,,a_ gecz.c. , P� W : Q. Contact Person no" Telephone(T41) Lf q'� — 0 -IV2_ Original Contract Amount $ qqc<'-)C)Final Contract Amount $,C�c� `(�(�� ic( If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Project Description g eP`c c P�.--e,,+ cS � ", cr p; �QS W/ C�,.�cc e_ p: S .� Approximate Construction Dates: From 'II�12.00(k To: 7/IC)6Q, Agency Name Mo���� %; nc Crcr ►'�O� iD. fir: �'� Contact Person Ke,, Tyra-e.� Telephone Original Contract Amount $ 3)(D,5: 5 Final Contract Amount $—'31 (� ., S�,S If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 6 Project Name/Number Project Description Approximate Construction Dates: From To: (_,jrre 4" Agency Name c Contact Person r�:, ?_ �, «e \ Telephone (19 �k z1 A ©81 I Original Contract Amount $ 9S S .)a Final Contract Amount $ )-(7,5-11 noc� If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of th Contractor's current financial conditions. ASSac; 'L�ca_A R,ciQ'L Bidder Authorized Signat re/Title 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 NON -COLLUSION AFFIDAVIT State of California ) —S4 r /pis ) ss. County of 6bsfiO) AGcU L being first duly sv�orp, deposes and says e or she is yPS��/tK of��SaC� ��/ i���/�j� V"'WSb'U the parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare un/dery penalty of perjury of the laws of the State of Cal ,o. isthat the fore oing is true and correct. Bidder Authorized Signature itle fRre-s1dex-0'4' Subscribed and sworn to (or affirmed) before me on this 5' of 2009 by /),4 u /— c. GI /1z -h , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public ROAN J. LUMM [SEAL] _ wnw#t coir�on 1671299 NokW "10 - Caftffda My Commission Expires: o S 20/U San Lula Obapo Courby MI f COmn1. brpn Moy 29.2010 13 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT T State of California County of Ic!5W d.,j1s 06%s ,OO On 4el 6S� Z4v9 before me, ��U�� N IT- x,14., ""Z A/6 ( Here insert name and t' le ofle of the personally appeared P^JL I• 6 t heli .-1/O /I C who proved to me on the basis of satisfactory evidence to be the person( whose name(* is/ate subscribed to the within instrument and acknowledged to me that he/s4e/t4wj executed the same in his/her/their authorized capacity(io,s.), and that by his/he,;/t, signature(-) on the instrument the person(4), or the entity upon behalf of which the person(.acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Z � G✓� Signature of Notary Public ROBIN LJUDDWIG _Commkslon # 1671299 %1MvCwmEvWMov29.20101 Notary Pwft - Cawomia San Luk Oblipo County (Notary Seal) ADDITIONAL OPTIONAL INPORNIATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages 4 Document Date f O (Additional information) CAPACITY CLAItNIED BY THE SIGNER :1 Individual (s) X Coorate Of icer( (Title) Partner(s) Attorney -in -Fact Trustee(s) Other 2008 Version CAPA v 12.10.0-7 800-873-9865 www. NotaryClasses. corn INSTRUCTIONS FOR COMPLETING THIS FORUM ,4nv acknowledgment _ompleted in California must contain verbiave exactly cis appears above in the totary section or a separate acknowledgment 'orm must be properly completed and attached to that document. The only ercrotion is if a document is to be recorded outside of'California. In such instances, anv alternative acknowledgment verbi.t;e as may be printed on such a document w long as the verbiage does not regt:,re the notary to do something that is illegal fur a notary in California (i.e. certifvi tg the authorized capacity of the signer). Please check the document carefully for )roper notarial wording and attach this form if :•eguired. 3 State and County information must be the State and County where ;he document signer(s) personally .appeared before the notary public for acknowledgment. Date of notarization mutt be the date that the signer(s) personally apo,:ared which must also be the sam: date the acknowledgment is completed. The notary public rust print his or her name as it appears within his or her commission ollowc I be a .omma and then your tide (notary public. Print the name(s) o' document signer(s) who personally appear at the time of notarization. Indicate the correct .insular or plural forms by crossing off incorrect forms I{ehhcitl wy- is late or circling the correct forms. Failure to correct!.: indicate this information may lea,_ to rejection of document recording. 3 The notary seal irr. ression must be clear and photographically r_produciblc. Impression must no cover text or lines. [f seal impression smudges. re -seal if a sufficient area permi i, xhenm ise complete a different acknowledgment form. 3 Signature of the not..; -y public must match the signature on file with the office of the county clerk. Additional •nformation is not required but could help to ensure this acknowtedg ,icnt is not misused or attached to a different document. Indicate title )r type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate of`cer. indicate the title (i.e. CEO, CFO, Secretary). 3 Securely attach this i.)cument to the signed document CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 DESIGNATION OF SURETIES Bidders name .A'550jL; 0'j ec) P"CJ-- r T n c . Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): CIA@-(y� co"'0C. (!�u) 716 N. kct 'N' - 17C CA C13�'��� 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name ASSrc,�ciec+� P�c,.L C©•s�r•�co�� 'T��, Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2008 2007 2006 2005 2004 Total 2009 No. of contracts ) 3 Total dollar Amount of Contracts (in Thousands of $) No. of fatalities No. of lost Workday Cases No. of lost workday cases involving permanent transfer to O D C) C O another job or termination of em to ment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder .�1s��-:«�e� P�.�: � �.�s�r.� � ; T_"( . Business Address:�cTs E .lxr cacQ�r��' rMyl rr c -A q3// 2 Business Tel. No.: -3g72- State Contractor's License No. and Classification: 3994q(,, -- A Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious -name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 ACKNOWLEDGEMENT OF ADDENDA Bidders name The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Mignat C) 17 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of _Zzt s db�a� On 06 s, 246 before me, (Here insert name and title of personally appeared C CJ! lle j who proved to me on the basis of satisfactory evidence to be the person(s� whose name(4 is/a+& subscribed to the within instrument and acknowledged to me that he/site/tley executed the same in his/lam/tkeif authorized capacity(ics), and that by his/ker/thek signature(.s� on the instrument the person(, or the entity upon behalf of which the person(-+) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. a -l -Gd l Signature of Notary Public .46 ROi1N J. LWNG JQCornnWslon # 1671299 Notary FW1Ic • Cabtonya San " Cbi+po county r MVC0ffd% Exp 0 May 29, 2010 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT 64 Ote� Y %�ica✓c(� (Title or description of attached docu(ent) 411irm knc/ey, dpv! fAfl (Title or description of atta ed ent continued) Number of Pages *v2 Document Date �Z) /- (,additional information) CAPACITY CLAIMED BY THE SIGNER :1 Individual (s) Cor orate Officer orate ; (Title) Partner(s) Attorney -in -Fact Trustee(s) Other '008 Version CAPA vl 2.10.07 300-873-9863 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM lny acknowledgment _ompleted in California must contain verbiar,e exactly as appears above in the !otary section or a separate acknowledgment 'orm must be properly completed and attached to that document. The only excz..9tion is if a document is to be recorded outside of'Califbrnia. In such instances, ans alternative acknowledgment verbi_ige as may be printed on such a document ;n long as the verbiage does not rept: ,re the notary to do something that is illegal /or a notary in California (i.e. certifvr rg the authorized capacity of'the signer). Please check the document carefidly for groper notarial wording and attach this form if •eguired. o State and County information must be the State and County where the document signcr(s) personally ..ppeared before the notary public for acknowledgment. • Data of notarization must be the date that the signer(s) personally apoaared which mut also be the sam_ date the acknowledgment is completed. o The notary public rust print his or her name as it appears with;n his or her commission followc I b;, a comma and then your tics (notary public • Print the name(s) o' document signcr(s) who personally appear at the time of notarization. o Indicate the correct .ingular or plural forms by crossing off incorrect forms (i.c. keishe,'dw�— is 'are or „ircling the correct forms. Failure to correct!,, indicate this information may lea:_ to rejection of document recording. 3 The notary seal im•ression must be clear and photographically rproduciblc. Impression must no cover text or lines. If seal impression smudges. re -seal if a sufficient area permit i, otherwise complete a different acknowledgment form. • Signature of the not..;y public must match the signature on file with rhe office of the county clerk. Additional information is not required but could help to ensure this acknowledg -lent is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate of"car.. indicate the title (i.a. CEO, CFO, Secretary) Securely attach this ...icument to the signed document C CALIFORNIA ALL-PURPOSE ERTIFICATE OF ACKNOWLEDGMENT State of California County of c&a,218 4hls",c On S, 2667 before me, personally appeared & Z '' ki LT uL k11 J7'Vdbh c - (Here insert name and t(tI6 of the officer) who proved to me on the basis of satisfactory evidence to be the person(s4 whose name( -r) is/ai-e-subscribed to the within instrument and acknowledged to me that he/s4e/thoy executed the same in his/hw)t4eir authorized capacity(4s), and that by his/ker/t4eif signature( on the instrument the person(+-), or the entity upon behalf of which the person( -s4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, WITNESS my hand and official seal. — 2=::� , w i Signature of Notary Public ROBIN J. LUDWIG 4U0CommMlon # 1671299 Notary Public - CoWomla Son tua ObUpo county My Comm. EgUN May 29, 2010 (Notary Seal)PNIMPIWOR ADDITIONAL OPTIONAL INFORNIIATION DESCRIPTION OF THE ATTACHED DOCC'U/N ENNT (Title or description of attached document) / (Title or description of att hcd doe eni conti ed) Number of Pages )-- Document Date (additional information) CAPACITY CLAIMED BY THE SIGNER Individual (s) Corporate Office �Grt (Title) Partner(s) Attorney -in -Fact Trustee(s) Other '008 V-rsion CAPa v13.10.07 300-873-9865 www.NotarjC[asses.com INSTRUCTIONS FOR COMPLETING THIS FORiYI .any acknowledgment _ompleted in California must contain verbia;e exactly as appears above in the +otary section or a separate acknowledgment orm must be properly completed and attached to that document. The only erceetion is if a document is to be recorded outside of'California. In such instances, caw alternative acknowledgment verbi.t;e as may be printed on such a document io long as the verbiage does not reqs re the notary to do something that is illegal /or a notary in California (i.e. certifi•, tg the authorized capacity of the signer). Please check the document carefully for )roper notarial wording and attach this form if-•equired o State and County information must be the State and County where the document signer(s) personally .appeared before the notary public for ac knowled;ment. o Date of notarization must be the date that the signer(s) personally appeared which must also be the sant: date the acknowledgment is completed. o The notary public -ust print his or her name as it appears within his or her commission followcJ b_, a comma and then your title (notary public o Print the name(s) o' document signer(s) who personally appear at the time of notartzation. o Indicate the correct .in_ular or plural forms by crossing off incorrect forms (i.,:. taeishe 4wa —, is 'are .)r circling the correct forms. Failure to correct!., indicate this information may Ica, to rejection of document recording. • The notary seal im-r_scion must be clear and photographically reproducible. Impression must no .rover text or lines. If seal impression smudges. re -seal if a sufficient area permi ;. otherwise complete a different acknowledgment form. Signature of the not..,j public must match the signature on file with the office of the county clerk. Additional -nformation is not required but could help to ensure this acknowledg aent is not misused or attached to a different document. Indicate title 3r type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity r corporate of 'cor. indicate the title (i.c. CEO, CFO. Secretary 1. Securely attach this .ocument to the signed document CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: JSS0C—'.CJQJ Pac'Q' Co,.S�C�� rS, re-. Business Address: CMLII cC"Jerrl , M- c r© oI3y l) - Telephone and Fax Number: Ply.^ e. N057) DZ- 7 4-7L California State Contractor's License No. and Class: 31` IN 9 .A (REQUIRED AT TIME OF AWARD) Original Date Issued:/'% intiC.� Expiration Date:_ l- ©�©� O List the name and title/position of the person(s) who inspected for your firm the site of the work proposedl� in thesecontract documents: M;% -q- The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone & `te, &SIde>,V Jqq- rliaarracQesO � Moms &,.CA `134M2 `8c� 23`f -Boss' Corporation organized under the laws of the State of WN The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: A,,, , ,,cAe P0.! `� ( For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; MO'N e Briefly summarize the parties' claims and defenses; N0)•.e- Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. 00 For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / o Are any claims or actions unresolved or outstanding? Yes 4 No 19 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. L 6 6-, //-e'l (Print name of Owner or President of Corpora;2" omp n /asy s o"C16Y pall � k, Bidder Authorized Signature/Title P11_ Title Date On Song before me, 4,ut�iiiI Notary Public, personally appeared �G�L ��• ��/��,✓ who proved to me on the basis of satisfactory evidence to be the person(-} whose name(s) is/ate subscribed to the within instrument and acknowledged to me that he/she/th,,-,y executed the same in his/#ger/tom authorized capacity(i_s , and that by his/4&r/#-+e4 signature�o on the instrument the person(--�, or the entity upon behalf of which the person( -s-} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. _iROBIN J. LUDWKv F COMMUlon # 1671299 / Nolay Publk . CaNMmla 12_,Z 7—/ w(SEAL)WMYCORMEXIAMMOV29,20101 son Luis obapo County otary Public in and for said Stagy e My Commission Expires: 25 20/6 Ell CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificates) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 CONTRACT THIS AGREEMENT, entered into this day of , 2009, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Associated Pacific Constructors, Inc., a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK There are 2 projects in this contract: (1) Rhine Wharf Repairs (Drawing No. H- 5163 -S): The work necessary to complete this project consists of furnishing transportation, labor, materials, and equipment for removing existing members of the wharf; repairing the Rhine Wharf structure and surrounding areas; repairing and restoring deteriorated concrete on the concrete members; applying preservative treatment to wood decking as detailed in the Contract Documents and all other items as required to complete the work in place. The work also includes, but is not limited to, securing permits, distributing notices, establishing temporary traffic controls and other incidental items of work. (2) Rhine Channel Public Dock (Drawing No. H- 5168 -S): The Public Dock system shall be delivered as a design -build project. The work necessary to complete this contract consists of furnishing transportation, labor, materials, and equipment for the design of 1) a precast concrete platform with guard railings and transition plates, 2) a floating dock with pre- stressed concrete piles and dock amenities, and 3) a handicapped accessible aluminum gangway with appropriate transition plates, at the Rhine Channel Wharf as detailed in the Contract Documents; prepare and submit structural calculations (signed by a licensed civil or structural engineer), drawings, and specifications to the City of Newport Beach's Building Department for plan check and approval; obtaining a "no- cost" building permit; and constructing the platform, dock, accessible gangway and all other items as required to complete the work in place. The City of Newport Beach has or will obtain all remaining State and Federal permits associated with this project. The dock system shall conform in general to the dimensions and details shown on the Plan and these special provisions. The dock system shall be designed and constructed in accordance with the requirements of the 2007 California Building Code (CBC), City of Newport Beach Waterfront Project Guidelines and Standards, Harbor Design Criteria Commercial and Residential Facilities, 2008 Edition and the Layout & Design Guidelines for Marina Berthing Facilities, latest edition, published by the State of California Department of Boating and Waterways. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. i% NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3821, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specked in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Three Hundred Seventy-Four Thousand, Five Hundred Thirty -Nine and 841100 Dollars ($374,539.84). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: 23 CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Frank Tran (949)644-3340 CONTRACTOR Associated Pacific Constructors, Inc. 495 Embarcadero Morro Bay, CA 93442 805 - 772 -7472 805- 772 -5803 Fax F. INSURANCE Without limiting Contractor's indemnification of City, and rip or to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. 1. Certificates of Insurance. Contractor shall provide original certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. City reserves the right to require complete, certified copies of all required insurance policies at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 2. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. 3. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 4. Coverage Requirements. a. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each 24 subcontractor to similarly maintain Workers' Compensation Insurance and Employee's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractors employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. 5. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 6. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the 25 scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. 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 insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award,' so that the City may review and approve all insurance and bonds documentation. 7. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 8. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. OM 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in G.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: ou� CITY CLERK APPROVED AS TO FORM f F.; By. nette . Beaucham Assistant City Attor CIT' AM 91 ASSOCIATEZPFIC CONSTRUCTORS, INC. (Corporate Officer) L Title: Print Name: " 6- tilllved By: ial (Financial Officer Title:�I�-�/�� F'Il/r¢� OYfC� Print Name: p�d� Lam./�lJr'J Please note: Corporations must complete and sign both places above even if each office is held by the same individual 28 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 BOND NO. 58667806 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,393.00 being at the rate of $ 14.40 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Associated Pacific Constructors, Inc., hereinafter designated as the "Principal", a contract for construction of RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK, Contract No. 3821 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3821 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Seventy -Four Thousand, Five Hundred Thirty -Nine and 841100 Dollars ($374,539.84) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 33 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and -it -does-her-eb-y waive -notice -of- any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3 0 t h day of October . Associated Pacific Constructors, Inc. Authorized Si nature itie (Principal) G-� L , G, /r.✓, �r�a��/ Western Surety Company Name of Surety u orized Agent ignature 6300 Canoga Ave., Ste. 115OW Woodland Hills, CA 91367 Address of Surety 818 713-2031 Telephone Shirley Littell-Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Ventura On Oct. 30, 2009 before me, Janet Burton, Notary Publ i c Date Here Insert Name and Title of the Officer personally appeared Shirley L i t t e l l Name(s) of Signer(s) JANET RMT01111111 Commission • 1694095 -� Notary Public - CaMornis Wnturs county my Comm. EYAW 0 t 14 1 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha d official se I. Signature: Place Notary Seal and/or Stamp Above OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Faithful Performance Bond Document Date: October 3 0, 2009 Number of Pages: 3 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner— ❑ Limited ❑ General EX Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Represening: Western Surety Compa Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02008 National Notary Association- 9350 Do • Soto Ave.. P.O. Box 2402 -Chatsworth, CA 91 ^t 3-2402 - www.NationalNotary nrg i„„ 45907 Reorder: Call Toll -Free 1-800-876-6827 ACKNOWLEDGMENT ............................................... ■ ............................. ■ 1 State of Cal' ornia County of h Zvi S 6,6;4A } ss. On &dyem Zel ?a2 bef re me, dfdt h Notary Public, personally appeared dt1 C•✓ ,who proved to me on the basis of satisfactory evidence to be the person(-s� whose names-) is/are- subscribed to the within instrument and acknowledged to me that he/s#e/torcy executed the same in his/4w/their authorized capacity(iee), and that by his/her/tJ}eir signatures(4) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. w ! ignature 44 ROBIN J. LUDWIG Commission # 1671299 Notary Public - California son Luis Oblspo County My Comm. Expkes May 29,201 O (seal) ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ . ■ ■ ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ . ■ ■ ■ . ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 1 OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT Know AB Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and onus behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a ddy authorized officer of the corporation and all the am of said Attorney. pursuant to the authority hereby green, are hereby ratified and confined. This Power of Attorney is made arid executed pursuant to and by authority of the By -Law printed on the reverse hereof; duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 1st day of October. 2009. „ WESTERN SURETY COMPANY Paul . Bmflat, Senior Vice President State of South Dakota ss County of Mbanetmha On this Ist day of October, 2009, before me personally came Paul T. Brutat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; Mat it was so affixed pursuant to authority given by Me Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires aN••NN•N•••••••NNN t D. KRELL i November 30, 2012 ,-UWHOUTH PUBLIC ems, l + SOUTH DAKdfA L �z �N \• \ \\\ \ \N4\N••N \Y• Ila D. Krell, NcrAry Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 30th d y of October 2 0 0 9 '�`r` WESTERN SURETY COMPANY 0 why s z Fare F02aa-a9 -06 L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretat, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK CONTRACT NO. 3821 BOND NO. 58667806 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,393.00 being at the rate of $ 14.40 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Associated Pacific Constructors, Inc., hereinafter designated as the 'Principal°, a contract for construction of RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK Contract No. 3821 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3821 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Western Surety Company , duty authorized to transact business under the laws of the State of California as Surety (hereinafter 'SureV), are held and firmly bound unto the City of Newport Beach, in the sum of Three Hundred Seventy -Four Thousand, Five Hundred Thirty -Nine and 841100 Dollars ($374,539.84) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principars heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specked, and in all respects according to its true intent and meaning, or fags to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. KOM As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shag be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, orgy in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of tirne, alterations or additions to the terns of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and -ft_does- herebyu he_molice_of.any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bard shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been duty executed by the Principal and Surety above named, on the 3 0 t h day of O c t o b e r '40. D 4 Associated Pacific Constructors, Inc. Authored S' rtie (Principal) Gn Western Surety Company Name of Surety oriaed Agent nature 6300 Canoga Ave., Ste. 1150W Woodland Hills, CA 91367 Address of Surety 818 713 -2031 Telephone Shirley Littell- Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 1011 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Ventura On Oct. 30. 2009 before me, Janet Burton, Notary Public , Date Here Insert Name antl Tiva of t" MUM personally appeared S h i r l e y L i t t e l l Name(a) of Signer(a) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha d official se Signature: Place Notary Seal and/or Stamp Above OPTIONAL Signabue of Notary Public Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Faithful Performance Bond Document Date: October 30, 2009 Number of Pages: 3 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑Limited ❑General L%i Attorney in Fact FI Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Western Surety Compa • Corporate Officer — Title(s): • Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: ®2008 Natimal Notary Aasocalim• Ave. Po. Box 2402•Chatawc0h. CA o *5907 Rextler. Car Toll -Frae 1.8WA]6-682] ACKNOWLEDGMENT ............... ............................... a. •......0.062................... State of Caf ornia �t County of h 4 S i �6!d !A ss. T On &dVem at/ % 24V5 be,fppre me, d�ty, ✓ .Gr�t6*��g Notary Public, personally appeared /'kuL .6• 6/ t../ ,who proved to me on the basis of satisfactory evidence to be the person(64 whose name(&) is /awe- subscribed to the within instrument and acknowledged to me that he /shel'" executed the same in his /4w /their authorized capacity(iee), and that by his /her / their signatures(s) on the instrument the person(&), or the entity upon behalf of which the person(.&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ROBIN J. CornrrAssbn # M 1671 1671299 Notary Hbft • Cauramla _ Sar 0 ObIli CouYy Q01WCwM80wMaV29.201l0r (seal) ................................... ............................... a . . . . . . . . . . . . OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney _ CEO /CFOICOO _ President / Vice - President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer E] Check here if no thumbprint or fingerprint is available. Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virma of the signabue and seal herein affixed hereby crake, constitute and appoint Shirley Littell, Individually of Oxnard, CA, its true and lawful Anomey(s )-in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bends, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attomoy is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof; duty adopted, as indicated, by the shareholders of the corporation In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed onthis 1st day of October, 2009. rrti WESTERN SURETY COMPANY Paul . Bmflat, Senior Vice President State of South Dakota 1 County of Mimehaha JI ss On this 1st day of October, 2009, before me personalty came Paul T. Bmtlat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux.Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instmmem; that he knows the said of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires 4\r \ \ \ \"""` \" " ""' \\\i4 i D. KRELL '+ November 30 2012 S/ NOTARY AX0TA SOUTH V ly Pusuc , D. Krell, No ry Public CERTIFICATE L L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinsbove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my munc and affixed the seal of the said corporation this 30th day of October 2009. �a"TM WESTERN SURETY COMPANY r �tA Vl • /e/WL(j� L. Nelson, Assistant Secretory Form P4290-09-06 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Director; may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or outer obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach Date Received: 11112/09 Dept. /Contact Received From: Shauna Oyler Date Completed: 11116109 Sent to: Shauna Oyler By: Michelle Ross Company /Person required to have certificate: Associated Pacific Constructors REVISED I. GENERAL LIABILITY A. INSURANCE COMPANY: Northern Assurance Co. of America B. AM BEST RATING (A: VII or greater): "A "(XIII) C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No $1,000,000 with D. LIMITS (Must be $1 M or greater): What is limit provided? $4,000,000 Umbrella E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (Completed Operations status does not apply to Waste Haulers) ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Netherlands Insurance Co B. AM BEST RATING (A: VII or greater) "A "(XV) C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): $1,0000,000 with a What is limits provided? $4,000,000 Umbrella E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers) :Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? NIA ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: National Union Fire Ins Co. Pittsburgh B. AM BEST RATING (A: VII or greater): "A °(XV) C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Ed. 8 2009 ® Yes ❑ No California Business Search DISCLAIMER: The information displayed here is current as of OCT 02, 2009 and is updated weekly. It is not a complete or certified record of the Corporation. Blank Gelds indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QuetyCorpNumberCO960014 &printer =yes 10/07/2009 Corporation ASSOCIATED PACIFIC CONSTRUCTORS, INC. Number: C0960014 Date Filed: 5/30/1980 Status: active Jurisdiction: California Address 495 EMBARCADERO MORRO BAY, CA 93442 Agent for Service of Process PAUL E GILLEN 495 EMBARCADERO 11MORRO BAY, CA 93442 Blank Gelds indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QuetyCorpNumberCO960014 &printer =yes 10/07/2009 Check a License or Home Improvement Salesperson (HIS) Registration - Contractors Stat... Page 1 of 1 Department of Consumer Affairs Contractors State Li a oard Contractor's License Detail - License # 394886 ® DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this Information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. -5> Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. >> Arbitrations are not listed unless the contractor fails to comply with the terns of the arbitration. %, Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: 394886 Extract Date: 10/0712009 ASSOCIATED PACIFIC CONSTRUCTORS INC Business Information: 495 EMBARGADERO MORRO BAY, CA 93442 .............. .. Business Phone Number: (805) 772 -7472 ............... ........ ................. Entity: ..... Corporation .... ... ....... ............. Issue Date: 11103/1980 Expire Date: License Status: ........ his license is current and active. All information below should be reviewed. ... ....... .... . Additional Status: The license may be suspended on 1110412009 if the workers' compensation insurance policy is not filed with the CSLB. CLASS DESCRIPTION Classifications: A GENERAL ENGINEERING CONTRACTOR CONTRACTOR'S BOND This license filed Contractor's Bond number SC210449 in the amount of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 03/022009 Bonding: Contractors Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer IRMO) PAUL EDWARD GILLEN certified that he /she owns 10 percent or more of the voting slocklequily of the corporation A bond of qualifying Individual is not required. Effective Date: 04/1012006 This license has workers compensation insurance with the NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA Policy Number: WC5385299 Workers' Compensation: Effective Date Expire :1010112009 Worke ' Compe istory Personnel listed on this license (current or disassociated) are listed on other licenses. Conditions of Use I Privacy Policy Copyright © 2009 State of California https:// www2. cslb. ca. gov/ OnlineServices /CheekLicense /LicenseDetai[.asp 10/07/2009 Cust Encompass Det Acct. Type: License #: Bus. ID: Name: Owner Name: Owner Phone: Owner Type: Exp. Datch S Addy: S Addy 2: Addr3: Zip: B Addr1: B Addr2: B Addr3: B Zip: Phone: FEIN: SEIN: Established: SIC: Owner #: # of Emps: usrl : usr2: usr3: usr4: us r5: usr6: us r7: all Business Tax BT30028997 0059119 ASSOCIATED PACIFIC CONSTRUCTOR PAUL E GILLEN 8057727472 CC 95E4 MBARCADERO MORRO BAY CA 93442 495 EMBARCADERO MORRO BAY, CA 93442 8057727472 1238 960014 8/2512009 1629 -OTH HEAVY CONSTRUCTION 0059119 0 445720 1276729958 Emergency Contact Info Contact: MIKE MARCHITTO Phone: 8052342841 Page 1 of 1 http:// www.citynet.newport- beach.ca.usl masterid IENC_detail.asp ?EID= BT30028997 10/07/2009 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 RHINE CHANNEL WHARF REPAIRS and PU CONTRACT NO 382 DATE: BY: Deputy TO: ALL PLANHOLDERS Page: 1 of 2 DOCK Director The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. SPECIAL PROVISIONS: 1. Section 9 -3 PAYMENT: Add the following into Bid Item No. A21: Remove and Install New 12" Diameter Timber Poles: "Poles may be field cut and coated with Copper Naphthenate. " 2. Section 9 -3 PAYMENT: Add the following into Additive Bid Item 1: Install New Tie -Rods: "The Contractor should assume for bid purposes that the entire concrete apron and curb gutter will be replaced along the full length of the repair area. Polyurethane sealant shall be required at the joints. Joint sealant shall be Sonolastic® NP 2 by Degussa Building Systems or approved equal. Color to match adjacent materials." f:Wsers \pbwlshared\contractstfy 09- 10\rhine wharf repairs & public dock o-3821\addendum no 1.doc Page: 2 of 2 B. TECHNICAL SPECIFICATIONS FOR THE RHINE CHANNEL PUBLIC DOCK: 3. Delete Section 02350 Paragraph 1.03 -C.1 in its entirety and replace with the following: "Piles shall be solid precast units, cast monolithically and employing high - tensile steel wire reinforcing previously preloaded in a suitable pile casting bed. The Design/Builder is to determine the pile cross section and placement of reinforcement and submit to the City for approval. Piles shall be cast with an internal jet pipe." 4. Delete Section 02350 Paragraph 2.07 -A in its entirety and replace with the following: "Piles shall be provided with a jetting tube intemally cast (preferred). An external jetting tube may be use with the approval of the Engineer. Jetting of piles is only permitted if approved by the Geotechnical Engineer of Record, and at a minimum, the last five (5) feet of pile shall be driven and not jetted." 5. Delete Section 02487 Paragraph 1.14 -K.10 (Guide Piles) in its entirety. C. DRAWINGS 6. In Drawing No. H- 5168 -S: Under "NOTES ", add the followings: • Note I -A.4.: Assume elevation of the existing mud line at the platform is -6.00 MLLW. • Note I -B.2.: Assume elevation of the existing mud line at the dock is -12.00 MLLW. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. 1 have carefully examined this Addendum and hava included full payment in my Proposal. 7160Crau Pac4k cew,5" —_—&r Bidder's Name (Please Print) f :lusers\pbwlsharedlcontractslfy 09- 101rhine wharf repairs & public dock c- 38211addendum no 1.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE CHANNEL WHARF REPAIM AND PUBLIC DOCK CONTRACT NO. 3821 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3821 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE RHINE WHARF REPAIRS (H-S1 63-S) Al Lump Mobilization /Demobilization. Sum @ 7771✓244 Five Dollars and Cents per Lump Sum A2 Lump Traffic Control. Sum p @ f Ye 7?7oaSaP? Dollars and Cents per Lump Sum A3 120 LF Remove and reinstall existing removable wood guardrail. @ — Dollars and per LF $95,000.60 $ o.aa $ 11'iev-60 PR2of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A4 20 LF Remove and reinstall existing fixed wood guardrails. Dollars and Cents $ 5b •� $� per LF A5 122 LF Remove and install new wheel stops. @ .5'c ✓en k .SC Ve nJ Dollars and 616±V S e-y r,J Cents $ 71 per LF A6 1,000 SF Remove existing plywood cover, asphalt ramp and 4x T &G wood decking. @_ ✓e xJ Dollars and T.r' Cents $ $ r%/40•4Z per SF A7 100 SF Remove existing 3x T &G wood decking. @ C_1r-ve_AJ Dollars and Cents $ DO $ per SF A8 11 EA Remove and reinstall existing wood pile cap beams. @ "our 4V'01Z60 Ni 1e_ Dollars („ and /a ` %x) Cents $ 01 per Each A9 10 EA Remove and install new beam seats and anchors. /� @_ /-77rCC /G,Lo96J T"x Mollars and Cents per Each $ PR3of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A10 1 EA Remove loose materials and epoxy coat existing beam seat. @ u llu &dley tblen �Dollars and Cents $ O $ a;aS. 6 D per Each All 80 LF Epoxy crack injection at wall panels and cap. @ &A �JG FfT Dollars and 71ie /vc Cents $ y&, 12 $ 3r %M Go per LF Al2 12 CF Concrete spall repairs using hand patching at wall panels and cap. @ 7laifeC �inc�ye�L�� Dollars and Cents $ 3 *v.60 $ per CF A13 2 LF Rebar repair. @ n v'ee f- AW'-c e1' Dollars and Cents $ 366.60 $ Zoo- 60 per LF A14 3 LF Epoxy crack injection at piles. Dollars and Cents $ 333.00 per LF A15 11 CF Concrete spall repair using form and pour method at piles. @ rCeAll cirer /// Ne�� Dollars and Cents per CF PR4of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A16 420 SF Remove and install new concrete stab. @_ 7-A / /7y 711 ✓e C—' Dollars ��b 11 and Ij Cents $ ,.53•M $ 60 per SF A17 1,000 SF Install new 4x12 T &G wood decking. @ %k1Ph/ Yee— Dollars and Cents per SF A18 100 SF Install new 3x12 T &G wood decking. $ au a) $,?9, 600,,06 @_! n 27S/ %w y Dollars and Cents $ $ per SF A19 550 LF Install new stainless steel rods at removable guardrails. @ Dollars -3,,3 � oa and .Cents per LF A20 1392 LF Install new stainless steel rods at fixed guardrails. @ 771 VeG Dollars $1 ZZ -o.60 Cent s $ ✓?, 7S per LF A21 Lump Remove and install new 12" diameter Sum timber poles A' Se ✓Pn C1/ @ T D no, /54Me/ Dollars and Cents per LF PR5of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A22 Lump As -Built Plans Sum @ Five Thousand Dollars and Zero Cents $5.000.00 per Lump Sum TOTAL PRICE IN WRITTEN WORDS FOR WHARF REPAIRS (BID ITEMS Al —A22)- /' / Th��sftr 017e rce— %A Ali ►t Dollars and 4&G"rY 61J✓ Cents $ �y3� G r3`7• �� Total Price (Figures) ADDITIVE BID ITEMS: Add 1 20 EA Install new tie rods �/6Ni i�ncYr�G @ %wo 7hoyS4�� Dollars and Cents $J.S�0-00 $��,Q�.A6 per Each Add 2 Lump Upgrade galvanized materials to Alloy Sum 316/316L Stainless Steel Dollars and $ O 0106.60 Cents per Lump Sum PR6of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE PUBLIC DOCK (H- 5168 -S): All work associated with the Public Dock is Design /Build, and requires all necessary design, calculations, specifications, drawings, and coordination with City Departments to obtain City Building Permits. Payment of Application and Building Permit fees will not be required by the Contractor. B1 Lump Design -Build Concrete Platform Sum �./ @ LYIk Ye AAaSa' a Dollars and Cents $ �S, OZXJ'!�o per Lump Sum B2 Lump Design -Build Public Dock Sum / @ ✓e c� "5-w % 0y'(x' x 4 Dollars and Cents $ /%S, em. '56 per Lump Sum B3 Lump Design -Build Aluminium Gangway Sum @ duS4,G/ Dollars and Cents $_jZ $_j Ode) 66 per Lump Sum B4 Lump Design -Build Fire Water System Sum @ _J/ A ✓✓C Ad,16A, Dollars and Cents $ per Lump Sum 85 Lump As -Built Plans Sum @ One Thousand Five Hundred Dollars and Zero Cents $ 1,500.00 per Lump Sum PR7of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS FOR PUBLIC DOCK (BID ITEMS B1 — B5): 71-16 /kxlre,�/ /77,�ir/L/ Gne 'AAI f- Ire Ni nct�✓W41� Dollars and /,)0 Cents a3 /, soo -6O Total Price (Figures) TOTAL BASE BID PRICE IN WRITTEN WORDS FOR ENTIRE PROJECT: (BID ITEMS Al /— A22, and B1 — 65) �ot6f (/ �'J 1'CC �UViC' /i�e� �ven /V fives Fl v,- P /kAJ, -e-e 7� ! P1 me-, and 616NTV /au✓ Cents Date P�..(�s-)771 -7`I�L FQx (Rtf) 771 -5'go3 Bidder's Telephone and Fax Numbers ,�4 4 e`3t, — A Bidder's License No(s). and Classification(s) * Total Base Bid Price (Figures) f�Scnr�i��tPar`C:r ('rs..�c'ters� Snc. Bidd tjZV Bidder's Auth ized Sign ture and Title 44r 6,. Da«Gc4rca' A.locro f3cvT ( 42 Bidder's Address Bidder's email address: * Contract shall be awarded based on the Total Base Bid Price (Bid Items Al — A22, and B1 — 135), not including Additive Bid Items in page PR 5 of 7. PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS RHINE CHANNEL WHARF REPAIRS AND PUBLIC DOCK 1 1 1 1 2 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 CONTRACT NO. 3821 INTRODUCTION PART 1 -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-5 SHOP DRAWINGS AND SUBMITTALS 2 -5.3 General 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -1 LOCATION 5 -2 PROTECTION 5-7 ADJUSTMENTS TO GRADE SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 1 1 1 1 2 2 3 3 3 3 3 3 3 3 4 4 4 4 4 4 6-7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 6-9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 6 7 -5 PERMITS 6 7 -7 COOPERATION AND COLLATERAL WORK 6 7 -8 PROJECT SITE MAINTENANCE 6 7 -8.5 Temporary Light, Power and Water 6 7 -8.5.1 Steel Plates 7 7 -8.6 Water Pollution Control 7 7 -8.6.1 Best Management Practices and Monitoring Program 7 7 -10 PUBLIC CONVENIENCE AND SAFETY 9 7 -10.1 Traffic and Access 9 7 -10.2 Storage of Equipment and Materials in Public Streets 9 7 -10.3 Street Closures, Detours, Barricades 9 7 -10.4 Safety 10 7- 10.4.1 Safety Orders 10 7 -10.5 "No Parking" Signs 10 7 -10.7 Notice to Residents and Temp Parking Permits 10 7 -15 CONTRACTOR LICENSES 11 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 11 SECTION 9 MEASUREMENT AND PAYMENT 11' 9 -3 PAYMENT 11 9 -3.1 General 11 9 -3.2 Partial and Final Payment 15 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 15 201 -1 PORTLAND CEMENT CONCRETE 15 201 -1.1.2 Concrete Specified by Class 15 201 -2 REINFORCEMENT FOR CONCRETE 15 201 -2.2.1 Reinforcing Steel 15 201 -7 NON - MASONRY GROUT 15 201 -7.2 Quick Setting Grout 15 SECTION 300 300 -1 300 -1.3 300 -1.3.1 300 -1.3.2 300 -1.5 SECTION 302 302 -5 302 -5.1 302 -5.4 SECTION 303 303 -5 303 -5.1 303 -5.1.1 303 -5.4 303 -5.4.1 303 -5.5 303 -5.5.1 303 -5.5.2 303 -5.5.4 SECTION 310 310 -5 310 -5.6 310 -5.6.7 310 -5.6.8 SECTION 400 400 -2 400 -2.1 400 -2.1.1 PART 3 -- CONSTRUCTION METHODS EARTHWORK 16 CLEARING AND GRUBBING 16 Removal and Disposal of Materials 16 General 16 Requirements 16 Solid Waste Diversion 16 ROADWAY SURFACING 17 ASPHALT CONCRETE PAVEMENT 17 General 17 Tack Coat 17 CONCRETE AND MASONRY CONSTRUCTION 17 CONCRETE CURBS, WALKS, GUTTERS, CROSS - GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 17 Requirements 17 General 17 Joints 17 General 17 Finishing 17 General 17 Curb 18 Gutter 18 PAINTING 18 PAINTING VARIOUS SURFACES 18 Painting Traffic Striping, Pavement Markings, and Curb Markings 18 Layout, Alignment and Spotting 18 Application of Paint 18 PART 4 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 19 UNTREATED BASE MATERIALS General Requirements TECHNICAL SPECIFICATIONS FOR RHINE WHARF REPAIRS AND RHINE CHANNEL PUBLIC DOCK 19 19 19 SP 1 OF 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS I V 1 \-� CONTRACT NO. 3821 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. H- 5163 -S, H- 5168 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplement. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2- -SCOPE AND CONTROL OF THE WORK 2 -5 SHOP DRAWINGS AND SUBMITTALS 2 -5.3 General. Change the first paragraph to read, "Shop drawings and submittals, including duplicate samples showing available color range, shall be prepared and provided to the Engineer at the Contractor's sole expense." 2 -6 WORK TO BE DONE Add to this section, "There are 2 projects in this contract: (1) Rhine Wharf Repairs (Drawing No. H- 5163 -S): The work necessary to complete this project consists of furnishing transportation, labor, materials, and equipment for removing existing members of the wharf; repairing the Rhine Wharf structure and surrounding areas; repairing and restoring deteriorated concrete on the concrete members; applying preservative treatment to wood decking as detailed in the Contract Documents and all other items as required to complete the work in place. The work also SP2OF19 includes, but is not limited to, securing permits, distributing notices, establishing temporary traffic controls and other incidental items of work. (2) Rhine Channel Public Dock (Drawing No. H- 5168 -S): The Public Dock system shall be delivered as a design -build project. The work necessary to complete this contract consists of furnishing transportation, labor, materials, and equipment for the design of 1) a precast concrete platform with guard railings and transition plates, 2) a floating dock with pre- stressed concrete piles and dock amenities, and 3) a handicapped accessible aluminum gangway with appropriate transition plates, at the Rhine Channel Wharf as detailed in the Contract Documents; prepare and submit structural calculations (signed by a licensed civil or structural engineer), drawings, and specifications to the City of Newport Beach's Building Department for plan check and approval; obtaining a "no -cost" building permit; and constructing the platform, dock, accessible gangway and all other items as required to complete the work in place. The City of Newport Beach has or will obtain all remaining State and Federal permits associated with this project. The dock system shall conform in general to the dimensions and details shown on the Plan and these special provisions. The dock system shall be designed and constructed in accordance with the requirements of the 2007 California Building Code (CBC), City of Newport Beach Waterfront Project Guidelines and Standards, Harbor Design Criteria Commercial and Residential Facilities, 2008 Edition and the Layout & Design Guidelines for Marina Berthing Facilities, latest edition, published by the State of California Department of Boating and Waterways. 2 -9 SURVEYING 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. The benchmark at the flag pole at City Hall maybe used to establish elevations at the site. SECTION 3--- CHANGES IN WORK 3 -3 EXTRA WORK SP3OF19 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SP 4 OF 19 SECTION 5-- UTILITIES 5 -1 LOCATION. Add the following after the 3d paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. Where applicable, the Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and surrey monuments.. The Contractor will be required to contact Southern California Edison, The Gas Company, AT &T Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. SECTION 6--- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre - construction meeting has been conducted, and a best scenario schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract for Rhine Wharf Repairs within 45 consecutive working days after the date on the Notice to Proceed with Shop Drawings. SP5OF19 The Contractor shall complete all work under the Contract for Rhine Channel Public Dock within 120 consecutive working days after the date on the Notice to Proceed with Shop Drawings. The number of days for the completion of the project does not include review time by the different governing agencies nor the additional time required to perform alternate bid items 1 and 2, if directed by the City. Contractor may work the project concurrently. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half day), December 25th (Christmas), and December 315't (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 6:00 a.m. to 7:30 a.m. or 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specked in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum SP6OF19 value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations " SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Replace this section with: "The Contractor shall, as a portion of his design -build contract services, prepare and submit drawings, specifications and substantiating calculations to the City of Newport Beach's Building Department for plan check and permit issuance. The drawings shall be drawn on standard 24 -inch by 36- inch sheets. Said submittals shall bear the seal of a registered professional engineer that is licensed by the State of California to prepare such work. The Contractor shall then obtain a no-fee building permit issued by the Building Department. Building Department plan check and construction inspection fees will be waived. 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2 :00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." SP 7 OF 19 7 -8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http: //www.citv.newport- beach. ca. us /pubworks /links. him." 7 -8.6.1 Best Management Practices and Monitoring Program. Appropriate Best Management Practices (BMP) will be implemented by contractor to reduce construction- related impacts to Newport Harbor. 1. Accordingly the contractor must prepare a Storm Water Pollution Prevention Plan (SWPPP). 2. The City of Newport Beach will be responsible for Eelgrass and Caulerpa surveys and will provide surveys in timely manner in accordance with construction schedule. Special Conditions 1. No construction materials, equipment, debris, or waste shall be placed or stored where it may be subject to tidal and wave erosion and dispersion. 2. Any and all debris resulting from construction activities shall be removed from the site within 24 hours of completion of construction. 3. Machinery or construction materials not essential for project improvements shall not be allowed at any time in the intertidal zone. 4. Sand from the beach, cobbles, or shoreline rocks shall not be used for construction material. 5. Project- related activities must not cause the background natural turbidity, as measured in Nephelometric Turbidity Units (NTU's), in the receiving waters to be increased by values greater than the following Basin Plan objectives at a distance of 100 feet from the activity: 6. If natural turbidity is between 0 and 50 NTU, the maximum increase must not exceed 20% of the measured natural turbidity. SP8OF19 7. If natural turbidity is 50 to 100 NTU, the increase must not exceed 10 NTU. a. If natural turbidity is greater than 100 NTU, the maximum increase must not exceed 10% of the measured natural turbidity. 8. If turbid conditions are generated during contrition a silt curtain shall be utilized to control turbidity. 9. Measures shall be taken to ensure that barges do not ground and impact eelgrass sites. 10. Floating booms shall be used to contain debris discharged into coastal waters and any debris discharged shall be removed as soon as possible but no later than the end of each day. 11. Contractor shall ensure no debris, soil, silt, sand, sawdust, rubbish, cement or concrete washings thereof, oil or petroleum products, from construction shall be allowed to enter into or placed where it may be washed by rainfall or runoff into waters of the United States. 12.Non- buoyant debris discharged into coastal waters shall be recovered by divers as soon as possible after loss. 13. Reasonable and prudent measures shall be taken to prevent any discharge of fuel or oily waste from heavy machinery, pile drivers, or construction equipment of power tools into coastal waters. Contractor shall have adequate equipment available to contain any such spill immediately. 14.All stock piles and construction materials shall be covered, enclosed on all sides, shall be located as far away as possible from drain inlets and any waterway, and shall not be stored in contact with the soil. 15.All debris and trash shall be disposed of in the proper trash and recycling receptacles as the end of each construction day. 16.The applicant shall use the least damaging method for the construction of piling and any other activity that will disturb benthic sediments. The applicant shall limit, to the greatest extent practicable, the suspension of benthic sediments into the water column. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. SP 9 OF 19 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, adjacent to the work area must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plan(s). The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed civil engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed civil engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all Pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted." SP 10 OF 19 7 -10.4 Safety 7- 10.4.1 Safety Orders. Add to this section: 'The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644 -3717 for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. SP 11 OF 19 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess an "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As -Built" drawings. It shall be the contractor's responsibility to arrange for the appropriate changes to be made to the final drawing set, and present both a corrected Mylar hard copy and a compact disc (CD) with each drawing sheet saved as a .PDF as described in the City of Newport Beach Design Criteria Standard Special Provisions & Standard Drawings for Public Works Construction 2004 edition (revised June 23, 2008). The "As- Built' Mylar plans and CD shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: RHINE WHARF REPAIRS (H- 5163 -S) Item No. Al Mobilization /Demobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Work under this item shall include demobilization and removing SP 12 OF 19 all construction equipment and materials and restoring the site in a manner acceptable to the City. Item No. A2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed Civil or Traffic Engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag - persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest Edition, and City of Newport Beach Requirements. Item No. A3 Remove and reinstall existing removable wood guardrail: Work under this item shall include removing and reinstalling the existing removable wood guardrail using existing galvanized support brackets and new 5/8" diameter galvanized thru bolts and all other work as required to complete the work in place. Item No. A4 Remove and reinstall existing fixed wood guardrail: Work under this item shall include removing and reinstalling the existing fixed guardrails using new 518" diameter galvanized thru bolts and all other work as required to complete the work in place. Item No. A5 Remove and install new wheel stops: Work under this item shall include removing the existing wheel stops and installing new wood wheel stop with new %" diameter galvanized lag bolts and all other work as required to complete the work in place. Item No. A6 Remove existing plywood cover, asphalt ramp and 4x T &G wood decking: Work under this item shall include removing the existing plywood cover, asphalt ramp and 4z T &G wood decking and all other work as required to complete the work in place. Item No. A7 Remove existing 3x T &G wood decking: Work under this item shall include removing the existing 3x T &G wood decking and all other work as required to complete the work in place. Item No. A8 Remove and reinstall existing wood pile cap beams: Work under this item shall include removing and reinstalling the existing wood pile cap beams with new 5/8" diameter galvanized thru bolts and all other work as required to complete the work in place. Item No. A9 Remove and install new beam seats and anchors: Work under this item shall include removing the existing beam seats and anchors. Install new galvanized and epoxy coated (Ameron Amerlock 400 or approved equal) steel beam seats with new 5/8" diameter Alloy 316/316L stainless steel threaded anchor rods set in epoxy and all other work as required to complete the work in place. SP 13 OF 19 Item No. A10 Remove loose materials and epoxy coat existing beam seat: Work under this item shall include removing loose materials on the existing beam seat and coating with two coats (8 mil minimum thick coats) of Ameron Amerlock 400 or approved equal, epoxy coating and all other work as required to complete the work in place. Item No. A11 Epoxy crack injection at wall panels and cap: Work under this item shall include epoxy crack injection at existing bulkhead wall panels and cap and all other work as required to complete the work in place. Item No. Al2 Concrete spall repairs using hand patching at wall panels and cap: Work under this item shall include concrete spall repairs, including edge and surface conditions, using hand patching at existing bulkhead wall panels and cap and all other work as required to complete the work in place. Item No. Al Rebar repairs: Work under this item shall include rebar repair at existing bulkhead wall panels and cap and all other work as required to complete the work in place. Item No. A14 Epoxy crack injection at piles: Work under this item shall include epoxy crack injection at existing piles and all other work as required to complete the work in place. Item No. A15 Concrete spall repair using form and pour method at piles: Work under this item shall include concrete spall repair, including edge and surface conditions, using form and pour method at existing piles and all other work as required to complete the work in place. Item No. A16 Remove and install new concrete slab: Work under this item shall include sawcutting and removing existing concrete slab, excavating to expose existing tie -rod at the existing bulkhead, backfilling and compacting subgrade material, and constructing a new 6 inch minimum thick concrete slab and all other work as required to complete the work in place. Item No. A17 Install new 4x12 T &G wood decking: Work under this item shall include installing new ACQ treated 4x12 Douglas Fir #1 or better T &G wood decking and all other work as required to complete the work in place. Item No. A18 Install new 3x12 T &G wood decking: Work under this item shall include installing new ACQ treated 3x12 Douglas Fir #1 or better T &G wood decking and all other work as required to complete the work in place. Item No: A19 Install new stainless steel rods at removable guardrails: Work under this item shall include installing five new 3/8" diameter Alloy 316/316L stainless steel rods in existing removable guardrails. Provide all necessary Alloy 316/316L stainless steel nuts, washers and couplers and all other work as required to complete the work in place. SP 14 OF 19 Item No. A20 Install new stainless steel rods at fixed guardrails: Work under this item shall include installing six new 318" diameter Allay 316/316L stainless steel rods in fixed guardrails. Provide all necessary Alloy 3161316L stainless steel nuts, washers and couplers and all other work as required to complete the work in place. Item No. A21 Remove and install new 12" diameter timber poles: Work under this item shall include removing existing timber poles near existing monument and installing new ACQ treated 12 inch diameter Douglas Fir #1 poles. Pole height shall match existing and shall be embedded a minimum of 24 inches below the existing concrete slab. Work shall include the repair of the concrete slab that is damaged as a result of removing the existing poles and all other work as required to complete the work in place. Item No. A22 As -Built Plans: Work under this item shall include costs of preparing final as- builts drawings and the submittal of the as- builts on CD -Rom disk. Additive Bid Item 1: Install new tie -rods: Work under this item shall include removing the existing concrete apron, curb, gutter, asphalt paving and backfill material as required to expose the existing tie rods from the bulkhead to the anchor piles. Removing the existing tie -rod, installing new tie rods, backfilling and compacting fill material, construct new concrete apron, curb, gutter and asphalt and all other work as required to complete the work in place. The driveway approach shall be per CNB STD 160 -L -A over compacted subgrade. The curb and gutter shall be a Type "A" per CNB STD 182 -L. The asphalt paving shall be 1 -1/2" thick AC over 2 -1/2" AC over 6" thick crushed miscellaneous base over compacted subgrade. This item only pays for the number of actual number of tie -rods that are replaced. The number of tie -rods replaced can be anywhere between none to 20 tie -rods. Additive Bid Item 2: Upgrade galvanized materials to Alloy 316/316L stainless steel. Work under this item shall include upgrading all new galvanized beam seats, all new galvanized bolts, existing galvanized removable guardrail brackets to Alloy 316/316L stainless steel. RHINE CHANNEL PUBLIC DOCKS (H-5168 -S) Item No. 61 Design -Build Concrete Platform: Work to include designing and installing piles, concrete platform, guardrails, gate, transition plates, modifications to the existing wood guardrail and all other work as required to complete the work in place. Item No. B2 Design -Build Public Dock: Work to include designing and installing a wood or concrete floating dock, dock accessories, guide piles, caps and guides and all other work as required to complete the work in place. Item No. B3 Design -Build Aluminum Gangway: Work to include designing and installing an aluminum gangway, railings, embedded hinge plate assemblies, walking SP 15 OF 19 transition plates and guides and all other work as required to complete the work in place. Item No. B4 Design -Build Fire Water System: Work to include designing and installing a fire water standpipe on the dock, flex line and associated support for these lines, transition routing of line thru the seawall, underground trenching and patchwork, piping, FDC and connections to the water main in the adjacent street and all other work as required to complete the work in place. Item No. B5 As -Built Plans: Work under this item shall include costs of preparing final as- builts drawings and the submittal of the as- builts on CD -Rom disk. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250" unless otherwise shown on plans. 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add t o steel shall be Grade 60 steel conforming unless shown otherwise on the plans." 201 -7 NON - MASONRY GROUT this section: "Where applicable, reinforcing to ASTM A 615 with 2 -inch minimum cover 201 -7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SP 16 OF 19 PART 3 CONSTRUCTION METHODS SECTION 300 — EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http:// Www. c&.newport- beach.ca.us /GSVIFrachised Haulers.htm " 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction." 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1%Z inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SP 17 OF 19 SECTION 302 -- ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All cracks Y4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 '/ inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS-1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SECTION 303 -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,250 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." SP 18 OF 19 303 -5.5.2 Curb. Add to this section: `The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled °V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City s Utilities Superintendent, Mr. Ed Burt, at (949) 718- 3432." 303 -5.5.4 Gutter. Add to this section: 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. SP 19 OF 19 If the Contractor fails to perform striping as specified. herein, the Contractor shall cease all contract work until the striping "has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: 'The Contractor shall use crushed miscellaneous base as the base materials." The Contractor shall fully comply with the following TECHNICAL SPECIFICATIONS for (1) RHINE WHARF REPAIRS (H- 5163 -5). (2) RHINE CHANNEL PUBLIC DOCK (H- 5168 -5) which augment, but are not referenced to, these special provisions and sections of the Standard Specifications for Public Works Construction. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RHINE WHARF REPAIRS and PUBLIC DOCK CONTRACT NO. 3821 TABLE OF CONTENTS PART 2 — TECHNICAL SPECIFICATIONS (1) RHINE WHARF REPAIRS (H- 5163 -S) 02071 Removals 02075 Wharf Repairs 03700 Concrete Epoxy Adhesive Injection 03930 Concrete Spall Patching 06076 Preservative Treatment (2) RHINE CHANNEL PUBLIC DOCKS (H- 5168 -S) 02300 02350 02487 02488 02489 02661 03311 03400 05500 13150 15400 Rhine Wharf Public Dock, Concrete Piles Floating Dock Systems Wood Docks Concrete Docks Water Systems Marine Concrete Precast Concrete Metal Fabrications Aluminum Gangways, Marine Piping Gangway and Platform Ramps and Railings TECHNICAL SPECIFICATIONS for (1) RHINE WHARF REPAIRS (H- 5163 -S) SECTION 02071 REMOVALS PART 1- GENERAL 1.01 WORK INCLUDED A. Removals consists of, but.is not limited to, furnishing all labor, equipment, tools, transportation and incidentals necessary for the removal, storage and disposal of existing members of the existing wharf and the removal and reinstallation of the existing fixed and removable guardrails and support beams. PART 2- PRODUCTS NOT APPLICABLE PART 3 - EXECUTION 3.01 REMOVALS The Contractor shall complete the work as required to remove the existing wharf as specified herein and as required to complete the contract work. A. Existing members to be removed include plywood cover, asphalt ramp, timber decking, wood wheel stops, a portion of the concrete driveway approach slab, beam seats and anchors, unused or abandoned anchor bolts and clips. Removals shall become the property of the Contractor, to be disposed of properly off the City's property. B. Existing members to be removed and reinstalled include removable wood guardrails and support brackets, a portion of the fixed wood guardrail and wood beams between piles. Items to be reinstalled shall be stored and protected from damage on site or at a site directed by the Engineer. C. All removed materials shall be disposed of at disposal sites, which are approved in advance by the Engineer. END OF SECTION Removals 02071 -1 SECTION 02075 WHARF REPAIRS PART 1- GENERAL 1.01 WORK INCLUDED A. Wharf repairs consists of, but is not limited to, furnishing all labor, equipment, tools, transportation and incidentals necessary for the repairs of the Rhine Wharf structure, cleaning and coating existing beam and installing stainless steel rods on the existing guardrails as indicated on the construction documents. 1.02 REFERENCES A. Reference Specifications (RS): Standard Specifications for Public Works Construction, 2003 Edition, B. American Society for Testing and Materials (ASTM) C. American Welding Society (AWS) 1.03 SUBMITTALS A. Contractor shall submit to the Engineer for review and approval the following items: a. Drypack b. Tie -rod grout c. Polymeric joint sealant d. Tie -rod assembly, if used. e. Concrete mix design B. Approval by Engineer is required before beginning Work affected by submittals. PART 2 — PRODUCTS AND EXECUTION 2.01 METALS A. Steel shall conform to ASTM A36 B. Bolts shall conform to ASTM A307 Wharf Repairs 02075 -1 C. Washers shall conform to ASTM F436 1. Galvanized steel washers shall be provided on all bolts between the steel beam seat members and nut. D. Stainless Steel rods and hardware shall conform to Alloy 316/316L. 2.02 WELDING A. All welding shall conform to the requirements of the "Structural Welding Code" AWS D1.1 and RS Section 304 -1.9, 'Welding ". B. All welds and corners shall be ground smooth. 2.03 GALVANIZING A. All items indicated to be galvanized shall conform to ASTM A153 and /or ASTM A123 and RS Section 210 -3, "Galvanizing ". All work shall be galvanized to 2 oz minimum after fabrication in large as units possible. 2.04 LUMBER A. All lumber shall conform to RS Section 204 -1, "Lumber and Plywood ", with the follow exceptions: 1. Decking shall be tongue and groove surface stock panels, with no incising, constructed of Douglas Fir No. 1 or better. Sizes as indicated on the plans 2. Wood preservative shall be in accordance with Section 06076, "Preservative Treatment". 2.05 DRYPACK A. Drypack shall conform to RS Section 201 -7.2, "Quick- Setting Grout'. Minimum 5,000 psi strength at 7 days. 2.06 TIE -ROD GROUT A. Tie rod grout shall conform to RS Section 201 -6, "Controlled Low Strength Materials (CLSM) ", with the follow exceptions: 1. Tie rod grout shall be a pressure injected mixture of 5 quarts potable water to 100 Ibs Type I Portland Cement to 1 lb admixture, for control of expansion and pumpability. Wharf Repairs 02075 -2 2.07 POLYMERIC JOINT SEALANT A. The Contractor shall fill the predrilled holes for the decking lag bolts with a Polymeric Joint Sealant 900/901 by Epoxy Systems, Inc., telephone (352) 489 -1666 or approved equal. B. The predrilled holes shall be filled level with decking. C. The Contractor shall remove any filler spilled on the deck. 2.08 TIE RODS FOR BULKHEADS A. The Contractor shall provide and fabricate using the following materials for tie rod replacement. 1. Tie rods and nuts shall be fabricated from 150 KSI steel conforming to the requirements of ASTM A722 and ASTM A615. 2. Acceptable Manufacturers a. Dywidag by DSI, Inc. (562) 531 -6161 b. Williams Form Engineering (616) 365 -2668 B. PVC sleeve and fittings shall be Schedule 40 conforming to the requirements of ASTM D1785. C. Neoprene seals shall be fabricated from commercial grade, oil and solvent resistant, medium soft (45 -55 Durometer hardness) neoprene sheet. D. Corrosion protection of tie rod, plate washers and nut as anchor pile shall consist of an 8 mil epoxy coating, such as Amerlock 400 by Ameron, Inc., telephone (714) 529 -1951 or approved equal. E. Epoxy coating shall be covered with a double thickness of Tapecoat CT by Corrosion Control Inc, telephone (310) 532 -9314 or approved equal. F. Tie Rod Replacement 1. The quantity of tie rods to be replaced will be determined by the Engineer, based on the inspection of the existing tie rods. 2. Where tie rods are determined to be replaced, the Contractor shall . replace tie rods as follows: a. Core drill 4" diameter and 1 -3/4" diameter holes into and through existing coping. Locate the holes approximately 6 to 8 inches from the existing tie rod. Chisel and grind seal seat Wharf Repairs 02075 -3 of coping to create a smooth concrete surface perpendicular to the centerline of the new tie rod. b. Fabricate 1/4" x 3" diameter neoprene seals with 1 -1/8" diameter hole centered in seal at coping. C. Drill 1 -3/4" diameter hole through existing anchor pile. Chisel and grind seal seat of anchor pile to create a smooth timber surface which is perpendicular to the centerline of the tie rod. d. Fabricate 1/4" x 4" x 6" neoprene seals with 1 -1/8" diameter hole centered in seal at anchor pile. e. Install new tie rod and P.V.C. sleeve with grout tees. f. Grout P.V.C. sleeves solid. Grouting pressure shall not exceed 10 P.S.I. gage pressure. g. Compress the neoprene seal by tensioning the tie rod nuts 1/4 turn past finger tight. h. Backfill to anchor pile nut elevation and densify top 3 feet minimum to attain 95% minimum relative compaction. Additionally tension tie rod by torqueing nut to 200 ft-lbs. j. Backfill to subgrade elevation and density backfill to attain 95% minimum relative compaction. k. Cover tension tie rod with not less than 1 -1/2" of non - shrink grout in the coping. 2.09 ASPHALT CONCRETE A. Asphalt concrete shall conform to RS Section 400 -4, "Asphalt Concrete ", with the follow exceptions: 1. The Contractor shall use Type III -C3 -AR -4000 for the roadway's asphalt finish course and Type III -B2 -AR -4000 asphalt base course. 2. Joins to existing asphalt pavement and contact surfaces with curbs and gutters shall be tack coated with AR -1000 paving asphalt at an approximate rate of 0.05 gal per square yard. Wharf Repairs 02075 -4 B. Base materials shall conform to RS Section 400 -2, "Untreated Base Materials ", with the follow exceptions: 1. The Contractor may use crushed aggregate base or crushed miscellaneous base as base material. 2.10 CONCRETE A. Portland Cement Concrete (PCC) shall conform to RS Section 201 -1, "Portland Cement Concrete ". 1, Concrete for curbs & gutters shall be class 560 -C -3250. 2. Concrete for driveway approach slab shall be class 560-0 -3250. B. Reinforcement for Concrete shall conform to RS Section 201 -2, "Reinforcement for Concrete ". 1. Reinforcing steel shall conform to ASTM A615 Grade 60. 2. All reinforcing steel shall be epoxy coated in accordance with ASTM A -775. Fabrication and job site handling shall be in accordance with ASTM D -3963, 2.11 EARTHWORK A. Earthwork shall conform to RS Section 300, "Earthwork" with the following exceptions: 1. RS Section 300 - 1.3.1, "Removal and Disposal of Material, General" a. Add to this section. Joins to existing pavement lines shall be at 2 -inch minimum depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. Final removal accomplished by other means must be approved by the Engineer. Non - salvageable materials shall be disposed of from the jobsite during the week in which they are removed. Salvageable materials, such as backfill or soil may be stored onsite in areas approved by the Engineer. Street access shall be maintained at all times. Such materials shall be neatly stacked during the Contractor's term of construction. Items which the Contractor damages, loses or otherwise Wharf Repairs 02075 -5 renders unusable, as determined by the Engineer, shall be replaced in kind at no additional expense to the City. 2. RS Section 300 -2.1, °Unclassified Excavation, General" a. Add to this section. The Contractor shall excavate to the minimum limits shown on the plans. Excavation and fie rod replacement, where required (see section 2.08, paragraph f), may be done in phases, if the Contractor desires. Anchor piles shall be carefully exposed during excavation and protected thereafter for reuse. Anchor piles damaged by the Contractor shall be replaced in kind at the Contractor's sole expense. The Contractor is cautioned that the excavation is mostly submerged cohesionless soil, which will cave -in under the asphalt pavement. Asphalt above such caving shall be removed and replaced over compacted backfill at the Contractor's sole expense. 3. RS Section 300 - 3.5.1, "Structural Backfill, Requirements" a. Replace the third paragraph. The Contractor shall backfill within the limits of excavation to 95% minimum relative compaction. Densification shall be with water and mechanical devices with method to be approved by Engineer. b. Add to this section. The Contractor shall not use jet pile densification in the vicinity of the existing anchor piles. Anchor piles which become displaced or tie rod assemblies which are damaged as a result of the Contractor's backfill or densification efforts shall be reset or replaced, respectively, at the Engineer's discretion and at the Contractor's sole expense. 2.12 CLEANING AND COATING EXISTING BEAM SEAT A. All exposed steel on the existing beam seat shall be cleaned of all loose rust, dirt, moisture, grease or other contaminants from surface. Power -tool clean SSPC -SP3 or Hand -tool clean SSPC -SSP2. Coat all exposed steel with two 8 mil minimum thick coats of Amerlock 400 epoxy coating by Ameron International or approved equal. Color shall be approved by Engineer. END OF SECTION Wharf Repairs 02075 -6 PART 1 -GENERAL 1.01 1.02 1.03 SECTION 03700 CONCRETE EPDXY ADHESIVE INJECTION WORK INCLUDED A. Furnish all labor, materials, services equipment and appliances required to perform all work to complete the Contract, including but not limited to Injection of concrete members with liquid epoxy adhesive in bulkhead panels, coping and piles. Cracks that are at least .005 inches wide and less than 1/2 inch wide are to be epoxy injected. SUBMITTALS A. Submit product data. B. Submit copy of recommended manufacturer's product installation instructions. C Approval by Engineer is required before beginning Work affected by submittals. QUALITY ASSURANCE A. Contractor shall provide Epoxy Injection System, which is the product of a manufacturer whose complete system has been approved by the Engineer. Contractor shall pay all fees and obtain approval for material prior to commencing work. B. The epoxy injection concrete work shall be performed by an organization that has successfully performed previous installations of a major nature similar to the one involved in this Contract for a minimum period of five (5) years and by a factory authorized or certified applicator. C. All work shall be performed under the immediate control of a person experienced in this type of work. It shall exercise close check and rigid control of all operations as necessary for full compliance with all requirements. D. Contractor /Subcontractors workers in the epoxy injection process shall have completed a program of instruction in the methods of restoring concrete structures, utilizing the specific epoxy injection process indicated. The curriculum shall include theory in the nature and causes of cracking in concrete, methods for permanently repairing damaged concrete Concrete Epoxy Adhesive Injection 03700 -1 structures, the technical aspects of correct material selection and use, and the operation, maintenance and trouble shooting of equipment. 1.04 TESTING AND INSPECTION B. Material Tests: City's testing laboratory will provide all material tests as specified herein. City will pay for costs of testing. C. Inspections: If necessary, City will arrange and pay for the services of Inspector for continuous inspections of all epoxy injection work. Inspector will be continuously present during the epoxy injection operations, and will make written reports to the Engineer, and certifications to the Engineer as to compliance with Contract Drawings and Specifications. PART 2- PRODUCTS 2.01 HIGH STRENGTH EPDXY RESIN ADHESIVE FOR INJECTION A. Epoxy injection adhesive shall be Master Builders SCB Concresive 1380 as manufactured by Degussa Building Systems, or approved equal. The material shall meet or exceed the following requirements: Property & Test Method Result Compressive Strength 16,000 PSI ASTM D695 Compressive Modulus 535,000 PSI ASTM D695 Tensile Strength 9,000 PSI ASTM D638 Tensile Elongation % at 2.5% Break ASTM D638 Flexural Strength 12,000 PSI ASTM D790 Flexural Modulus 600,000 PSI ASTM D790 Slant Shear Bond Strength 14 day = 3,070 PSI ASTM C882 Bond Strength 1 day--5,000 PSI (AASHTO 237) 3 day--4,000 PSI 14 day--4,500 PSI Heat Deflection Temp. 134 F ASTM D648 B. Surface Sealant: Concresive 1490 Paste as manufactured by Master Builders Technologies, or approved equal. The sealant shall be sufficiently strong to resist injection pressures to prevent leakage during injection. Concrete Epoxy Adhesive Injection 03700 -2 C. Provide other materials as required and recommended by manufacturer, subject to prior approval by the Engineer. D. Equipment for Injection: The equipment used to meter and mix the two injection adhesive components, and inject the mixed adhesive into the crack shall be portable, positive displacement type pumps with interlock to provide ratio control of exact proportions of the two components at the nozzle. The pumps shall be electric or air powered and shall provide in- line metering and mixing. E. Discharge Pressure: The injection equipment shall have automatic pressure control capable of discharging the mixed adhesive at any preset pressure up to +/- 5 psi and shall be equipped with a manual pressure control override. F. Ratio Tolerance: The equipment shall have the capability of maintaining the volume ratio for the injection adhesive prescribed by the manufacturer of the adhesive within a tolerance of +/- 5% by volume at any discharge pressure up to 160 psi. G. Automatic Shut -Off Control: The injection equipment shall be equipped with sensors on both the component A and the component B reservoirs that will automatically stop the machine when either reservoir becomes dry. PART 3 - EXECUTION 3.01 PREPARATION A. Surfaces adjacent to cracks or other areas of application shall be cleaned of dirt, loose concrete, dust, grease, oil, efflorescence or other foreign matter detrimental to bond of epoxy injection surface seal. Acids and corrosives shall not be permitted for cleaning. B. Entry ports shall be provided along the crack at intervals of not less than the thickness of the concrete at that location. C. Surface Seal material shall be applied to the face of the crack or other areas of application between entry ports as needed. For through cracks a surface seal shall be applied to both faces. D. Enough time for the surface seal material to gain adequate strength shall pass before proceeding with the injection. Concrete Epoxy Adhesive Injection 03700 -3 3.02 EPDXY INJECTION A. Injection of the epoxy adhesive shall begin at an entry port at one end of the crack and continue until there is an appearance of epoxy adhesive at the next port adjacent to the entry port being pumped. B. When epoxy adhesive travel is indicated by appearance at the next adjacent port, injection shall be discontinued on the entry port being pumped, and epoxy injection shall be transferred to next adjacent port where epoxy adhesive has appeared. C. Epoxy adhesive injection shall continue until the cracks are completely filled. D. If port to port travel of epoxy adhesive is not indicated, the work shall be immediately stopped and the Engineer notified. 3.03 FINISHING A. When cracks are completely filled, epoxy adhesive shall be cured for sufficient time to allow removal of surface seal without any draining or run- back of epoxy material from cracks. B. Surface Seal material and injection adhesive runs or spills shall be removed from concrete surfaces. C. The surface area shall be finished flush with the adjacent concrete, showing no indications or protrusions caused by the placement of entry ports. Grind smooth as required. 3.04 CLEANUP At conclusion of work remove all equipment, debris, and excess material and leave area broom clean. END OF SECTION Concrete Epoxy Adhesive Injection 03700 -4 SECTION 03930 CONCRETE SPALL PATCHING PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnishing of materials, labor, tools, and equipment necessary to repair and restore deteriorated concrete on the concrete members. This includes spalled areas as indicated on the drawings and specified herein. 1.02 COORDINATION A. Coordinate scheduling, submittals, and Work of various sections of the specifications to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Coordinate dumpster location, staging and storage requirements with the Engineer. 1.03 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that utility services are available, of the correct characteristics and in the correct location. 1.04 REFERENCES A. Referenced Codes and Standards: Comply with the most recent publications of the following codes, specifications, and standards. 1. Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion (Guideline No. 03730) International Concrete Repair Institute, 1995 Copyright. 2. Guide for Selecting Application Methods for Repair of Concrete Surfaces (Guideline No. 03731) International Concrete Repair Institute, 1996 copyright. 3. ACI 301 Standard Specification for Structural Concrete. 4. ACI 308 Guide for Consolidation of Concrete. Concrete Spall Patching 03930 -1 5. ACI 318 Building Code Requirements for Reinforced Concrete. 6. ACI 546R Concrete Repair Guide. 7. ASTM C33 Standard Specification for Concrete Aggregates. 8. ASTM C94 Standard Specification for Ready -Mixed Concrete. 9. ASTM C150 Standard Specification for Portland Cement 10. ASTM C260 Standard Specification for Air - Entraining Admixtures for Concrete. 11. ASTM C309 Standard Specification for Liquid Membrane - Forming Compounds for Curing Concrete. 12. ASTM C469 Standard Test Method for Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression. 13. ASTM C494 14. ASTM A 615 15. ASTM C881 16. ASTM C1042 1.05 SUBMITTALS A. Submit product data. Standard Specification for Chemical Admixtures for Concrete. Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Standard Specification for Epoxy- Resin -Base Bonding Systems for Concrete. Standard Test Method for Bond Strength of Latex Systems Used With Concrete. B. Submit copy of recommended manufacturer's product installation instructions. C Approval by Engineer is required before beginning Work affected by submittals. Concrete Spall Patching 03930 -2 1.06 QUALITY ASSURANCE A. Contractor Qualifications: Acceptable to the Engineer upon furnishing documented experience of at least five (5) years experience on projects of similar nature. B. Comply with Manufacturers' instructions related to mixing and placing of the materials. C. Protection of Work: Protect installed work and the public from debris or falling hazards related to the work. 1.07 DELIVERY. STORAGE and HANDLING A. Delivery products in original unopened containers with the manufacturer's name, labels, product identification and batch number. B. Store and condition the specified products as recommended by the manufacturer. Products shall remain unopened until ready for use. C. Where mixing of components is required, use complete pre- measured units. PART2- PRODUCTS 2.01 MANUFACTURERS A. Degussa Building Systems Products (Hydrozo, Master Builders, Sonnebom, Thoro and ThoRoc) B. Other Manufacturers may be used upon approval of the Engineer. Alternate product data shall include verification that the alternate products are equivalent to the specified Master Builders products. All alternate materials must come from a single manufacturer to qualify for a "system warranty". Submittal of request for use of alternate products must be submitted 10 days prior to bid date. 2.02 PATCHING REPAIR MATERIALS Subject to compliance with other requirements in this specification, provide the following materials. A. Form and Pour: Master Builders "Masterpatch 240 CR ". Provide single component, flowable, cementitious micro concrete for resurfacing distressed concrete. Material shall be a proprietary blend of Concrete Spall Patching 03930 -3 portland cement, Pozzolans, graded aggregate, and additives, that meets or exceeds the following requirements: 1. The portland cement shall be ASTM C150, Type 1. 2. The aggregate used in the material shall conform to ASTM C33, top size 3/8" 3. The compressive strength shall meet or exceed 7,000 psi at 28 days when tested in accordance with ASTM C109. 4. The flexural Strength shall meet or exceed 750 psi at 7 days when tested in accordance with ASTM C78. 5. The slant shear bond strength shall meet or exceed 2,000 psi at 7 days when tested in accordance with ASTM C882 (modified, no epoxy bonding agent used). 6. The splitting tensile strength shall meet or exceed 500 psi at 7 days when tested in accordance with ASTM C496. B. Hand Patch: Master Builders " Emaco S88 Cl" Provide a one - component rheoplastic, shrinkage - compensated, fiber - reinforced product that contains an integral corrosion inhibitor for resurfacing distressed concrete. Material shall be a proprietary blend of portland cement, Pozzolans, graded aggregate, and additives, that meets or exceeds the following requirements: 1. The portland cement shall be ASTM C150, Type 1. 2. The compressive strength shall meet or exceed 11,000 psi at 28 days when tested in accordance with ASTM C109. 3. The flexural Strength shall meet or exceed 1,000 psi at 7 days when tested in accordance with ASTM C348. 4. Slant shear bond strength shall meet or exceed 2,500 psi at 7 days when tested in accordance with ASTM C882 (modified, no epoxy bonding agent used). 5. The splitting tensile strength shall meet or exceed 500 psi at 7 days when tested in accordance with ASTM C496. C. Water: Clean and potable. 2.03 RELATED MATERIALS A. Anti- Corrosion Reinforcing Bar Coating: At Engineer's discretion, provide polymer- modified, cement based coating with corrosion inhibiting admixture to provide protection for steel reinforcing. Emaco P -24 by Master Builders. Concrete Spall Patching 03930 -4 B. Liquid Membrane- Forming Curing Compound: At Engineer's discretion, use curing compound conforming to ASTM C309, Type I at a minimum application rate of 300 square feet per gallon. 1. Masterkure 20OW by Master Builders. 2.04 REINFORCEMENT MATERIALS A. Reinforcing steel: Conforming to ASTM A615, 60 ksi yield grade billet - steel deformed bars. PART 3 - EXECUTION 3.01 BEST MANAGEMENT PRACTICES AND MONITORING PROGRAMS Appropriate Best Management Practices will be implemented by the contractor to reduce construction related impacts to the Newport Harbor. Contractor shall provide floating booms and silt fence to contain debris discharged into coastal waters. Refer to Special Previsions section 7 -8.6.1 for additional requirements. 3.02 SURFACE PREPARATION A. All repair areas shall be prepared in accordance with International Concrete Repair Institute's "Guide for Surface Preparation for the Repair of Deteriorated Concrete Resulting from Reinforcing Steel Corrosion" (Guideline No. 03730.) This includes but is not limited to the following. 1. Remove loose or deteriorated concrete around corroded reinforcing steel. Removals shall be performed with chipping hammers or other method, subject to the Engineer's prior approval. Chipping hammers shall not be in excess of 20 pound rating. 2. Once removals are made, proceed with chipping beneath all exposed corroded bars. This will provide clearance for cleaning under the bar. Concrete shall be removed such that a 3A inch clearance under the bar is achieved, or 1/4 inch greater than the largest aggregate used in the repair. 3. Concrete removals shall extend along the bars to locations along the bar free of bond inhibiting corrosion. Removals shall extend two inches minimum beyond the location of corrosion -free bars. 4. If non - corroded reinforcing bars are exposed during the undercutting, care will be taken not to damage the bond between the bar and the concrete. Concrete Spall Patching 03930 -5 5. Loose reinforcement shall be secured in place by tying to other secured bars or by approved method. 6. If the reduction of the cross sectional area of the existing reinforcing exceeds 25 percent, supplementing reinforcing will be required. Refer to drawings for table of minimum bar diameters. 7. Repair configurations should be kept as simple as possible to minimize boundary edges. 8. At edge locations, provide right angle cuts to the concrete surface by saw- cutting 3/4 inch or less as required to avoid cutting reinforcing steel. 9. After removals and edge conditioning are complete, remove bond - inhibiting materials by abrasive blasting or high pressure water blasting. Protect the bay water from falling debris. Check concrete surfaces after cleaning to insure that the surface is free from loose aggregates. 10. Presoak repair substrate to a saturated surface dry condition. B. Bar Protection and Bonding 1. Following completion of repair preparation, apply anti - corrosion reinforcing bar coating to the exposed reinforcing. 2. Bond the repair material to the prepared area by appling a slurry bond coat of the repair material to the prepared area with a stiff bristle brush or broom. Do not allow the slurry to dry prior to installation of the repair material. Do not retemper this bond coat. 3.03 MIXING A. Mechanical mixing is recommended with the use of a slow speed drill and a jiffler type paddle, or in an appropriate mortar mixer. Typical mixing time is 3 -5 minutes. Do not add more water (or Acrylic Polymer) than is recommended by the manufacturer. Do not mix longer than 5 minutes. B. Only that portion of material that can be properly mixed within 10 minutes of application should be mixed. 3.04 APPLICATION A. Apply fresh concrete to the bond coat. Place repair concrete according to manufacturer's recommendations. Concrete Spall Patching 03930 -6 B. Evaporation Retarder: Where rapid surface evaporation may occur, apply specified evaporation retarder according to manufacturer's recommendations. C. Finishing: Completed repair surfaces should be straight, true and match existing profiles. Do not overwork the surface. 3.05 CURING A. All repaired surfaces must be cured for a minimum of 5 days with one of the following methods. 1. Wet cure with burleen or wet burlap 2. Sheeting material 3. Curing Compound B. Protect cured areas from storage and traffic during curing period. 3.06 CLEANING A. General: Keep area clean during repair operation, remove and clean promptly, mortar, or epoxy spills with appropriate tools and solvents without damaging concrete. Collect and maintain site in a clean and orderly condition. Remove debris daily from site. B. Final Cleaning: Remove all mortar splatters, epoxy spills from the repair area and adjacent structures acceptable to the Engineer. END OF SECTION Concrete Spall Patching 03930 -7 PART 1- GENERAL 1.01 WORK INCLUDED 1.02 SECTION 06076 PRESERVATIVE TREATMENT A. Fumishing of materials, labor, tools, and equipment necessary to apply Alkaline Copper Quaternary (ACQ) insect and decay protection treatment to wood products indicated below: 1. Decking A. General: Standards listed by reference, including revisions by issuing authority, form a part of this specification section to extent indicated. Standards listed are identified by issuing authority, authority abbreviation, designation number, title or other designation established by issuing authority. Standards subsequently referenced herein are referred to by issuing authority abbreviation and standard designation. B. American Wood- Protection Association (AWPA) Standards: 1. AWPA Standard U1: a. Category UC1. b. Category UC2. C. Category UC3A. d. Category UC36. e. Category UC4A. I. Category UC413. 2. AWPA Standard T1. C. National Evaluation Service, Inc. (NES): 1. National Evaluation Report (NER): Report No. NER -643. 1.03 SYSTEM DESCRIPTION A. Performance Requirements: Provide ACQ wood preservative treatment which will perform in accordance with manufacturer's stated performance criteria without defects, damage or failure. Preservative Treatment 06076 -1 1.04 SUBMITTALS A. Product Data: Submit product data for specified products. C. Quality Assurance Submittals: Submit the following: 1. Test Reports: Certified test reports showing compliance with specified performance characteristics and physical properties. 2. Evaluation Report: a. NER -643. 3. Certificates: Certification from treating plant certifying wood treatment applied complies with the criteria and physical requirements for ACQ preservative- treated wood products as specified herein. D. Closeout Submittals: Submit the following: 1. Warranty: Warranty documents specified herein. 1.05 QUALITY ASSURANCE A. Source Quality: Obtain alkaline copper quaternary preservative- treated wood products from a single approved source. B. Wood Treatment Plant Qualifications: Wood treatment plant experienced in performing work of this section which has specialized in the treatment of wood similar to that required for this project, licensed by the manufacturer. C. Regulatory Requirements: Provide preservative treatment that complies with the following regulatory requirements: 1. NES Report No. NER -643. D. Quality Mark: All copper quaternary preservative- treated wood members shall bear an end tag or permanent ink stamp indicating the following: 1. Name of wood treating company. 2. Treatment plant city and state. 3. Symbol for alkaline copper quaternary (ACQ). 4. Preservative retention level. 5. Approved use. 6. Code report number. Preservative Treatment 06076 -2 1.06 DELIVERY. STORAGE & HANDLING A. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. B. Storage and Protection: Store materials protected from exposure to harmful environmental conditions and at temperature and humidity conditions recommended by the manufacturer. Prevent exposure to precipitation during shipping, storage or installation. 2. Store material off ground and under cover. 3. Allow materials exposed to incidental moisture to dry thoroughly prior to covering with vapor- or moisture- retarding finish materials. 1.07 WARRANTY A. Manufacturer's Warranty: Submit, for City's acceptance, manufacturer's standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to, and not a limitation of, other rights City may have under Contract Documents. Warranty Period: Limited lifetime warranty. PART 2 — PRODUCTS 2.01 ALKALINE COPPER QUATERNARY (ACQ) PRESERVATIVE- TREATED WOOD PRODUCTS A. Manufacturer: Chemical Specialties, Inc. Contact: 200 East Woodlawn Road, Suite 350, Charlotte, NC 28217; Telephone: (800) 421 -8661, (704) 522 -0825; Fax: (704) 527 -8232; E -mail: acginfoCchemspec.com; website: www.treatedwood.com. B. Proprietary Product(s) /System(s): Preserve Plus Preservative- Treated Wood Products: a. Preservative Treatment: Waterborne, alkaline copper quaternary (ACQ) preservative system and water repellency component, containing no arsenic and no chromium. Preservative Treatment 06076 -3 b. Material Standards: Comply with the following standards: AWPA Standard Ui (Category UC1, UC2, UC3A, UC36, UC4A, UC4B), T1. C. Retention Rate: 0.60 pcf. 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: No substitutions permitted. 2.03 RELATED MATERIALS A. Provide the following related materials: 1. End Cut Preservative: a. Material Type and Name: Acceptable to manufacturer of ACQ preservative. b. Manufacturer: Acceptable to manufacturer of ACQ preservative. 2. Fasteners: a. Material: Hot - dipped galvanized steel. PART 3 — EXECUTION 3.01 MANUFACTURER'S INSTRUCTIONS A. Compliance: Comply with manufacturer's product data, including product technical bulletins, product catalog installation instructions and product carton instructions for installation. 3.02 INSTALLATION A. Select alkaline copper quaternary (ACQ) preservative- treated wood members in accordance with appropriate untreated lumber and plywood span tables. Provide ventilation of building cavities as required by code. B. Install ACQ treated wood in accordance with requirements of applicable codes. Avoid milling operations that could adversely affect preservative characteristics of copper quaternary preservative- treated wood. C. End Cut Treatment: Treat end cuts of ACQ preservative- treated wood members with field - applied end coat prior to installation. Preservative Treatment 06076 -4 D. Install using hot - dipped galvanized or other approved fasteners required by applicable code for use with treated lumber and plywood. 3.03 PROTECTION A. Protection: Protect ACO preservative- treated wood from damage due to subsequent construction activity. END OF SECTION Preservative Treatment 06076 -5 TECHNICAL SPECIFICATIONS for (2) RHINE CHANNEL PUBLIC DOCK (H- 5168 -S) SECTION 02300 RHINE WHARF PUBLIC DOCK, GANGWAY and PLATFORM GENERAL The project is to construct an 8ft x 100ft public dock with an accessible aluminum gangway ramp to accommodate up to four (4) 26 -ft transient recreational vessels or one large 100ft transient yacht. Dock system shall be designed by a civil or structural engineer, licensed by the State of California, who is experienced in the design of marine structures. This is a fully Design/Build project. The Design/Builder is responsible for providing all appropriate studies and reports, structural calculations, Drawings and Specifications for all components of this project. Documents shall be submitted for City review and will be subject to standard Public Works and City Plan Check comments. All documents to be prepared under the supervision of an engineer, licensed in the State of California. The Design /Builder will not be responsible to pay any application or permit fees. There are no electrical lighting or power distribution system work associated with this project. FLOATING DOCKS a. See Specification Sections 02487, "Floating Dock Systems ", 02488, "Wood Docks" and 02489, "Concrete Docks ". b. Acceptable Floating Dock products include quality wood or concrete docks systems. c. Specification Section 02487, "Floating Dock Systems" outlines general floating dock criteria, while Sections 02488, "Wood Docks" and 02489, "Concrete Docks" are specific for either Wood or Concrete Dock Systems. d. The Design/Builder shall apply both wind and berthing impact forces to the dock for design purposes. 2. PRECAST CONCRETE PILES a. See Specification Section 02350, "Concrete Piles ". b. There are two types of concrete piles for this project: i. Guide piles for the floating docks, and ii. Support piles for the gangway platform. Rhine Wharf Public Dock, Gangway and Platform 02300 -1 c. It is required that the Design/Builder subcontract with a Geotechnical Engineer to provide a Soils Report for the design of the concrete piles on this project. d. For Bid Purposes, pile design criteria has been supplied on the Drawings, allowing the Design/Builder to price the project without first obtaining the Soils Report or preparing structural calculations. This does not preclude the Design/Builder from obtaining a Soils Report and structural calculations to formulate the Bid Price, if time permits. Adjustments in the project price will be considered after contract award, if the Soils Report and structural calculations appreciably change the initial bid assumptions. e. All piles to be precast, pre - stressed, concrete piles, driven with diesel hammer. Jetting is permitted, but would be the responsibility of the Design /Builder to obtain all environmental approvals for such a procedure. Design/Builder is responsible to design and install siltation curtains around the project site, to meet State of California Water Quality Control Board requirements. 3. GANGWAY PLATFORM a. See Specification Sections 03311, "Marine Concrete" and 03400, "Precast Concrete ". b. At the Design/Builders option, the platform can be either cast -in -place or precast concrete. c. The Gangway Platform will interface with the existing Rhine Wharf timber structure. It is intended that the platform will keep a small clearance from the timber wharf due to structural movement, and have a short metal plate for a smooth walking transition. d. Rework of the existing Rhine Wharf guard railing interface with this new Gangway Platform is required. Gangway Platform shall meet all ADA and State of California Title 24 pedestrian access requirements. Particular attention shall be given to the closing of all gaps between adjoining railings, meeting the 4 inch Title 24 rule. There shall be no gaps greater than 4 inches, regardless of tidal elevation. Rhine Wharf Public Dock, Gangway and Platform 02300 -2 4. METAL FABRICATIONS a. See Specification Section 05500, "Metal Fabrications ". b. Metal Fabrications cover steel guard railings, concrete embedments, and dock fabrications, c. The concrete platform shall have aluminum railings with a clear aluminum anodized finish, to closely match the natural color of the adjoining aluminum gangway. 5. WATER SYSTEMS a. See Specification Sections 02661, 'Water Systems" and 15400, "Marine Piping" b. The water system for this project relates strictly to the fire water standpipe requirement from the City of Newport Beach Fire Department. c. Design/Builder is responsible for the complete installation, including all civil /structuraViandscaping support efforts, for installation of a fire standpipe on the docks. d. Design /Builder is responsible for the installation of piping and flexible hose /s from the docks to the seawall, coring thru the seawall for the installation of this line to connect to the City water line in the adjacent roadway. Appropriate structural supports for the water system piping and flexible hoses shall be provided, so that limited stress is placed on the piping system. e. Design/Builder to core an oversized hole thru the seawall and seal the opening with a flexible, mechanical sealing device. 6. ALUMINUM GANGWAYS AND RAMPS a. See Specification Section 13150, "Aluminum Gangways, Ramps and Railings" and Section 13 of this Specifications. b. Aluminum gangways and ramps shall meet all Federal ADA compliance and State of California Title 24 requirements. c. Gangways shall have a standard factory. finish, with no coatings, with the exception of the gangway handrail, which shall have a clear aluminum anodized finish. Rhine Wharf Public Dock, Gangway and Platform 02300 -3 7.- DOCK SYSTEM DESIGN CRITERIA a. Loading Criteria: i. The design of the dock system shall incorporate all anticipated dead and live loads. 1. Dead Loads: Dead loads shall include the weight of the dock system components (waters, bracing, etc) which are permanently. incorporated into the dock system, and non - dock system components (transformers, gangways, trash containers, etc.) which are permanently affixed to the dock system. 2. Live Loads: Live loads are temporary, transient loads imposed in the ordinary use of the dock system, such as people, carts, mobile equipment, wave loadings from boats, wind loads, impact loads, etc. The dock system shall be capable of supporting live loads and freeboards per "Flotation and Freeboards °. The structure shall also be capable of supporting a 400 -pound moving point load anywhere on the deck surface, while maintaining the level tolerances cited in this guideline. ii. Wind loads shall be calculated both parallel to and perpendicular to maximum length of vessels and structures. 1. Wind load on the lateral area of vessels or structures shall not be less than 15 pounds per square foot acting on the projected area of the docks as well as the "sail area" of the berthed vessels. 2. Ten percent (10 %) of the full wind load for an unshielded vessel shall be applied to each vessel in the lee of the unshielded vessel. 3. Wave and impact loading criteria shall be as appropriate for the location of the marina, and the surrounding conditions. Impact loads shall be calculated in accordance with California Department of Boating and Waterways impact loading criteria. iii. Load Combinations: 1. Combined load cases for design of docks shall include the following: Rhine Wharf Public Dock, Gangway and Platform 02300 -4 a. Dead load plus uniform live load b. Dead load plus concentrated 400 -lb live load. In the ADA path of travel, a 650 -lb point live load shall be used. c. Dead load plus wind load plus current & wave loads, plus impact loads. 2. Fabrication, handling and lifting loads shall also be checked in the calculation of the dock system. 3. A 1/3 increase in allowable stresses can be used when in combination with either wind, current, wave or impact loads. For all wood stresses, the allowable stress shall be reduced in accordance with the California Building Code for wet conditions, and then the 1/3 increase in allowable stress applied. 4. Calculations shall include the transfer of forces from the dock system into the piles. All components within this transfer mechanism shall be substantiated. b. Flotation and Freeboards: i. Sufficient flotation shall be provided to support dead load plus live load with freeboards as noted below. 1. Live Load shall be 65 pounds per square foot. 2. Weight of seawater shall be 64 pounds per cubic foot. ii. The flotation shall use expanded polystyrene cores. The use of hollow pontoons shall not be allowed. iii. Docks shall have pontoons composed of outer shells of either concrete or an ultra - violet stable plastic such as fiberglass or cross - linked polyethylene. Exposed foam flotation is not allowed. iv. Freeboard under dead load only shall not exceed twenty-four (24) inches or under live load plus dead load shall not be less than ten (10) inches. Rhine Wharf Public Dock, Gangway and Platform 02300 -5 c. Static Floating Tolerances: i. The dock surface of the in -place dock system, under dead load conditions, shall be level within the following tolerances: 1. Maximum transverse slope for main floats: 114 inch per foot. 2. Maximum longitudinal: 1 inch maximum overall between ends. d. Guide Piles: i. Dock system pilings shall be designed by an Engineer, licensed by the State of California, who shall have demonstrated expertise in the design of marine structures. Pile loading calculations shall be provided based on a soils investigation by a licensed geotechnical engineer, or based on minimum code values for soil properties. Alternatively, a pile test may be conducted by a licensed engineer after piles have been driven, to confirm that the piles can withstand the design loads anticipated. Soil investigation shall be at the Contractor's expense if he chooses to do so. ii. Loading Conditions & Criteria: 1. Applied lateral wind and impact loads shall be calculated for not lower than a +7.5 foot MLLW water surface, and a load height acting upon the piles at no lower than +8.5 foot MLLW. 2. Loads imposed on the dock framing system as previously noted in this loading criteria, shall be imposed in -like -kind to the piles providing the lateral load resistance for the docks. 3. Pile penetration shall be more than 15 feet, nor the calculated penetration plus 3 feet. 4. Pile cutoff elevation shall not be lower than +12.0 feet, MLLW. 8. DOCK MATERIALS OF CONSTRUCTION a. General: Materials used in dock systems shall have a demonstrated history of use in salt water environments of at least 10 years, or otherwise be approved by a licensed engineer practicing in waterfront engineering. Materials used in dock systems are to be new and in good condition. Rhine Wharf Public Dock, Gangway and Platform 02300 -6 L Flotation: Flotation systems shall be the products of manufacturers and contractors regularly engaged in the production of such items for marine construction. 2. Flotation units shall consist of concrete cast around a solid, closed cell foam core. ii. Plastics: All plastics used in the dock systems shall be ultra - violet light stabilized or protected. Plastics proposed for use must have a demonstrable performance history in salt water environments of at least ten years, or be the recommendation of a California licensed Engineer. Design strengths and thickness shall be appropriate for the intended purpose. iii. Foam core for floats shall be a rigid block of closed cell expanded polystyrene with a unit weight of between 0.95 to 1.2 pounds per cubic foot. Properties of foam shall conform to ASTM C578, with maximum water absorption of 3.0 percent or less as determined by ASTM C272, Method C. b. Timber: All wood - construction fingers shall have framing that includes cross - members that provide rigid connection to the full - length stringers. All connections shall be made using thru - bolts. Allowable Stresses: Allowable stresses for harbor structures shall not exceed those stated in the "California Building Code ". iii. Timber used for walking decks shall have a minimum net thickness of 11/2 inches. iv. Timber for walking surfaces shall be Douglas Fir, Select Structural. Sawn timber for other framing members shall be Douglas Fir, No. 1, minimum. v. Walking surfaces shall have a non -skid finish and be maintained periodically or when worn and unsafe. Treated timber decking requires no further non -skid finish. vi. Dimensional lumber is not required to be painted. Rhine Wharf Public Dock, Gangway and Platform 02300 -7 vii. Plywood utilized within dock framing systems shall be exterior grade material. Plywood shall not be used as the walking surface for a dock system, unless the product can be demonstrated to the City of Newport Beach Building Department that it is provided with a factory- applied protective, non -skid walking surface that will be durable and has a proven process for patching and touch -up. Internal plywood members shall be provided in such a manner that water can be easily conveyed off the top surface of plywood and not pond or get trapped, leading to early deterioration and dry rot. viii. Weight of treated Douglas Fir shall be assumed to be 35 pounds per cubic foot. ix. All timber used for dock construction shall be marked with the appropriate grade of material and preservative treatment, or may be subject to rejection by the City Inspector. x. Wood Preservative for Timber: 1. All timber products shall be coated with preservative treatment to retention limits recommended by the American Wood Protection Association (AWPA) Standard T1. 2. Current State and Federal environmental requirements and guidelines for the type and application of preservative treatments shall be strictly enforced. 3. All lumber must bear a stamp approved by the American Lumber Standards Committee for conformance to the American Wood Protection Association Standards. 4. Field cuts and bored holes shall receive field - applied preservative treatment in accordance with Best Management Practices. Preservative treatment chemicals shall not be allowed to enter harbor waters. c. Steel: i. Any steel components used in the marine environment shall be hot - dip galvanized with a minimum of 3 mils of zinc, or epoxy coated per ASTM A934 and manufacturers recommendations, or shall be stainless steel. ii. Structural steel shall conform to Standard Specifications for Structural Steel for Bridges and Buildings, ASTM A36. Aluminum Rhine Wharf Public Dock, Gangway and Platform 02300 -8 shall conform to 6061 -T6 material specifications. Stainless Steel shall conform to Alloy 316/316L material specifications. iii. Fabrication and erection shall comply with the latest applicable codes as noted: 1. AISC, Latest Editions 2. Aluminum Structural Welding Code, Latest Edition 3. Aluminum Design Manual, Latest Edition 4. Design Manual for Structural Stainless Steel, Latest Edition iv. All bolts securing primary structural members shall be a minimum of 1h inch diameter thru bolts. Bolts shall be A307 and include washers where direct contact with timber members occurs. Carriage bolts are also allowed. v. No connecting device shall protrude beyond the fascia or water into the berthed area, which may contact any part of the berthed vessel, or extend up into any walking surface creating a tripping hazard. d. Concrete and Reinforcing: Concrete shall be designed for permeability, strength, chemical stability and abrasion resistance, appropriate for its application. Minimum compressive strength for concrete, subject to salt water splash, immersion and/or brackish water is 4,500 psi and a 0.45 water -to- cement ratio. ii. Portland cement shall conform to ASTM C150 Type I or Type II modified, and low alkali. Chemical admixtures shall conform to ASTM C494. Chemicals designed to limit corrosion of internal reinforcing may be used. Air entrainment admixtures shall conform to ASTM C260. Coarse and fine aggregate shall conform to ASTM C33 and ASTM C330 where lightweight aggregates are used. Lightweight aggregate, if used, shall consist of expanded and coated shale or equivalent material of sufficient strength and durability to provide concrete of the required strength. . iii. Concrete structures shall be designed to provide sufficient coverage of reinforcing steel, so as to prevent corrosion, per code requirements. For structures exposed to salt water splash or immersion, bar reinforcement shall conform to ASTM A706, and shall be epoxy coated per ASTM A934, after bending of the bars. Welded wire mesh shall conform to ASTM A185 and shall be epoxy coated conforming to ASTM A884, with all visible defects and cut Rhine Wharf Public Dock, Gangway and Platform 02300 -9 ends repair coated. Wires used to tie reinforcing steel shall be either epoxy - coated steel, or Alloy 316/316L stainless steel. e. Pilings and Anchorage: i. Piles shall be the products of manufacturers and contractors regularly engaged in the production of such items for marine construction. Typical materials approved for pile materials include: 1. Pre - stressed concrete, 2. Steel, or 3. High- strength composite materials. ii. Unless subsurface soil materials prevent their use, pilings shall be pre - stressed concrete. Portland cement shall be ASTM C150 Type 2. Water for mixing and curing shall be fresh, clean and potable. Aggregates shall conform to ASTM C33, Size Number 67, and be free from any substance that is deleteriously reactive with the alkalies in the cement. Admixtures, if used, shall conform to the requirements of ASTM C494 and not contain chlorides. Corrosion inhibiting concrete admixtures are encouraged. Pre - stressing steel shall be uncoated, seven -wire stress relieved strand with a minimum ultimate stress of 270,000 psi conforming to ASTM A416. Ties and spirals shall conform to ASTM A82, cold drawn. Piles shall cure and reach a strength of not less than 4,000 psi before de- tensioning and cutoff of the strands. iii. Guide rollers shall be fabricated from polyethylene, Ultra High Molecular Weight (UHMW), polyolefin or polyurethane roller or plate material. As an option to the use of rollers, UHMW rub blocks may be used. Minimum thickness of a rub block shall be 2 inches, with attachment bolts countersunk into the UHMW material. iv. Any structural steel components used in the marine environment shall be hot -dip galvanized or epoxy coated per manufacturers recommendations, or Alloy 316/316L stainless steel. v. Steel piles must be painted with a coating that prevents or inhibits the corrosion of the pile base material. Design of steel piles shall include a 1/8 -inch additional corrosion allowance. Coatings must be maintained to prevent growth and wear from the guide roller assemblies. Rollers should be cleaned periodically to prevent shell fragment build -up from further deteriorating the coatings protecting the steel piles. For added steel pile protection, sacrificial anodes may also be designed and installed to limit corrosion, and UHMW plastic pile wraps can be installed to limit wear of the steel surface from guide roller friction. Rhine Wharf Public Dock, Gangway and Platform 02300 -10 vi. Installation Criteria: 1. Piling shall be installed by a licensed contractor regularly engaged in the business of pile driving. Care shall be taken in the handling and driving of piling, to prevent spalling, cracking or other damage. Contractor shall install piles per approved local, state and federal requirements. Jetting may be permitted with State and Federal approval. 2. Tolerances: a. The elevation of the head of piles shall be within one inch of designer top of pile elevation. Minimum pile top elevation for dock systems shall be +12.0 MLLW. b. Piling shall be installed vertically plumb within tolerances defined in the construction documents, but in no cases more than 2.5% out of vertical plumb, and 4 inches out of horizontal location. 3. Records and Certifications: a. Records of pile driving operations shall be maintained under the supervision of the Engineer of Record, and made available to the City upon request. b. Upon completion of the pile driving operation, the engineer shall certify that the pilings were installed in accordance with the design and these specifications. Such certification shall be on the Engineer's letterhead and bear the Engineer's stamp, and shall be submitted to the City prior to issuance of the certificate of occupancy. 9. APPURTENANCES a. Cleats: Cleats shall be designed to accommodate boats and loads appropriate for their location. A minimum of two cleats on each side of a slip is required. Cleats shall be hot -dip galvanized, 12" and 15" size standard and attached to the dock system by means of through -bolts of adequate size to transmit loads between boats and the dock system. b. Bumpers: Bumpers shall be installed on dock surfaces that will come into contact with boats. Outer comers of the dock should be protected with comer bumpers. Bumper material shall be vinyl products, or those that have been approved by an Engineer, licensed to practice in the State of Rhine Wharf Public Dock, Gangway and Platform 02300 -11 California. Water retentive material such as rugs, or salvage materials such as tires, shall not be used. Install bumpers with aluminum or stainless steel nails or screws. 10. CONCRETE PLATFORM a. Concrete platform and piles shall be designed by a California licensed Engineer experienced in waterfront structures. b. Structures shall be designed for an assembly area live load of 100 pounds per square foot (psf). c. Continuous guardrail meeting the following requirements shall be provided around the platform: i. The top of the guardrails shall not be less than 42 inches above the walking surface of the platform. ii. Guardrail shall be capable of supporting a horizontal load of 50 pounds per lineal foot applied transverse to the rail. iii. Intermediate rails shall be provided such that a sphere 4 inches in diameter may not pass through any point below the guardrails. Intermediate rails and their connections shall be capable of withstanding a load of 25 pounds per square foot applied horizontally at right angles over the entire tributary area, including openings and spaces between rails. d. Provide an aluminum gate mounted on new concrete platform. Height, materials and configuration shall match platform guardrail. 11. UTILITIES a. Fire Protection: i. All fire protection systems for marinas, wharves and piers shall be in accordance with NFPA Chapters 14 and 303, latest edition, and the California Fire Code Appendix II -C, latest edition. See the attached Newport Beach Fire Department "Fire Protection for Marinas, Wharves, and Piers" for system requirements. ii. Code Requirements: Retroactivity of code provisions - At the option of the Newport Beach Fire Department, the authority can make the conditions and provisions of applicable current codes retroactive, if deemed necessary for public safety. Otherwise, the provisions of Rhine Wharf Public Dock, Gangway and Platform 02300 -12 applicable codes that existed or were approved for construction or installation prior to the effective date of the standard shall apply. iii. Fire Department connections (FDC's), backflow preventers and pressure reducing assemblies or booster pumps if required, firehose cabinets, fire standpipes and portable fire extinguishers shall be provided on the docks, as required by Code. Meet City of Newport Beach Fire Department requirements for periodic hose testing and replacement. iv. Dock installations shall be provided with a fire fighting system, approved by the City of Newport Beach Fire Department. If the City water pressure is not adequate to produce pressures necessary to meet special City and Code requirements, an auxiliary booster pump system may be required. 12. SUBMITTALS a. Shop drawings and calculations showing analysis and design shall be provided and sealed by a licensed civil or structural engineer experienced in the design of marine structures, shall be submitted for written approval prior to fabrication. b. Shop drawings and calculations for platform gate and guardrails. C. A minimum of five sets shall be provided for each submittal, of which two will be returned to the manufacturer. The manufacturer shall allow a minimum of two weeks from the time of receipt for review of submittals. 13. ACCESSIBLE ALUMINUM GANGWAY RAMP a. DESIGN CRITERIA i. GENERAL 1. All construction is to be in accordance with the minimum provisions of the 2007 California Building Code (CBC). Where these specifications do not state otherwise the provisions of the CBC shall apply. 2. Design of the aluminum gangway shall be in accordance with the Aluminum Association "Specifications for Aluminum Structures ". Analysis of truss type gangways shall utilize Holt's method for determining top chord buckling as outlined in "Guide to Stability Design Criteria for Metal Structures ", 4th Edition, by Theodore B. Galambos. Rhine Wharf Public Dock, Gangway and Platform 02300 -13 3. Gangway shall meet all applicable requirements relating to Federal ADA Compliance requirements. Guard, mid and hand railings shall meet the requirements of the latest State of California Title 24 requirements. Minimum gangway clearance width (between handrails) shall be 4 feet wide. Gangway shall be equipped with self - closing, self - latching gate at the platform end of the gangway. All walking surfaces shall be provided with a commercial grade non -skid surface. ii. DEAD AND LIVE LOADS 1. Gangway deck and structural components shall be designed to support the dead weight of the gangway plus a distributed live load of 40 pounds per square foot of deck area. Maximum deflection under this load shall not exceed U360. 2. The deck and structural components shall be designed to support a concentrated load of 400 pounds applied to a six inch by six inch area anywhere on the deck surface. 3. Lateral design wind load shall be 80 MPH, exposure "C' per CBC. 4. A utility allowance of 30 pounds per linear foot shall be included in all calculations. iii. HANDRAILS The gangway shall have continuous handrails along both sides of the walking surface and shall extend a minimum of one foot beyond the primary walking surface at each end. The top of the handrails shall be not less than 34 inches or more than 38 inches above the walking surface. Ends shall be returned or shall terminate in safety terminals. 2. The handgrip portion of the handrails shall not be less than 1 -1/4 inches nor more than 2 inches in cross - sectional dimension, or the shape shall provide an equivalent gripping surface. The handgrip portion of the handrails shall have a smooth surface with no sharp corners. A minimum of the 1- 1/2 inches clearance shall be provided between the gangway structure and the handrail. 3. The mounting of handrails shall be such that the completed handrail and supporting structure are capable of Rhine Wharf Public Dock, Gangway and Platform 02300 -14 withstanding a load of at least 200 pounds applied in any direction at any point on the rail. This load shall not be assumed to act concurrently with the guardrail toads. Railings shall be designed to resist a load of 50 pounds per foot applied horizontally to the rail. iv. GUARDRAILS I. Continuous guardrails meeting the following requirements shall be provided along both sides of the gangway. The top chords of truss type gangways may be considered to act as guardrails provided they meet the same requirements. a. The top of the guardrails shall not be less than 42 inches above the walking surface of the gangway. b. Guardrails shall be capable of supporting a horizontal load of 50 pounds per lineal foot applied transverse to the rail. 2. Intermediate rails shall be provided such that a sphere 4 inches in diameter may not pass through any point below the guardrails. Intermediate rails and their connections shall be capable of withstanding a load of 25 pounds per square foot applied horizontally at right angles over the entire tributary area, including openings and spaces between rails. v. UTILITY ATTACHMENTS Utility attachments shall be provided on the underside of the gangway at a minimum of 4 foot on center. Utility attachments shall be welded to the gangway or attached structurally in a method acceptable to the engineer. vi. RUN -OFF PLATE (TOE RAMP) Gangway shall be equipped with transition plates at the bottom of the gangway. The transition plate shall be of non -skid surface material and provide the transition from the gangway platform and/or dock, onto the gangways. The transition plate shall be the full width of the gangway deck. All transition plates shall have a slope no steeper than 1:12 for ADA- compliant gangways. Transition plate shall have rounded edges along the path of travel and a height or thickness at the end of the plate of no greater than 3/8 inch. Rhine Wharf Public Dock, Gangway and Platform 02300 -15 vii. WHEEUROLLER GUIDES The gangway manufacturer shall provide wheels or skids at the gangway landing that will allow quiet longitudinal movement along the floating dock for the full range of water elevations including guides to restrict the lateral movement of the gangway at the loading. viii. SHOREMOUNT (AT PLATFORM) The hinged connection at the shore end (platform) of the gangway shall accommodate the full range of vertical and lateral gangway motion due to water elevation changes and wind, wave and impact loading. Any gaps in the hinge transition of more than 1/z inch between the platform and gangway walking surface shall be covered by a hinged transition plate. The transition plate shall be constructed of materials similar to the gangway, and shall have a non -skid surface. ix. SUBMITTALS 1. Shop drawings, sealed by a registered structural engineer experienced in the design of aluminum structures, shall be submitted for written approval prior to fabrication. 2. Sealed calculations showing analysis and design shall be provided by a licensed structural engineer experienced in the design of aluminum structures, and shall be submitted with the shop drawings. 3. A minimum of five sets shall be provided for each submittal, of which two will be returned to the manufacturer. The manufacturer shall allow a minimum of two weeks from the time of receipt for review of submittals. 4. Certificates of compliance shall be provided for all the structural metals. b. MATERIALS i. GENERAL All structural aluminum, including tubes, plates, angles and pipe shall be alloy 6061 -T6 per ASTM 8308. All bolts shall be stainless steel appropriate for use with aluminum in marine Rhine Wharf Public Dock, Gangway and Platform 02300 -16 environments. Isolators shall be used when connecting dissimilar materials. ii. DECKING Gangway decking shall be aggressively slip and skid resistant and made from aluminum or other marine grade material appropriate for this use. Samples and/or cut sheets of the decking material shall be provided for approval prior to fabrication. Open grate or'grip strut' type materials shall not be acceptable unless specifically approved in advance. iii. STRUCTURAL STEEL All structural steel (if used) shall be ASTM A36, hot dipped galvanized per ASTM A123 or A153 after fabrication. c. FABRICATION AND WORKMANSHIP i. GENERAL Fabrication, delivery and installation of the aluminum gangway shall conform to the latest revisions of the aluminum construction manual and all applicable standards and data as set forth by the Aluminum Association. Edges shall be cut true, smooth and free from burrs. Corner edges shall be ground smooth. Weld platter and weld flash shall be removed from all exposed surfaces. Mill stamps shall be removed. 2. Materials delivered and stored at either the manufacturing facility, staging area, or job site shall be properly stored on dunnage or by other appropriate means to prevent direct contact with the ground and unnecessary damage. ii. WELDING Parts to be welded shall be free of dirt, grease and other contaminants, and shall fit properly for sound welding. All welding shall be performed by A.W.S. or W.A.B.O. certified structural welders. Welds will be spot tested by VT or UT and any failing welds will be repaired and retested at the fabricator's expense. Rhine Wharf Public Dock, Gangway and Platform 02300 -17 iii. INSTALLATION The aluminum gangway shall be installed according to the recommendations of the manufacturer. The gangway shall be installed on the floating dock and positioned as to allow the dock system to travel the full range of water levels without binding or stressing the gangway or dock system. END OF SECTION Rhine Wharf Public Dock, Gangway and Platform 02300 -18 SECTION 02350 CONCRETE PILES PART II- GENERAL 1.01 1.02 1.03 SUMMARY A. This section covers design criteria for the concrete piles including design, manufacture, and installation. The proposed piles locations are indicated on the Drawings. The piles shall meet all pertinent requirements of these Performance Specifications and shall be designed by the Design/Builder. The pile details shown on the Drawings are for reference only. All material shall be compatible and intended for the salt water environment. The approved piles shall be furnished and installed complete, if noted on the Drawings. This Specification Section is designed to work in conjunction with Section 02487, "Floating Dock Systems ", Section 02488 "Wood Docks, and Section 02489, "Concrete Docks ". EXPERIENCE A. The piles which are proposed shall be furnished by a firm having a minimum of ten (10) years experience in the design, manufacturing and installation of similar type units. WORK INCLUDED A. Precast Concrete Piles have not yet been designed. Approximate pile depth, diameter and location are provided by the Engineer. Design/Builder shall bid the piles based on sizes, details and dimensions shown on the Drawings. The City is aware that construction and installation cost of Precast Concrete Piles may change dependent on the calculations and design developed by the Design/Builder. Such changes, if any, shall be reviewed by the City and the contract amended appropriately, if necessary. B. The work includes designing, furnishing and installing Precast Concrete Piles as shown on the Drawings. C. Manufacture of Precast Concrete Piles: Piles shall be solid precast units, cast monolithically and employing high - tensile steel wire reinforcing previously preloaded in a suitable pile casting bed. The Design/Builder is to determine the pile cross section and placement of reinforcement and submit to the City for Concrete Piles 02350 -1 1.04 approval. Piles to be cast with an internal jet pipe, for guide piles only. 2. Precast concrete piles shall be furnished as designed by the Design/Builder and shall be manufactured by a fabricator with at least ten (10) years of experience in the manufacturing of precast piles. Each pile shall be stamped or marked with the date of its manufacture, length, and a sequential casting number. Lifting points shall be designated and marked as indicated on the reviewed Shop Drawings. 3. Except as hereinafter specified, casting tolerances shall comply with requirements of Division 6, Section 6.4 of the "Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products" published by the Prestressed Concrete Institute, Publication Number MNL -116. Section C6.4.1 which states that the "tolerances shown in Article 6.4 must be considered as guidelines for an acceptability range and not limits for rejection" shall not apply. Pile dimensions that exceed the prescribed tolerances will be cause for rejection as determined by the Engineer. When tolerances are exceeded, grinding or patching will not be permitted. A. Prestressed Concrete Institute (PCI) B. American Society for Testing and Material (ASTM) 1. ASTM C494 2. ASTM A82 3. ASTM A416 C. California State Specification 8040 -01 F -03 1.05 QUALITY ASSURANCE A. Quality assurance procedures shall be in conformance with PCI Manual MNL -116. B. Concrete mix design shall be designed by the Design/Builder and reviewed by the Engineer. C. Design /Builder shall provide at least one person who shall be present at all times during pile casting operations and who shall be thoroughly familiar with the methods involved and the design requirements. Concrete Piles 02350 -2 1.06 SUBMITTALS A. Submit details of the following items for the Engineer's review. Submit details of quality control procedures established, in accordance with PCI Manual MNL -116, by the pre - casting manufacturer. 2. Certificate of compliance, mill certificates, samples, and test results for pre - stressing steel, spirals, non pre - stressed reinforced steel, and pile anchorage steel. 3. Concrete mix design. 4. Certificate of compliance, samples, and test results for cement, aggregates, and admixtures. 5. A list of equipment and the methods and procedures for the manufacture, curing, transport, handling, lifting, driving, testing, and cutting off of piles. Calculations of expected pile handling stresses, assuming a minimum 50 percent impact factor, shall be signed by a Civil or Structural Engineer currently registered in the State of California. 6. Submit Shop Drawings for piles showing placement and details of the steel, jetting tube (internal or external) and the use of special embedded or attached lifting devices, and the employment of other pickup points or any other method of pickup. 7. Any deviation from the Design/Builder's drawings pertaining to length of pile, design, or any other deviation that may affect the structural integrity of the pile shall be conspicuously shown on the Shop Drawings. The Shop Drawings shall show that the steel layout and details conform with those shown on the Design /Builder's drawings. The Shop Drawings shall be signed by a Civil or Structural Engineer currently registered in the State of California, with experience in designing pre- stressed, precast concrete pile. 8. Prepare and submit to the Engineer for approval a schedule and sequence of pile driving prior to commencing pile driving. Each pile location shall have a unique identification number. 9. Provide the Engineer with the method(s) proposed to align and maintain alignment. The Design /Builder shall also provide details on the methods and equipment to be used to measure alignment. Concrete Piles 02350 -3 10. Completed Pile Hammer Data Sheet, attached to this Specification Section as Attachment 1. 11. Provide Engineer with information about Design/Builder's jetting equipment, details, methods and procedures for review prior to commencing work. However, Engineer's review will not relieve Design /Builder's responsibilities for installation of piles as indicated on the Drawings and in these Specifications. 12. No jetting is permitted unless a permit is obtained by the Design/Builder at no cost to the City from the appropriate State and Federal agencies. At a minimum, and with approval of the Geotechnical Engineer of Record, the last five (5) feet of pile must be driven, and not jetted. PART 2- PRODUCTS 2.01 CONCRETE A. Concrete shall contain no calcium chloride, thiocyanate or other admixtures containing more than 0.05% chloride ions. Portland cement shall be ASTM C150 Type 2. Aggregates shall conform to ASTM C33. If approved, use a water reducing admixture that complies with ASTM C494, Type A, except it shall meet the above requirements and shall be nontoxic after 30 days. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations. Furnish a compliance statement that the admixture used satisfies all requirements of this Special Provisions Section. B. The Design/Builder shall make six, 6 -inch diameter by 12 -inch long test cylinders for the Engineer for each pile manufactured. The Engineer may, at its discretion, reduce the required number of cylinders at any time if satisfied that the required concrete strength is being attained and that the concrete and curing processes are uniform. The cylinders shall be properly labeled with the date and pile number of the pile being manufactured. After curing, the cylinders shall be delivered to the Engineer. Concrete Piles 02350 -4 2.02 HI- TENSILE REINFORCING A. Small- diameter pre- stressing strands shall be of the uncoated seven -wire high - tensile -steel cold -drawn type, stress relieved after the wires have been formed into strands. The strand shall conform in physical properties to those set forth in ASTM A416 Grade 270. Nominal size of strand shall be as shown on the drawings. High- strength single -wire and high- strength alloy bars when shown on drawings, or required, shall meet standards of the Prestressed Concrete Institute unless otherwise specified. B. A microscopic and metallographic examination will be made by the Engineer on representative sections of the wire which have been previously stressed to 70 percent of its ultimate strength. The appearance of laminated structure or metallurgical defects will be grounds for rejection. C. All strands shall be free of dirt, rust, oil, grease or other deleterious materials and shall be accurately positioned, held in -place and tensioned before concrete is placed. 2.03 REINFORCING BAR AND WIRE A. All spiral reinforcing wire shall meet the requirements, of ASTM A82. The pile shall contain spiral steel reinforcing of the pitch and size shown on the drawings. B. Reinforcing steel shall be ASTM Grade 60 smooth or deformed. C. All deformed reinforcing bar shall be epoxy coated meeting the requirements of ASTM A934. All structural strand shall have no coating. D. Connection from the top of the piles to the platform shall be accomplished by either standard reinforcing bars or T- Headed Bars. If T- headed bars are used, bars shall be embedded into 26 gauge minimum galvanized post tensioning tubes. The inside diameter of the grout tube shall not exceed the diameter of the reinforcing bars plus one inch. The angular space around the bars shall be completely filled with a high strength non - shrink, non - metallic cementitous grout. 2.04 PILE MANUFACTURING CRITERIA A. Piles shall have suitable identification numbers, at least 5 inches in height, impressed in the concrete, as specified elsewhere in these Specifications, indicating the sequence in which piles were manufactured. These numbers shall be located on the same face of the pile, approximately 3 feet from each end. A record shall be kept on each pile showing the date Concrete Piles 02350 -5 manufactured, results of test cylinder testing and any other pertinent data required by the Engineer. B. The piles shall be manufactured to the following dimensional tolerances: 1. Length, 1 inch. 2. Deviation from a straight line shall be less than 1/8 inch within any 10 feet of pile length. The total deviation from true centerline (straight line drawn between centerline of pile ends) of pile shall not exceed Y2 inch at any point along the length of the pile when pile is in true plumb position. 3. Cross sections shall be within -1/4 inch to +1/2 inch. 4. Pile head 'h degree from a true right angle plane. 5. Surface irregularities, 118 inch. 6. Location of reinforcing steel shall be as follows: a. Reinforcement cover, -0 inch, +114 inch. b. Spacing of spiral' /2 inch. 7. Location of pre- stressing strands in relation to the longitudinal axis of the pile shall be minus 1/4 inch plus 0.0 inch from that indicated throughout whole length of pile. C. Failure to maintain the pile dimension tolerance and the reinforcing location tolerances will be cause for rejection of the pile. D. When lifting anchors are used in concrete piles they shall be not less than one inch clear from the reinforcing or pre- stressing steel in the pile. E. Lifting anchors shall be removed to a depth of not less than one inch below the surface of the concrete and the resulting depression shall be scrubbed and blown clean of all loose material, then filled with epoxy mortar before piles are delivered to the job site. Epoxy adhesive shall comply with the requirements of California State Specification 8040-01F- 03 and only the product of one manufacturer shall be used for all of this work. Submit a certificate of compliance for the product selected. 2.05 FORMS A. Forms shall be steel and shall be designed, fabricated, setup, and maintained so as to produce a finished pile ready for driving, free from defects and conforming to the tolerances specified herein. Forms shall be ............ . . . . . ............ . . . . - - - - - - - - - - - - - - - -- - made with sufficient rigidity and shall be supported as necessary to prevent deformation and settlement during placing, vibrating, finishing, and curing of concrete. Forms shall be constructed and assembled to prevent damage to the pile upon form removal. Forms shall be setup and arranged to provide ample working space and easy access to conduct all necessary operations. Forms shall permit longitudinal movement of the pile without damage during the transfer and release of the pre - stressing force. Forms shall be free of dents, creases, and other irregularities. Forms shall be thoroughly cleaned and oiled prior to each use. B. Forms shall be designed to allow pre- stressing of the strands and subsequently allow adequate access for placing and tying reinforcement and for positioning and anchoring all embedded items. C. Take particular care to ensure that end bulkheads are plane and square to the axis of the pile. D. Except for the top horizontal surface that may be hand finished, all concrete surfaces of the pile shall be formed. Methods of forming that involve extruding any portion of the pile are not acceptable unless otherwise approved by the Engineer. Such approval will be based on satisfactory prior experience of loth the pile manufacturer and the Superintendent in producing pre - stressed concrete piles of the size required. 2.06 PLACEMENT OF REINFORCEMENT UNITS A. The reinforcing steel shall be installed in the casting beds in the exact shape and dimensions as designed by the Design /Builder. Strands and reinforcing bars shall be positively held in position so that the assembled steel will retain its position after stressing and during placement of concrete. B. Templates shall be used to properly and accurately space strand. Before assembling the steel, the spiral hooping shall be formed as indicated by the Design/Builder. C. The spiral reinforcing shall, as a minimum, be firmly tied to at least four pre- stressing strands. These ties shall be approximately equally spaced and in separate quadrants. Ties shall be made at every other intersection resulting in ties at two pitch distances apart along four strands. At both ends of the unit, ties shall be made at every intersection for the first six hoops. Ties shall be with No. 16 annealed steel wire. To gain access, it may be necessary to leave some strands unstressed until after the spiral ties are made. In such case, the unstressed strands must be in a symmetrical pattern. All splices in the spiral shall be lapped one Concrete Piles 02350 -7 circumference and shall be wired together at three points. Take particular care to ensure that spirals near the ends of the pile are not displaced during concrete placement. D. If concrete spacer blocks are used the strength of these shall not be less than the design strength of the pile concrete. 2.07 JETTING TUBES A. Piles shall be provided with a jetting tube internally cast (preferred). An external jetting tube may be use with the approval of the Engineer. Jetting of piles is only permitted if approved by the Geotechnical Engineer of Record, and at a minimum, the last five (5) feet of pile shall be driven and not jetted. Jetting is not permitted for piles, other than guide piles for the dock. 2.08 PRESTRESS A. Anchors for the pre - stressing steel shall be designed to adequately resist the pre- stressing forces without excessive deformation and enable the operation to be carried out safely. Tendon anchorages shall be designed to hold the tendon safely at pre- stress tension without creep. B. Uniformly pre- stress the steel prior to being brought to design pres - tress. Induce the same initial pre - stress in each unit when several units of pre- stressing steel in a pile are stretched simultaneously. C. Initial pre- stress in strands and final pre- stress in the concrete after allowing for losses, shall be as indicated on the drawings. D. All strands shall be individually and uniformly stressed, in a symmetrical sequence, to the design load, before concrete is placed, by means of a hydraulic jack, or jacks, equipped with accurate pressure gages permitting the stresses to be computed at any time. Elongation of the strand shall be measured at the completion of the tensioning operation and shall conform to elongation tables furnished by the manufacturer of the strand. If there is a difference of over 5 percent between the steel stress determined from adjusted elongation and from the gauge reading, the cause of the discrepancy shall be determined and rectified before additional casting is allowed. 2.09 DEPOSITING AND FINISHING CONCRETE A. All strands, spirals, and other embedded items shall be secured in position and then approved by the Design/Builder before any concrete is ordered for any particular pile. Concrete Piles 02350 -8 B. Concrete shall be deposited continuously and as rapidly as practicable after the placing of each pile section has started and until the entire pile section has been completed in the casting bed. The concrete shall be deposited in successive layers. Hand mixing of concrete for piles will not be permitted, nor will re- tempering be permitted. C. The top surface shall be screeded and troweled to a uniform even texture similar to that produced by the forms. 2.10 VIBRATING A. During and immediately after depositing concrete for piles, electric or pneumatic vibrators of approved design, in numbers approved by Engineer, but not less than two, shall be used to vibrate and thoroughly compact the mixture. Particular care shall be taken to handle the concrete in such a manner as to ensure dense concrete with a good surface free from honeycomb or voids. B. The frequency of vibrators shall be not less than thirty -six hundred (3,600) cycles per minute. Intensity of vibration shall be sufficient to cause the concrete to flow and settle into place and to make the effect on the concrete visible over a radius of at least 2 feet. Vibrators shall be applied at points not over 2 feet apart, and there shall be an average of not less than 20 seconds of vibration per foot of pile. 2.11 TRANSFER OF PRESTRESS A. Pre - stress shall not be transferred until the concrete in the pile has attained a strength in compression of at least 4,000 psi as determined by a test cylinder testing. Transfer of pre- stress shall be accomplished by the simultaneous gradual release of all strands, with hydraulic jack(s). Where release by jack is impracticable, each strand shall be burned at exposed points between anchorages. The sequence of burning shall follow .a pattern calculated to equalize the forces being transferred throughout the cross section of the member. Heating for release shall use a low- oxygen flame. At least a 4 -inch section of wire shall be uniformly heated to relax the pre- stress tension and prevent the shock encountered when strands are burned with a high - oxygen flame at a single point. Following de- tensioning, remove the strands to not less than one half inch below the surface and patch the resulting depression with epoxy grout as used for lifting anchors. 2.12 SURFACE DEFECTS Concrete Piles 02350 -9 A. Except as specifically permitted, no rock pockets, voids, fissures, or honeycombing will be allowed. Repair of such defects will also not be permitted. Such defects will be cause for rejection of the pile. B. Individual small surface air bubble defects, which are defined as not exceeding 1h inch in mean diameter or 3/8 inch in depth, and small fissures, which are defined as penetrating less than 3/8 inch, will be accepted without repair. Defects that are up to one inch in mean diameter and 3/8 inch to 3/4 inch in depth may be repaired as hereinafter required. C. Surface defects that are greater than one inch in mean diameter or are more than 3/4 inch in depth, will be cause for rejection of the pile. 2.13 REPAIR OF SURFACE DEFECTS A. The Design /Builder shall repair small surface air bubble defects and small fissures throughout the length of the pile according to the criteria outlined. B. The grout and dry patching material shall consist of Portland cement mortar mixed in the proportion of one part Portland cement (Type II) to three parts of fine sand (passing a No. 14 to 20 mesh sieve) by volume. No more water than necessary for proper placing shall be used. No mortar shall be used which has been prepared for longer than 30 minutes, and if stiffening should occur within this period, the mix shall be discarded. Under no circumstances shall water be added to the mortar after it has first been prepared. 1. Preparation a. The depth and direction of any and all small fissures shall be ascertained by probing with a 12 -gauge wire, after which a 3/8- to 1h -inch drill shall be used to enlarge the fissure to the depth and in the direction which was indicated by the probing. In the event the drill is broken off in the concrete, it shall be removed by any feasible means, an in no case shall it be left embedded in the concrete. b. All concrete surfaces to be repaired shall first be thoroughly scrubbed with a coarse stiff, short- bristle brush before the application of the dry packing. The object of this cleaning is to uncover holes which may be concealed by a thin film of laitance or mortar. C. The brushed surfaces shall be thoroughly hosed with a pressure nozzle to remove dirt and foreign objects. Concrete Piles 02350 -10 2. Repair Methods a. After the free water has disappeared, but while the concrete surface is still damp, dry patching shall be applied to all indented, damp concrete surfaces, followed by methods prescribed herein, in a manner which will provide a positive bond between the patching material and all surfaces of the concrete, to the satisfaction of the Engineer. b. Mortar grout shall be compacted into the predrilled fissures in a manner that will permit no voids of entrained air to remain and will provide a positive bond between the concrete and the mortar at all interfaces. Following this step, all surface voids shall be dry packed by means mutually acceptable to the Design /Builder and the Engineer. C. Mortar patches shall be kept moist for not less than 5 days after placement. Patches which show secondary fissures, or are not bonded properly shall be redone. d. In the event shrinkage occurs in the hardened patches, these shall be removed and re- patched. Provide new key ways by drilling or any other means acceptable to the Engineer. Failing to obtain a satisfactory patch will be considered as grounds for rejecting the pile or piles in question. 2.14 CURING PILES A. Piles shall be cured by a combination steam and water curing method or by combinations of other methods, when approved by the Engineer in writing. Submit proposed curing method to the Engineer prior to casing. B. Curing duration: Piles shall be cured in the casting bed until concrete test cylinders poured during the pile manufacturing and cured in the same manner as the piles have attained a minimum compressive strength of at least 4,000 psi. Curing may be discontinued, with the approval of the Engineer according to the following schedule; steam curing for 24 hours followed by water curing for a total curing time of not less than seven days or water curing for a total of 10 days. Curing by membrane compound will not be allowed. C. Steam Curing 1. Immediately after the piles have been cast and finished, they shall be enclosed in a suitable tight enclosure which will protect the pile Concrete Piles 02350 -11 from wind and drafts. Such chambers and enclosures shall be adequately sized to allow full circulation of steam around all surfaces of the pile. 2. Instrumentation: Install recording thermometers with suitable enclosures and an adequate power source along with all wires and other expendables and locate the recording thermometer pickup points at intervals not to exceed 50 feet along the length of all steam curing chambers used for curing piles under this specification. The placing or location of the thermocouples shall alternate from the top of the piles to the bottom of the piles. The Design /Builder shall not commence concrete placement until all temperature recording devices have been installed and checked to the satisfaction of the Engineer. A uniform curing temperature shall be maintained throughout the entire length of all piles. Thermocouples shall be housed in metallic conduit stubbed off 3 inches above the bottom of the enclosure. The proximity of the couple in relation to the piles shall be mutually agreed upon by the Engineer and manufacturers representative. At the end of the metallic conduit, flexible rubber hose shall be used to protect the wires from mechanical damage. The wires shall have at least 2 feet of slack to allow for new couples to be made without splicing, should it become necessary. For the purpose of checking the Design /Builder's recording thermometers, the Engineer may install its own recorders. In this case, the Design/Builder shall furnish the power source, necessary wires, and other expendables at locations designated by the Engineer. 3. Commencing not earlier than 3 hours and not later than 4 hours after completion of concrete placement, the piles shall be subjected to the continuous action of thoroughly saturated vapor having an ambient curing temperature of not more than 150 °F. Care shall be exercised to see that heat is introduced gradually to avoid thermal shock to the concrete. The rate of rise of temperature shall not exceed 40 °F per hour. If the forms have been released from the piles, curing temperatures may be raised to a maximum of 160 °F, with the approval of the Engineer. 4. Following this steaming cycle, the piles shall be cooled gradually. Care shall be exercised to protect the piles from rapid drops in temperature, mechanical injury, and any other conditions likely to Concrete Piles 02350 -12 cause damage or loss of strength. The rate of drop of temperature shall not exceed 50°F per hour. 5. Steam hoods shall remain in place until the difference between inside and outside temperatures has reduced to less than 20 °F. 6. After steam curing, moist cure using water and moisture retaining covers until a total steam and moist curing time of not less than 7 days is achieved. 2.15 DRIVING EQUIPMENT A. General: 1. Provide and maintain, in good operating condition, all equipment, complete with ancillary equipment (striker plates, cap block, adapters, helmets) recommended by the hammer manufacturer as being necessary for the proper and efficient handling and installation of the piles to achieve the penetration shown on the drawings. Barges and other floating equipment shall be of ample size and capacity to handle piles of the required lengths and be stable under site sea conditions without excessive movement or tilting during the operations of pile installation, and without causing delay to the work. 2. Have necessary equipment items available for inspection by the Engineer. Any deficiencies in quality, quantity, or type of equipment shall be corrected prior to commencing work. This inspection shall in no way relieve the Design/Builder's obligation to provide all equipment required to properly perform the work. 3. Equipment shall be maintained in good condition and shall be capable of supporting continuous operation of the pile hammers at full rated speed and energy. Any equipment failing to meet these requirements shall be taken out of service, removed from the site and replaced with equipment of adequate size an in the appropriate operating condition to accomplish the work as specified and shown on the drawings. All at Design/Builder's sole expense. B. Hammers: 1. The pile driving hammer shall be of the size and type able to consistently deliver an effective dynamic energy suitable to the piles to be driven and the material into which they are to be driven. Diesel hammers shall be used. Hammers shall be provided with proper driving helmets suited for the piles. The hammers shall be Concrete Piles 02350 -13 maintained in good operational condition and shall be operated at the rated speeds given by the manufacturer for the energy levels required. Minimum recommended hammer energy level shall be provided by the Geotechnical Engineer of Record. 2. Notwithstanding Paragraph 1 above, it is the sole responsibility of the Design/Builder to provide a hammer that will deliver the energy that is required to install the piles, without damage, to the specified pile tip elevation as shown on the Drawings. 3. Provide suitable measuring system so that hammer stroke is easily observed by the Engineer. Use a "barber pole' for diesel hammers. Stroke measuring device shall be attached by two independent methods for safety. 4. Provide hearing protection as required by OSHA. Pile driving equipment shall be acoustically shrouded to reduce noise and vibration emitted from the machinery. Design/Builder to provide the shrouding plans to the City for approval, prior to beginning work. C. Jetting Equipment Jetting equipment shall be of sufficient design and size to maintain the required flows and jet tip pressures to drive piles to indicated depths. D. Protection of Pile Head: Cap block material shall be made of a stable and predictable material such as aluminum - micarta, FORCE 10, as manufactured by Metex Corporation, aluminum and CONBEST as manufactured by Penn State Metal Fabricators or other manufacturers determined by the Engineer to be equivalent. The helmet shall seat onto the pile and bear evenly and concentrically with minimum play upon the pile. The pile head shall be free to rotate in the helmet. 2. The helmet shall contain a cushion pad consisting of laminated wood placed in the pile driving helmet. The thickness of the cushion to be used can range between 6 inches and 15 inches. The actual thickness to be used for pile driving will be determined by the Engineer. A new cushion shall be placed in the helmet at the start of driving of each pile. In addition, the cushion shall be replaced in the helmet as soon as it is evident that it has begun to deteriorate. Concrete Piles 02350 -14 E. Pile Driving Equipment: 1. Provide fixed leads, crane, and other equipment necessary to drive piles within the tolerances specified hereinafter. Leads shall be of sufficient length so the use of a follower is not necessary. Leads shall be straight and parallel and shall not deviate from a straight line by more than Yz inch over any 15 -foot length. Leads shall be easily adjustable to permit axial driving without interruption if piles deviate from their shown attitude. 2. The use of either swinging, hanging, or semi -fixed leads with or without location templates, will only be permitted after written approval of the Engineer. Such approval will be based on successful prior experience in achieving specified tolerances. Design/Builder will be responsible for installing the piles within the tolerance limits outlined in this specification, regardless of the equipment used to install the piles. PART 3- EXECUTION 3.01 GENERAL REQUIREMENTS, PILE INSTALLATION A. This work consists of furnishing all labor, transportation, equipment, material, and incidentals necessary for the installation of precast pre- stressed concrete piles in accordance with the drawings and Specifications. B. Definitions: 1. Elevations: Elevations are referenced to the benchmark indicated on the Drawings. 2. Set: Set is defined as the pile penetration in inches per blow. 3. Blow Count: Blow count is defined as the number of blows required to advance the pile into the soil by 1 foot without the assistance of water jet or other means. 4. Termination Blow Count: Termination blow count is defined as the blow count at which driving may be terminated. Termination blow count will be established by the Engineer, if appropriate. 5. Rated Hammer Energy: The rated hammer energy is defined as; for diesel hammers, the product of the rated stroke times the ram weight. Concrete Piles 02350 -15 6. Transferred Hammer Energy: Transferred hammer energy is defined as the energy transferred to the pile head as determined from measurements using the pile driving analyzer. 7. Fixed Leads: Fixed leads are defined as leads which are attached to the boom at the top, supported at the bottom, capable of spotting the pile in its correct position and maintain alignment during driving. The degree of rigidity and strength acceptable will be subject to the review of the Engineer. C. The Engineer shall have access to and the Design/Builder shall make available at all times, all materials and equipment necessary for purposes of inspection. Inspection by the Engineer may include, but is not necessarily limited to: 1. Condition of piles prior to driving. 2. Location of piles prior to driving. 3. Measurement of penetration resistance. 4. Location of piles during driving. 5. Verification of hammer performance and energy. 6. Measurement of hammer stroke. 7. Location of piles after driving. B. Condition of piles after driving. D. Survey Lines and Grades 1. The Design /Builder is responsible for correctly locating all piles in the field based on benchmarks and base lines on the shore for the use of the Design/Builder in laying out the work. The Design /Builder shall maintain these points and locate all the lines and grades necessary from them. 2. The Design /Builder is responsible for installing the piles to the required elevations. 3. Immediately after completion of the driving of each day's piling, the Design /Builder shall survey the actual location of the pile head and shall also establish the location of the pile. E. The Design /Builder shall submit details of the following items for the Engineer's approval: 1. A Pile Hammer Data Sheet. Concrete Piles 02350 -16 2. Certification of calibration of the pressure gauge used for measuring the air or steam pressure adjacent to the pile hammer. 3. Type and model of cranes, type and length of leads, details of templates, if used, pumps and other equipment to be used during pile installation. 4. Manufacturer's specifications for the pile hammer and auxiliary equipment. 5. Driving Records: The Design/Builder shall engage the services of independent quality control personnel to keep records of pile driving data and inspect piles prior to driving. The Engineer may engage other quality control personnel to observe the pile driving and inspect piles. Piles judged to be broken or otherwise unacceptable shall be removed from the site and disposed of at no cost to the Engineer. 6. Pile Location Drawing: Prepare a drawing giving an identification number to each pile location. Submit this drawing to the Engineer prior to pile driving. Use this drawing to record the identification number of the pile actually driven at each location and the date each pile was driven. F. Handling of Piles 1. Particular care shall be exercised to avoid producing impact or shock stresses in the piles or sudden stress reversals while lifting or during subsequent handling. 2. Piles may be removed from the casting beds when concrete has attained a compressive strength of more than 4,000 psi as determined by cylinder tests. 3. Equalizer bars or slings, designed to suspend the piles at their designated pickup points in a manner calculated to limit deflection and damage to the pile, shall be provided on all lifting equipment. Chain slings around the piles shall not be used. Wire rope slings, tongs or other lifting apparatus shall be so designed as to minimize jerking of the slings or swinging. 4. Storage of piling shall be upon substantial and unyielding foundations. 5. Sufficient blocking shall be provided and installed to ensure that stored or stacked members will be supported at the designated Concrete Piles 02350 -17 pickup points plus one intermediate row of supports between each pickup point. 6. Tiered members shall have their bearing points located one above the other. 7. Tiering of piles more than four high or storage of materials or equipment upon the piles will not be permitted. 8. All members secured for shipping shall have adequate hold -down ropes or bands and shall be property chocked to prevent movements and damage during transportation. 9. All piles damaged and /or overstressed by improper handling shall be replaced by and at Design/Builder's expense. G. Installation of Piles 1. With approval of the Geotechnical Engineer of Record, precast pre- stressed concrete piles shall be jetted to within five (5) feet of the tip elevations calculated by the Design /Builder. The pile shall be driven the remaining five (5) feet to the calculated tip elevations. 2. Each pile shall be marked at one -foot intervals for the purpose of recording the penetration resistance and depth of penetration of the pile. The marks shall be clearly visible. Provide additional marks at 0.1 foot intervals at selected locations as requested by the Engineer. H. Use special precautions when handling and driving piles to avoid damage to any facilities either existing or under construction. I. Pile Driving 1. Prestressed (precast) concrete piles shall not be driven at an age less than 21 days and until a test cylinder, made from the concrete pour for the piles involved and cured with the piles, shows a strength of at least the required values shown on the drawings for 28 day strength. J. Tolerances and Driving Criteria 1. Piles shall be driven with a variation of not more than 1 inch in 10 feet of length from the vertical. Pile tops shall not vary from the design horizontal control position shown on the drawings by more than 2 inches. After driving pile, no lateral force shall be applied to Concrete Piles 02350 -18 the piling by the Design/Builder except as approved in writing by the Engineer. 2. The piles shall be driven using fixed leads, unless otherwise approved by the Engineer. The leads shall hold the pile in its proper position during initial driving and be able to maintain axial alignment with the hammer at all times. Also, the leads shall be designed so as not to restrain the pile from rotating about its axis during driving. 3. Pile behavior during driving will be monitored and recorded by the Design/Builder. Provide a suitable means or device that will indicate the penetration of the pile from a reasonable and safe distance from the pile and driving leads. 4. The heads of all pre- stressed (precast) concrete piles shall be protected during driving by a helmet containing a suitable thicknesses of capblock and cushion to prevent damage to the piles. K. Installation 1. Drive piles to the indicated tip elevation. L. Pile Extraction 1. Damaged piles and out -of- tolerance piles that are rejected by the Engineer may be extracted by means of vibrating, pulling and /or other methods acceptable to the Engineer. The use of external jetting to remove piles will not be permitted. The extracted piles shall be made available to the Engineer to inspect for damage. M. Pile Installation BPM's 1. The Design/Builder shall design and install siltation curtains around all locations where piles are to be installed. Curtains shall be fully in -place prior to any pile driving activities, meeting all agency requirements. It is the intent of these curtains to contain all suspended sediments that are caused by the pile driving process. Curtains shall be left in -place to provide sufficient time for the settlement of suspended sediments, prior to disassembly. Concrete Piles 02350 -19 HAMMER PILE HAMMER DATA SHEET Attachment) Manufacturer _ Type: Rated Energy Explosive Force: CC] TRIPPING (Air /stream hammers only) Location of Valves with Respect to Top of Cap Block in Inches Intake Cut -Off RAM Ram Weight: Ram Cross Sectional Area: Model Serial No.: Length of Stroke Ram Length: (for diesel hammers) ANVIL (With diesel hammers) Anvil Weight: CAPBLOCK Material: Area: Thick PILE CAP CUSHION PILE Modulus of Elasticity - E Coefficient of Restitution - e Helmet Bonnet Weight: Anvil Block Drivehead i(ml Cushion Material: Area: _ Thickness Modulus of Elasticity - E (P.S.I) Coefficient of Restitution - e Type: _ Pile Size: Length (In Leads) - Diameter - Material: Design Pile Capacity: END OF SECTION WeightlFt: (Tons) Concrete Piles 02350 -20 SECTION 02487 FLOATING DOCK SYSTEMS PART 1- GENERAL 1.01 WORK INCLUDED A. The work includes furnishing and installing Floating Dock Systems for the Marina Docks as shown on the drawings and as specified in these Special Provisions. 1.02 SUMMARY A. This section covers general design criteria for the floating dock systems including pile guides, floats, fittings and accessories. The floating dock is schematically indicated on the drawings and specified herein. Proposed floating dock systems shall meet all requirements of these specifications. All material shall be compatible and intended for the salt water environment. Each approved floating dock system shall be furnished and installed complete, including floating dock assembly, fendering, guide piles, fiberglass white pile caps, pile guide assemblies, and fire water system. This Specification Section is intended to work in conjunction with Specification Sections 02488, "Wood Docks" and 02489, "Concrete Docks ". 1.03 EXPERIENCE A. Each floating dock system shall be furnished by a firm having a minimum of five (5) years experience in the design, manufacturing and installation of similar floating dock systems. 1.04 WARRANTY A. Each floating dock system, including all structural and utility components of the system, shall be designed for a twenty five -year life expectancy. The structural system shall carry an unconditional written warranty for ten (10) years after project acceptance by the City. B. The Design/Builder shall warrant that the complete dock structural system will be free of defects in design, materials, workmanship and performance for the period noted above. The structural components are defined as the floating modules or pontoons, waters, weldments and connectors, hardware, fillet frames and decks, cleats and hardware. All other floating dock project components; i.e., the utility systems and dock accessories Floating Dock Systems 02487 -1 and attachments, shall carry a 1 year unconditional written warranty from the date of the City's acceptance of the floating dock systems. C. The DesignBuilder is responsible for all Geotechnical studies necessary for the design and construction of the dock systems. D. The Design/Buildees Bid shall reflect the Engineer's estimated properties for the guide pile system. The Design/Builder is responsible for reviewing the provided guide pile system design and informing the City if the provided guide pile system is adequate for the Design/Builder's floating dock system. The Design /Builder shall provide all geotechnical and design for evaluation of the guide piles. E. The DesignBuilder is not responsible for any loss, liability, damage or defect caused by abuse, misuse, accident, neglect, improper or insufficient maintenance, or to any equipment or products which have been repaired or altered by any person not authorized by the Design /Builder. The Design /Builder shall include, in the Design/Builder's bid price, the Design/Builder's periodic maintenance program, (costs and procedures) from initiation of the City's acceptance of the floating dock systems that enforces the Design/Builder's warranty for the period indicated above. 1.05 ACCEPTABLE MATERIAL COMBINATIONS A. Floating docks can be an assembly of floating units constructed of reinforced concrete with internal polystyrene foam cores or rotationally - molded polyethylene plastic, with internal polystyrene form cores. 1.06 INTEGRATION OF UTILITY SYSTEM AND FLOATING DOCK SYSTEM A. Each floating dock system shall be designed to include all the utility systems indicated on the drawings or specified in these specifications. A pipe system shall be distributed along the dock system, allowing for access and maintenance of all utility components. The bottom edge of utility systems shall not be placed any closer than 4 inches from the static seawater level. 1.07 INTEGRATION OF GUIDE PILES & FLOATING DOCK SYSTEM A. The floating dock systems shall be designed to be restrained by guide piles. The pile guides and structural system of the docks shall be designed to transfer lateral loads between the floating dock system and guide piles. Loads used for the design of guide pile assemblies shall be submitted to the Engineer for review and approval. Floating Dock Systems 02487 -2 1.08 APPLICABLE PUBLICATIONS A. Except as otherwise specified the latest edition available as of the date of the invitation. The following standards are hereby incorporated in this specification to the extent referenced. The publications are referred to in the text by the basic designation only. Design Standards Steel American Institute of Steel Construction (AISC) "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings" Concrete American Concrete Institute (ACI) 'Building Code Requirements for Reinforced Concrete ", ACI Standard 318. Prestressed Concrete Institute (PCI) Manual MNL -116, "Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products ". Piping Uniform Plumbing Code Electrical National Fire Protection Association (NFPA), "National Electrical Code" Floating Dock State of California "Layout and Design Guidelines for Small Craft Berthing Facilities prepared by the Department of Boating & Waterways" 1984. B. Material Standards 1. American Society for Testing and Materials (ASTM) A36 Zinc (Hot - Galvanized) Coatings on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip A53 Zinc (Hot - Galvanized) Coatings or Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip A123 Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products Floating Dock Systems 02487 -3 A153 Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware A185 Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement A307 Specification for Carbon Steel Bolts and Studs C33 Specification for Concrete Aggregates C39 Test Method for Compressive Strength of Cylindrical Concrete Specimens C78 Test Method for Flexural Strength of Concrete (Using Simple Beam and Third -Point Loading) C150 Specifications for Portland Cement D1201 Specification for Thermosetting Polyester Molding Compounds D1248 Specification for Polyethylene Plastics Molding and Extrusion Materials D1621 Test Method for Compressive Properties of Rigid Cellular Plastics D1693 Test Method for Environmental Stress - Cracking of Ethylene Plastics D1763 Specification for Epoxy Resins D2341 Specification for Rigid Urethane Foam D2343 Test Method for Tensile Properties of Glass Fiber Strands, Yarns, and Rovings Used in Reinforced Plastics D2559 Adhesives for Structural Laminated Wood Products for Use Under Exterior (Wet Use) Exposure Conditions F593 Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs Floating Dock Systems 02487 -4 F594 Specification for Stainless Steel Nuts F844 Standard Specification for Washers, Steel, Plain (Fiat), Unhardened for General Use 2. American Welding Society (AWS) Publications D1.1 Structural Welding Code - Steel 3. American Wood Preservers Association (AWPA) Standards Std No. C1 All Timber Products - Preservative Treatment by Pressure Processes Std No. C2 1989 Lumber, Timber, Bridge Ties and Mine Ties - Preservative Treatment by Pressure Process Std No, C28 Standard for Treatment of Structural Glued Laminated members and laminations before gluing of Southern Pine, Pacific Coast Douglas Fir, Hemfir and Western Hemlock by pressure process Std No. M4 Standard for the Care of Preservative Treated Wood Products Std No. P5 Standards for Waterborne Preservatives Std No. P -9 Standard for Hydrocarbon Solvents for Oil- Borne Preservatives 5. American Wood Preservers Bureau AWPB P22 1988 Softwood Lumber, Timber and Plywood Pressure Treated with Waterborne Preservatives 6. West Coast Lumber Inspection Bureau (WCLIB) Std No. 16 1.09 DESIGN REQUIREMENTS Grading and Dressing Rules for Lumber A. Information presented in this Specification is based upon the best estimate of those environmental and physical factors which reasonably can be Floating Dock Systems 02487 -5 expected to affect the design, performance, and durability of each proposed floating dock system. This specification shall be considered as minimum requirements for the proposed floating dock systems. However, mere conformance to the minimum sizes, strengths, and design parameters given and referenced herein will not automatically ensure approval of the floating dock system. Each floating dock system design shall be subject to thorough engineering analysis using all relevant criteria that could affect the structural integrity of the installed system. Final design calculations shall be prepared and submitted to the City, and each dock system shall be reviewed by the City prior to starting fabrication. B. Final design calculations and shop drawings shall be prepared under the supervision of, sealed and signed by a Professional Civil or Structural Engineer holding a currently valid Certificate of Registration in the State of California. C. Final calculations shall furnish proof that floating dock system structures and utility systems, using the criteria specified herein as a minimum standard, are designed to withstand the loading given hereinafter, without damage, throughout the design life of the system. The load combinations and allowable stresses are detailed hereinafter. The design loads shall be applied at locations and areas as hereinafter defined. Calculations shall also confirm the required freeboards noted. 1.10 WORKMANSHIP A. All work shall conform to reviewed shop drawings and project drawings and this specification. Construction details, finishing details and colors of the completed floating dock system shall be consistent throughout. 1.11 SUBMITTALS A. All submittals for the floating dock systems shall be submitted in a single package as a single submittal. The Design/Builder shall examine the jobsite before preparing his shop drawings to verify all physical conditions and surroundings. B. Prior to the fabrication of the floating dock system components, the Design/Builder shall submit final design calculations along with shop drawings indicating layout and connecting details, sections and methods for attaching utilities and accessories, pile locations, pile guides, utility routing, Gangway and ramp interface and clearances, and other details necessary and pertinent to the construction of each floating dock system. Submit shop drawings for all specialty fabricated items and catalog sheets for all standard manufactured items that are to be incorporated into the floating dock systems. Floating Dock Systems 02487 -6 C. Submit certified test reports for the following: 1. Timber and preservative treatment 2. Wood products and Preservative treatment 3. Floatation unit materials 4. Fasteners 5. Portland Cement 6. Aggregates 7. Reinforcement 8. Prestressing Tendons 9. Steel D. Submit samples of the following: 1. Mooring cleats 2. Fender strip 3. Pile guide block and/or rollers 4. Aluminum guard and hand railings, with finish. E. Initial submittals will be reviewed at no cost to the Design /Builder. The cost of reviewing resubmittals, for reason of repetitive failure of the Design/Builder's resubmittals to meet contract requirements, shall be borne by the Design /Builder. Costs associated with repetitive resubmittals shall be borne by the Design/Builder, and paid with funds deducted from the Design /Builder's agreement with the City. 1.12 DESIGN /BUILDER'S RESPONSIBILITIES A. Determine and verify field measurements, materials, field construction criteria; review each submittal; and check and coordinate each submittal with requirements of the work and contract documents. B. Ensure that submittal material -is clearly legible. C. Transmit submittals to the Engineer in a single package. Partial submittals may be rejected based on the sole decision of the Engineer. D. Correct and resubmit submittals as directed by the Engineer. Direct attention, in writing, to revisions not requested by the Engineer on previous submissions. E. Ensure no work is begun until the submittal has been returned as NO EXCEPTION TAKEN OR MAKE CORRECTIONS NOTED. Retain a copy of approved samples at the project site. Floating Dock Systems 02487 -7 1.13 ENGINEER'S RESPONSIBILITIES A. The Engineer shall review submittals in a timely manner. Typically, the Engineer shall complete shop drawing review within 14 calendar days of submittal receipt. Particularly complicated and /or interdisciplinary submittals may take longer. If a submittal is anticipated to take longer than 14 days to review, the Engineer shall inform the Design/Builder of this condition during the typical 14 day review period, for the Design/Builder's planning purposes. 1.14 GENERAL DESIGN CRITERIA A. Dead and Live Loads: Dead loads shall consist of the floats, decking connections and all permanently attached appurtenances. Sufficient floatation shall also be provided to support a uniform live load of 65 psf or a concentrated moving load of 400 lbs. These design live loads need not be applied simultaneously. Structure dead loads shall include the weight of framing, deck panels, pile guides, gangway and ramps, utilities, and all other permanent construction which will become a part of the structure. The freeboard calculated for dead loads shall include an allowance for aquatic growth and water absorption by the floats. For the purpose of calculating dead loads, the unit weight of lumber shall be taken as 40 pounds per cubic foot. At locations where live loads are transmitted from gangway and ramps to floating structures, said live loads shall be calculated on the basis of 25 pounds (minimum) per square foot imposed from the gangway and ramps, applied concurrently with 65 pounds per square foot on the floating structure. B. Freeboards: See Drawings for deadload freeboards. Under dead plus live load conditions, no elements of the dock framing and /or utilities are allowed to make contact with the static seawater level. C. Wind Conditions: Each floating dock system shall be designed to withstand a uniformly distributed wind load of 15 psf acting on the above water profile of the berthed craft and floating docks. See Table 1 attached to this specification section for wind load requirements. Docks shall also be designed to resist all environmental loads, including impact. D. Wave Conditions: This marina is considered to be situated in a protected portion of the harbor with estimated wave heights no greater than 1' -0 ". Floating Dock Systems 02487 -8 E. Floating docks shall be capable of supporting a 400 lb. point load moving in any area on a dock without excessive rolling or tilting of the dock. Special attention should be placed on keeping areas with concentrated loads on headwalks level. Floats shall be designed so that under dead load only, including gangway, ramps and utility dead loads, freeboard shall not vary over the entire dock system more than 1 inch. F. Docks shall meet the following tolerances: Max Transverse Slope: 1/8 inch per foot Max Longitudinal Slope: 1 inch maximum overall from end to end of dock. G Ballasting, after installation of the floating docks, to obtain levelness is not allowed without the Engineers approval. H. The minimum dimensions and layout of each dock system are shown on the drawings. The Design/Builder shall be responsible for designing systems which conform to these dimensions, serviceable for the intended use, and conforming to all pertinent provisions of these Specifications. The design water levels, based on Mean Lower Low Water (MLLW) datum are: Highest Tide: 8.5 (includes surge) Lowest Tide: -2.5 J. Allowable Stresses The allowable stresses for the materials used shall be as defined by the American Institute of Steel Construction (AISC), or the West Coast Lumber Inspection Bureau (WCLIB) as applicable. The actual design stresses shall not exceed these allowable stresses, including a 1.33 overstress factor allowed for loading combinations when short duration wind, wave, or berthing forces are applied. K. Design Considerations Determination of extreme fiber stresses in major members when case loading conditions are applied. 2. Effects on combined loading on the connections due to vertical and lateral forces. Floating Dock Systems 02487 -9 3. Transfer of vessel loads to cleats. 4. Transfer of loads to guide piles. 5. Design of guide pile framing and connections. 6. Transfer of forces by use of bracing, struts, angles, plates, bolts, etc. 7. Floatation calculations for typical system components as well as adjacent to large concentrated loads. 8. Splice location and detailing so as to transfer loads from waler to float or from water to waler. 9. Detail design of fillets (knee braces) to resist indicated loading conditions. 10. Guide Piles The number and location of guide piles have been estimated by the Engineer for bid purposes, for the site specific wind and geotechnical conditions. 12. Utilities shall be installed within each dock system so that all weight is evenly distributed transversely across the floatation system. PART 2- PRODUCTS 2.01 FLOAT SHELL A. Float shells shall be either concrete or rotationally - molded polyethylene. 2.02 FOAM FILL A. See Specification Sections 02488, "Wood Docks" and 02489, "Concrete Docks ". 2.03 MISCELLANEOUS METAL A. All fabricated and miscellaneous steel shall conform to ASTM A36 and shall be hot -dip galvanized after fabrication in accordance with ASTM A123. All welding of steel shall comply with AWS D1.1. B. All screws, bolts, nuts and lock washers shall conform to ASTM A307 and be hot -dip galvanized in accordance with ASTM A153 unless otherwise Floating Dock Systems 02487 -10 indicated. Flat washers shall comply with the requirements of ASTM F844 and be galvanized in accordance with ASTM At 53. 2.04 WOOD A. See Specification Sections 02488, "Wood Docks" and 02489, "Concrete Docks ". 2.05 ALUMINUM A. See Specification Section 13150, "Aluminum Gangways, Ramps and Railings ". 2.06 PILE CAP A. Pile caps shall be manufactured from molded fiberglass reinforced plastic material conforming to ASTM 01201 and ASTM D2343 or rotationally molded high density polyethylene, white color. Top slope of pile cap shall be 60 degrees from horizontal. Pile caps shall be fabricated to the size and shape of piles used with a minimum thickness of 1/8 inch and be attached to the guide pile with a suitable waterproof or epoxy adhesive recommended by the pile cap manufacturer. 2.07 FENDER STRIP A. Fender strip shall be extruded from DuPont Nordel. Outside corners shall be protected with corner bumpers molded of marine grade vinyl. Fender strip shall be installed with large head aluminum nails a minimum of 1 -1 /2" long on 4 inch centers along both flanges. Fender strip shall be continuously installed along the wafers, without gaps. 2.08 PILE GUIDES A. Pile guides shall be designed to transmit the imposed lateral loads from any direction, as specified on the Drawings and /or as calculated by the guide pile Design/Buflder. B. Pile guides: 1. Rub blocks shall be made of UHMW self lubricating plastic blocks. Rub blocks shall be mounted onto a four sided galvanized A36 1/4" thick steel angle frame. A stiffened gusset plate assembly shall transmit the pile load to the angle frame. 2. Mounting bolts shall be countersunk into the UHMW material sufficient to prevent the bolts from contacting the pile, after the Floating Dock Systems 02487 -11 UHMW block becomes 50% worn. Bolts shall be spaced in such a way that individual UHMW blocks can be removed and replaced with ease, without major disassembly of the guide assembly steelwork. 3. Rub blocks shall be adjustable as necessary to meet clearance criteria. Provide clearances after final-adjustment as necessary for proper operation. Clearance shall not exceed 1" maximum on all four sides when this pile guide is concentric with the guide pile at a tide level of 4 feet MLLW. Coordinate with pile driving tolerances. 2.09 CLEATS A. Cleats shall be cast gray iron, hot -dip galvanized, with hexagon holes to accept hot -dip galvanized machine bolts. Bolts will be bolted thru both the decking and walers with minimum 1/2" galvanized A307 machine bolts. Over -sized galvanized steel washers shall be used on the underside of waler connections. Use Item No. 504H cleats of size as shown on the construction drawings by Henderson Marine Supply, Inc., or equal. 2.10 DOCK BOXES A. None Required. 2.11 FIRE CABINETS A. See Specification Section 15400, "Marine Piping ". 2.12 POWER CENTERS A. None Required. PART 3- EXECUTION 3.01 DESIGN OF SYSTEM COMPONENTS A. Floating Dock Systems Vertical Loads Load Case 1 Dead Load: Actual weight of all permanent components of the structure, including parts to be placed on or attached to the structure. This will include utilities, lights, decking, gangways, etc. Floating Dock Systems 02487 -12 Load Case 2 Uniformly Distributed Live Load: 65 lbs. per square foot Load Case 3 Concentrated Live Load: Point load - 400 lbs, placed at any location on the dock surface. Load Case 4 Wave height - 1 foot applied to the floating dock. Assume wave length equal to 30 feet minimum. Horizontal Loads Load Case 5 Transverse wind load on vessel: Wind load - 15 lbs. per square foot applied perpendicular to vessel. broadside. Vessel profile height shall be determined from Table 1 attached to this Section. Load Case 6 Longitudinal wind load on vessel: Wind load - 15 lbs. per square foot applied perpendicular to vessel beam. vessel profile height shall be determined from Table 1 attached to this Section. Load Case 7 Berthing Force: Force shall be determined using an approach velocity of one foot per second and an angle of impact on 15 degrees. The formula for this force is as follows: Impact Force (KE) = W "V(squared) /2g Displacement shall be manufacturer's literature. following formula: determined from boat If unavailable, use the Wt = 12 x (L- squared): for pleasure craft Wt = 25 x (L- squared): for commercial craft Where Wt = vessel displacement (Ibs) L = vessel length (feet) Floating Dock Systems 02487 -13 3.02 LOAD COMBINATIONS The list of loading combinations that shall be considered is as follows: A. Load Combination No. 1 Load 1 - Dead Load only. The minimum and maximum freeboard for this load case as stated in Section 1.4B. Freeboard shall not vary over the entire floating dock system more than 1 inch. B. Load Combination No. 2 Load Cases 1 & 2 - Dead load and uniformly distributed live load. The minimum freeboard for this loading combination shall be as stated in Section 1.4B. Under the dead and live load condition, surface transverse tilting of the deck shall not exceed 1/8 inch per foot of width. C. Load Combination No. 3 Load Cases 1 & 3 - Dead load and concentrated live load. The concentrated live load placed at any point on the deck shall not cause transverse tilting of the deck more than 1/8 inch per foot of width. D. Load Combination No. 4 Load Cases 1 & 4 - Dead load and wave load. Analysis to determine the stresses in structural components of finger and mainwalk, and the connection between mainwalk and finger. E. Load Combination 5 Load Cases 1 & 5 - Dead load and transverse wind load. Design analysis to define the stresses in the structural components of the fingers and mainwalk, and in the connections between the mainwalk and the finger. F. Load Combination 6 Load Cases 1 & 6 - Dead load and longitudinal wind load. Analysis to the stresses in the structural components of the fingers and mainwalk, and in the connections between the mainwalk and the finger. G. Load Combination 7 Load Cases 1 & 7 - Dead load and berthing force. Berthing forces to be applied to fingers. Analysis to determine stresses of structural Floating Dock Systems 02487 -14 components of finger, mainwalk and in connections between the mainwalk and finger. If fingers are not part of the floating dock system (i.e., longdock -only design), delete the requirement for checking fingers in the Load Combinations noted above. 16 15 LL 14 W W LL 13 1 z z 12 0 FU = 11 0 10 of IL W 9 > 8 J 7 W U) U) W 6 5 M 3 20 30 40 50 60 70 80 90 100 110 120 VESSEL LENGTH OVERALL, IN FEET (FT) TABLE 1 END OF SECTION Floating Dock Systems 02487 -15 f• 3 20 30 40 50 60 70 80 90 100 110 120 VESSEL LENGTH OVERALL, IN FEET (FT) TABLE 1 END OF SECTION Floating Dock Systems 02487 -15 SECTION 02488 WOOD DOCKS PART 1- GENERAL 1.01 WORK INCLUDED A. Wood Docks consists of furnishing transportation, labor, equipment, materials, and incidentals necessary to perform all labor and professional services necessary for the design, layout, fabrication, assembly, and installation of wood floating docks, including appurtenances, as shown on the Drawings. The work shall include, but not be limited to, engineering submittals and approvals, production quality control and records, and acceptance testing. 1.02 STANDARD SPECIFICATIONS A.. American National Standards Institute (ANSI) Publications C. B27.2 -65 Plain Washers American Society for Testing and Materials (ASTM) Publications A36 -84a Zinc (Hot - Galvanized) Coatings on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip A153 -82 Zinc - Coating (Hot -Dip) in Iron and Steel Fasteners A307 -86a Carbon Steel Externally Thread Standard Fasteners C151 -81 Thermosetting Polyester Molding Compounds D248 -84 Polyethylene Plastics Molding and Extrusion Materials D2341 -81 Rigid Urethane Foam D2343 -67 Tensile Properties of Glass Fiber Strands, Yarns, and Rovings (1985) Used in Reinforced Plastics D2559 -76 Adhesives for Structural Laminated Wood Products for Use Under Exterior (Wet Use) Exposure Conditions American Welding Society (AWS) Publications Wood Docks 02488 -1 D1.1 -79 Structural Welding Code - Steel D. American Wood Preservers Association (AWPA) Standards Standard No. LP -33 Standard for Softwood Lumber, Timber and Ply- wood Pressure Treated with Light Hydrocarbon Solvent -Penta Solution for Ground Contact Use Standard No. M -4 Standard for the Care of Preservative Treated Wood Products Standard No. P -9 Standard for Hydrocarbon Solvents for Oil -Borne Preservatives E. Federal Specifications (Fed. Spec.) HHI -524C Thermal Insulation Board F. California Building Code, 2007 Edition G. West Coast Lumber Inspection Bureau (WCLB) Publication Standard No. 16 Grading and Dressing Rules for Lumber H. Western Woods Use Book, latest edition American Institute of Steel Construction (AISC), Manual of Steel Construction, latest edition J. American Institute of Timber Construction (AITC) Inspection Manual, latest edition. 1.03 SUBMITTALS A. Prior to the fabrication of the dock system components, the Design /Builder shall submit final design calculations along with shop drawings indicating berth layout and sizes, connecting details, sizes and locations for all dock components and methods for attaching utilities and accessories. Submit shop drawings for all specially fabricated items and catalog sheets for all standard manufactured items that are to be incorporated into the floating dock system. Wood Docks 1.04 QUALITY ASSURANCE A. Qualifications of Installer: The Design/Builder, or subcontactors employed by the Design/Builder, shall be able to furnish satisfactory evidence of experience and qualifications in the installation of floating dock systems and appurtenances. A minimum of ten years experience is required. 1.05 COORDINATION A. Coordinate installation of work of this Section with all related trades. Verify that related work is in place and approved before installing this portion of the work. 1.06 WARRANTY A. See Specification Section 02487, "Floating Dock Systems ". 1.07 DESIGN REQUIREMENTS A. See Specification Section 02487, "Floating Dock Systems" for general design requirements. PART 2- PRODUCTS 2.01 GENERAL The following are products acceptable for the uses described: A. Decking: Decking is defined as the uppermost surface on the dock system and any surface subject to foot traffic. Decking members are subject to abrasion, fresh and salt water, and human contact. Decking members carry the direct "live load" to the support framing members below. Decking shall not serve as the lateral shear transfer mechanism. General a. Decking shall be designed for the imposed loads as per Specification Section 02487, "Floating Dock Systems ". b. Decking can be either timber or recycled plastic. C. Decking shall not be used as the primary supporting element for dock accessories, unless specifically noted as such on the Drawings and approved by the Engineer. B. Main Members: Main members are defined as stringers, walers, knee braces or other key members that carry and /or support primary vertical and lateral loads. Members or products noted on Drawings take precedence over those specified in these specifications. Wood Docks 02488 -3 Main members shall be designed for the imposed loads in accordance with Specification Section 02487, "Floating Dock Systems ". Main members shall be cut to the maximum length possible for their intended use. Splices shall be minimized and only required due to the limitations of main member fabrication and /or shipping lengths, and for special construction requirements requiring strategic location of joints. 3. Splices. Splices shall be designed such that the splice carries the ultimate capacity of the main member. 4. Timber. Only the timber described below is acceptable for main members. a. Glue Laminated. All glue laminated wood shall be stress rated Pacific Coast Douglas Fir, S4S, No. 1 or better with symbol :24F -Y8 in conformance with the AITC 200 Inspection Manual. Timber shall be identified by the grade mark of a recognized association or independent inspection agency using the specific grading requirements of the association recognized as covering the species used. Such association or independent inspection agency shall be certified by the Board of Review, American Lumber Standards Committee, to grade the species used. Fabrication of timbers shall be as complete as practicable before preservative treatment. Adhesives shall conform to ASTM D2559. No low laminations will be permitted. All voids shall be filled with approved waterproof putty. All exposed surfaces shall be sanded to provide a smooth, level finish. b. Sawn Lumber. Sawn lumber shall be DF dense No. 1 or better. C. Secondary Members: Secondary members are defined as members that connect between main members and whose primary purpose is for the attachment and /or containment of pontoons and lateral and/or torsional framing system support. Secondary members shall not be longer than 8 feet. Members or products noted on Drawings take precedence over those specified in these specifications. Sawn Lumber. Sawn lumber shall be 1,700 psi minimum or better, stress -rated Pacific Coast Douglas Fir, Dense No. 1 or better, and identified by the grade mark of a recognized association or independent inspection agency using the specific grading requirements of the association recognized as covering the species used. The association or independent inspection agency shall be Wood Docks 02488 -4 certified by the Board of Review, American Lumber Standards Committee, to grade the species used. 2. Glue Laminated Members. All glue laminated wood shall be stress rated Pacific Coast Douglas Fir, No. 1 or better with symbol :24F -Y8 in conformance with the AITC 200 Inspection Manual. Timber shall be identified by the grade mark of a recognized association or independent inspection agency using the specific grading requirements of the association recognized as covering the species used. Such association or independent inspection agency shall be certified by the Board of Review, American Lumber Standards Committee, to grade the species used. Fabrication of timbers shall be as complete as practicable before preservative treatment. Adhesives shall conform to ASTM D2559. All voids shall be filled with approved waterproof putty. All exposed surfaces shall be sanded to provide a smooth, level surface. 3. Composite Members. Composite members may be used as secondary members. Composites may include: a. Plywood webs and sawn lumber flanges. b. Other composites if deemed acceptable by the Engineer. D. Non - Structural Members: Non - structural members are defined as those members used as auxiliary support for decking, fascia members, spacers, keepers, shims, blocking and other non - structural uses. Members or products noted on Drawings take precedence over those specified in these specifications. Sawn Lumber. Non - structural members shall be 1,500 psi minimum or better, stress rated Pacific Coast Douglas Fir, No. 1 or better, and identified by the grade mark of a recognized association or independent inspection agency using the specific grading requirements of the association recognized as covering the species used. The association or independent inspection agency shall be certified by the Board of Review, American Lumber Standards Committee, to grade the species used. 2. Fascias. Non - structural members used for fascias shall be selected based on the criteria stated above, as well as appearance. The presence of checks, splits, knots and blemishes may be cause for rejection by the Engineer. E. Sheathing: Sheathing is defined as continuous membranes used for pontoon covers or continuous shear or torsional membranes. 1. General. Sheathing shall not be used as a walking surface. 2. Plywood. Members or products noted on Drawings take precedence over those specified in these specifications. Wood Docks 02488 -5 a. Minimum plywood thickness shall be 3/4" b. Plywood shall be Grade CCX ,Foundation Grade, with preservative treatment). All exposed edges shall be sealed with a waterproof coating "Shaft -lac" or approved equal, and blemishes on top surface shall be patched with an epoxy - based wood patching compound to prevent water from "ponding" within plywood imperfections. F. Preservative Treatments for Wood: All wood shall be treated with pressure applied preservatives in accordance with the specifications of the American Wood Preservers Association (AWPA) Standards, latest editions. Pressure treated lumber shall bear the AWPB quality mark. Treated wood shall comply with AWPB LP Standards. Not Used. 2. Glue laminated main members shall be treated in accordance with AWPA Standard C28 with the approved treatment and retention as follows: Pentachlorophenol (Penta) - Light Oil Solvent - 0.6 pcf, 3. Douglas Fir. Treat in accordance with AWPA Standard T1. Approved treatment and retentions are as follows: ACZA and/or ACQ - treated to 0.60 pcf retention, minimum. The Design /Builder shall verify before starting work, that the treatment desired meets current requirements from State and Federal agencies. 4. For all Dock framing support, use ACZA treatment. For all walking surface decking, use ACQ treatment. 5. Plywood. Treat in accordance with AWPA Standard C9. Use the treatment and retention as follows: ACZA - to 0.60 pcf retention, minimum. 6. Touch -up. Field cuts and bored holes shall receive a field application of Copper Napthenate (CN) in accordance with the manufacturer's recommendations. G. Miscellaneous Work: Deck Fasteners. The following fastener type is acceptable for the attachment of the deck to the framing below. a. Stainless steel screws. Pre -drill all holes through deck prior to installation of screws. Screws shall be installed so that the top of screw head is flush with the top of deck surface. Design /Builder shall pay particular attention to not overdriving Wood Docks 02488 -6 screws into the decking, thus causing water to pond in the recesses. 2. Pontoon Fasteners. Use 5/16" x 2.5 inch long galvanized lag bolts at 6 inches on center around the full perimeter of the pontoon. Pontoon manufacturers with special attachment details that differ from that specified above shall submit pontoon attachment procedures for approval. 3. Primary to Primary, Primary to Secondary, Secondary to Secondary Fasteners and Bolts. a. Galvanized steel angles and bent plates. All fabricated and miscellaneous steel shall conform to ASTM A36 and shall be hot -dip galvanized after fabrication in accordance with ASTM A123 with a minimum of 3 ounces per square foot. b. Bolts. All bolts shall be 5/8" diameter A307 thru -bolts unless noted otherwise. Carriage bolts shall be used where a bolt extends beyond the water into the berthing area. Hex head bolts with washers may be substituted for carriage bolts for framing within the wafers (not extending into the berthing area). Lock washers shall be used on all bolts. 4. Composite to Primary Fasteners. Composite members may have various methods for attachment to primary members. The supplier must provide evidence that the composite member is rigidly attached. Attachment method is subject to the approval of the City. H. Pontoons: Plastic pontoon shells shall be manufactured from rotationally cross - linked polyethylene material conforming to ASTM D1248, Type III, Class A, Category J. The plastic shall be rated at not less than 800 hours when subjected to an ESCB test in conformance with ASTM D1693. The polyethylene shall be black in color and have a minimum wall thickness of 0.2 inches. Polyethylene pontoons shall incorporate a side wall pattern that reduces the tendency of the pontoons to "oil can." Each pontoon shall be completely filled with foam complying with the requirements stated elsewhere in this Section. Suppliers of pontoons shall present evidence that the pontoon being supplied is free of cracks and thinning of material at the corners and upper flanges of the pontoon. 2. Pontoons shall offer the necessary support to allow for the shipping and stacking of pre -made dock units without damage to the pontoon shell or compression of the foam within the shell. Wood Docks 02488 -7 3. For specifications for the foam within the shell, see Specification Section 02487, "Floating Dock Systems ". PART 3- EXECUTION 3.01 DELIVERY AND STORAGE A. Open -stack untreated timber and lumber material on suitable skids at least 12 inches above the ground, and in a manner that will prevent warping and allow shedding of water. Close -stack treated timber and lumber material in a manner that will prevent long timbers or pre- framed material from sagging or becoming crooked. Keep ground underneath and within 5 feet of all such piles free of weeds, rubbish and combustible materials. Protect materials from the weather using suitable coverings. Handle treated timber with ropes or chain slings without dropping, breaking outer fibers, bruising, or penetrating the surface with tools. Do not use cant dogs, peaveys, hooks, or pile poles. Protect hardware from corrosion. 3.02 DECKING A. Lay decking planks with heart side down and place adjacent decking planks in a 'loose, butted" condition. B. Design/Builder shall pre -drill all holes for attachment to framing. Decking planks that show evidence of twist, warpage, splits, checks, cracks, excessive discoloration or other blemishes shall be cause for rejection. Rejection shall be at the sole discretion of the City. 3.03 FRAMING A. Cut and frame all lumber and timber so that joints fit flush. Secure timbers in alignment. No shimming will be permitted in making joints. Open joints are unacceptable. Bore holes for drift pins and dowels with a bit 1/16 inch (2mm) less in diameter than the pin or dowel. Bore holes for bolts with a bit 1/16 inch (2mm) larger in diameter than the bolt unless otherwise noted on the Drawings. Counterbore for countersinking wherever smooth faces are indicated or specified. B. Design /Builder shall chamfer the bottom comer of each end of all interior framed member 1" to provide drainage over plywood pontoon covers. Water shall not be allowed to pocket between framing members on the plywood or other horizontal surface used. 3.04 TIMBER AND PLYWOOD A. Timber and plywood shall be cut to the required lengths indicated on the Drawings, with straight cuts. Holes for connecting bolts, where indicated, shall be drilled with a bit, a maximum of 1/16" (2mm) larger in diameter than Wood Docks 02488 -8 the diameter of the bolts. Bolts shall be countersunk where indicated on the Drawings. All field cuts and bored holed to receive a brush coat of concentrated preservative in accordance with AWPA M -4. B. Timbers and plywood shall be installed so as not to damage preservative treatment. C. All edges of plywood shall be attached to framing within the dock system. No plywood -to- plywood butt joints will be allowed without attachment to a framing or blocking member. D. All top plywood surface defects that may allow water to pond, shall be patched with an appropriate material to allow water to drain from the plywood surface. Timber framing that may entrap water shall be beveled in the corners to allow water to escape. 3.05 FIELD TREAT A. Field treat cuts, bevels, notches, re- facing and abrasions made in the field in treated timbers in accordance with AWPA M -4. Trim cuts and abrasions before field treatment. Paint depressions or openings around bolt holes, joints or gaps, including recesses formed by counter- boring, with preservative treatment used for timber and, after bolt or screw is in place, fill with hot pitch or a bitumastic compound. END OF SECTION Wood Docks 02488 -9 SECTION 02489 CONCRETE DOCKS PART 1- GENERAL 1.01 WORK INCLUDED A. The work includes furnishing and installing Concrete Floating Docks as shown on the drawings and as specified in these Special Provisions. B. Concrete Docks includes furnishing transportation, labor, equipment, materials, and incidentals and for performing professional design services necessary for the design, layout, fabrication, assembly, and installation of concrete floating docks including appurtenances, as shown on the drawing. The work also includes engineering submittals and approvals, production quality control and records, and acceptance testing. 1.02 FLOATING DOCK SYSTEM Concrete docks shall consist of monolithic concrete modular sections designed in such a manner that modules may be replaced. A. Concrete Docks shall be modular, structurally reinforced concrete sectional floatation units structurally connected longitudinally by use of timber walers and thru- bolts. B. Special Concrete Dock Requirements: 1. Thru -bolts and accompanying PVC sleeves shall be placed at one foot intervals in all sectional floatation units. Single or double rows of thru -bolts shall be utilized, depending on the load- transfer calculations provided by the Concrete Dock manufacturer. 2. Float modules shall be spaced so they are not touching. Gaps between float modules shall not be greater than Yz ". 3. Design/Builder shall insure that all dead loads and live loads are accurately determined and included in buoyancy calculations. These loads shall include all considerations that will affect the final freeboards. 4. All dock surface area shall be supported by concrete encapsulated foam modules, with the sole exceptions of the fillet or knee brace areas of the fingers, as well as at guide pile finger ends. Concrete Docks 02489 -1 5. Timber Walers @ Headwalks: Timber walers @ headwalks shall be composed of sawn lumber or glu- laminated lumber, based on the loading criteria made part of these Specifications. 1.03 SUBMITTALS A. I Prior to the fabrication of the dock system components, the Design /Builder shall submit final design calculations along with shop drawings indicating berth layout and sizes, connecting details, sizes and locations of floating dock modules and methods for attaching utilities and accessories. Design /Builder shall submit shop drawings for all specially fabricated items and catalog sheets for all standard manufactured items that are to be incorporated into the concrete floating systems. B. Concrete mix design submittals shall be as follows: Submit the proposed design mixes to the Engineer for approval and provide required testing at least 30 days before scheduled use. All available test data for the proposed mix shall be included with the submittal. 2. Submit certification that the aggregates meet the recommendations of ASTM C33, Appendix XI for reactivity when tested in accordance with the ASTM C289. 3. Submit certification that the aggregates meet the soundness requirements of ASTM C33 when tested in accordance with the requirements of ASTM C88 using a sodium sulfate solution. C. Reinforcing steel submittals shall be as follows: Mill test reports certifying that materials meet specified ASTM requirements and complies with 1989 ACI 21.2.5.1. 2. Submit chemical analysis for determining carbon equivalent of steel reinforcement which will be welded in accordance with AWS DII A. 3. Before fabricating materials, submit shop drawings to the Engineer for review showing bending diagrams, critical dimensions to ends of bars, including complete information for placing reinforcing and accessories, amount of concrete cover, and minimum spacing between bars. Do not scale dimensions from drawings, or use the drawings for shop drawings. Concrete Docks 02489 -2 4. Revised and corrected reinforcing steel shop drawings including the list of the reinforcing steel shall be furnished to the Engineer at the fabrication site before the placing of reinforcing steel is started. D. Concrete formwork and casting bed submittals shall be as follows: 1. Submit shop drawings and complete calculations for concrete formwork and casting beds, signed by an engineer registered in the State of California in the appropriate discipline. 2. Formwork shop drawings shall show surface finish, formwork materials, form ties, falsework, shoring, incidental materials, and mechanical vibration method of casting bed to assure proper placement and consolidation of concrete. E. Submit a manufacturer's certificate attesting that all structural metals comply with the Specifications. In the case of fabricated metal, certificates shall be supplied by the fabricator attesting that each element of the fabrication including welding electrodes and coating comply with the Specifications. F. Submit a manufacturer's certificate for each nonmetallic component to be included in the work attesting that all materials comply with the Specifications. 1.04 QUALITY ASSURANCE A. The manufacturer must have an ongoing quality assurance program approved by a qualified independent source. At the option of the City, the manufacturer shall submit a copy of their operational quality assurance program and shall cast no floats until the City has approved this quality assurance program. 1.05 WARRANTY A. See Specification Section 02487, "Floating Dock Systems ". 1.06 STANDARD SPECIFICATIONS A. American Concrete Institute (ACI) ACI 211.81 Recommended Practice for Selection Proportions for Normal and Heavyweight Concrete Concrete Docks 02489 -3 ACI 214-77 Recommended Practice for Evaluation of Strength Test Results of Concrete ACI 301 1989 Specifications for Structural Concrete for Buildings ACI 304 1985 Guide for Measuring, Mixing, Transporting and Placing Concrete ACI 305R 1989 Hot Weather Concreting ACI 315-83 Details and Detailing of Concrete Reinforcement ACI 318-83 Building Code Requirements for Reinforced Concrete ACI 347-78 Recommended Practices for Concrete Formwork American National Standards Institute (ANSI) Publications B27.2 -65 Plain Washers American Society for Testing and Materials (ASTM) Publications A36 -84a Zinc (Hot - Galvanized) Coatings on Products Fabricated from Rolled, Pressed and Forged Steel Shapes, Plates, Bars and Strip A153 -82 Zinc - Coating (Hot -Dip) in Iron and Steel Fasteners A307 -86a Carbon Steel Externally Thread Standard Fasteners A615 Specification for Deformed and Plain Billet - Steel Bars for Concrete Reinforcement A706 Specification for Low -Alloy Steel Deformed Bars for Concrete Reinforcement A934 Epoxy- Coated Pre - Fabricated Steel Reinforcement Bars C31 Test Method for Making and Curing Concrete Test Specimens in the Field Concrete Docks 02489 -4 A E. C33 Specif ication for Concrete Aggregates. C39 Test Method for Compressive Strength of Cylindrical Concrete Specimens C143 Test Methods for Slump of Portland Cement Concrete C150 Specifications for Portland Cement C151 -81 Thermosetting Polyester Molding Compounds C171 Specification for Sheet Materials for Curing C172 Sampling Freshly Mixed Concrete C173 Air Content of Freshly Mixed Concrete by the Volumetric Method C260 Air - Entraining Admixtures for Concrete C289 Test Method for Potential Reactivity of Aggregates (Chemical Method) C309 Specification for Liquid Membrane - Forming Compounds for Curing Concrete C494 Specification for Chemical Admixtures for Concrete D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Schedules 40, 80 and 120 D2559 -76 Adhesives for Structural Laminated Wood Products for Use Under Exterior (Wet Use) Exposure Conditions American Welding Society (AWS) Publications D1.1 -79 Structural Welding Code - Steel D1.4 Structural Welding Code Reinforcing Steel American Wood Protection Association (AWPA) Standards Concrete Docks 02489 -5 Standard No. LP -33 Standard for Softwood Lumber, Timber and Plywood Pressure Treated with Light Hydrocarbon Solvent -Penta Solution for Ground Contact Use Standard No. M -4 Standard for the Care of Preservative Treated Wood Products Standard No. P -9 Standard for Hydrocarbon Solvents for Oil - Borne Preservatives F. Concrete Reinforcing Steel Institute (CRSI) CRSI Manual of Standard Practice for Reinforced Concrete Construction G. Reference Standards (RS) "Greenbook" Standard Specifications for Public Works Construction, Latest Edition Section 200 -1 Rock Products Section 201 -1 Portland Cement Concrete Section 201 -2 Steel Reinforcement for Concrete Section 201 -3 Expansion Joint Filler and Joint Sealants Section 303 -1 Concrete Structures 1.07 MANUFACTURER & FACILITY A. The manufacturing facility shall be designed to provide the proper environment and physical conditions necessary for float casting. The facility shall provide adequate work space, equipment, level casting surfaces, and protection from direct sunlight, wind, moisture and freezing. B. The float manufacturer must have a minimum of five (5) years experience in the design and manufacturing of concrete floats. Additionally, manufacturer shall have at least five (5) years experience designing and installing similar concrete floating structures proposed for this project. Concrete Docks 02489 -6 1.08 SITE CONDITIONS A. The City will be allowed access to all sites where materials pertaining to this contract are manufactured or constructed for purposes of inspection. B. Materials delivered and stored at either the manufacturing facility, staging area, or jobsite shall be property stored on dunnage or by other appropriate means to prevent direct contact with the ground and unnecessary damage. PART 2- PRODUCTS 2.01 GENERAL A. Concrete Mix Design 1. Prior to the manufacturing of any floatation units, the concrete mix design shall be approved by the City. 2. Concrete shall have a minimum twenty-eight (28) day compressive strength of 4000 psi, per ASTM C94. Floats made of concrete with less than specified strength may be rejected by the City. 3. The mix shall contain a minimum of 564 pounds (6 sacks) of Portland cement per cubic yard, be either Type I or Type 11 modified, and low alkali. 4. All concrete shall be air - entrained from four (4) to seven (7) percent and shall be tested in accordance with ASTM C138, C173 or C231. 5. Mix designs may include pozzolans to increase the density of the concrete. 6. Water /cement ratio shall not exceed 0.40. 7. Slump range shall be three (3) inches to four (4) inches when tested in accordance with ASTM C143 -78. 8. Special requirements: a. The theoretical concrete unit weight shall not be less than 110 pounds per cubic foot, or more than 150 psf. b. Aggregates shall conform to the following, based on the use of lightweight or standard weight concrete: Concrete Docks 02489 -7 1) ASTM C33 -86, ASTM C330 lightweight aggregates for structural concrete. 1611 2) ASTM C33, with 3/4 inch max. aggregate size. C. Reinforcement and reinforcement supports shall be epoxy coated after fabrication per ASTM A934. B. Concrete Testing 1. All concrete testing shall be done under the guidance by certified personnel. Certification shall conform to ACI guidelines. All concrete testing methods shall be done in accordance with the respective ASTM specifications. 2. Entrained air tests shall be taken daily from the same material samples used for the compressive test cylinders in accordance with ASTM C173 or C231. 3. Periodic unit weight tests per ASTM C138 shall be performed to verify compliance with the requirements of these Specifications. 4. Daily concrete cylinder test reports shall be submitted to the City upon request at the completion of each job on a weekly basis. 5. All concrete testing shall be performed at the manufacturer's expense. C. Concrete Reinforcement 1. Top surface slabs, bottom and internal bulkheads of all concrete floats shall be reinforced. Reinforcement of walls is optional and dependent on concrete wall thickness. 2. Top surface slab of all concrete floats shall contain polypropylene fibrous reinforcement. 3. Welded wire fabric shall meet ASTM A185 standards. All welded wire fabric shall be epoxy- coated per ASTM A934. 4. Reinforcing bar shall be ASTM A615 Grade 60. Epoxy coating shall meet the requirements of ASTM A934. Concrete Docks 02489 -8 D. Expanded Polystyrene (EPS) Core 1. The closed cell expanded polystyrene core used inside the concrete unit shall meet Fed. Spec. C578 -85, which supersedes Fed. Spec. HH- 1 -524C. 2. The EPS foam core shall have a density between 0.95 and 1.10 pounds per cubic foot and conform to ASTM C578. 3. The EPS shall have a maximum absorption rate of two (2) percent by volume as tested by ASTM Method C -272. 4. The foam core shall be held in a true position during the casting operation with an allowable variation of 1/8 inch from the dimensions shown on the Shop Drawings. 5. Foam billets shall have a dimensional tolerance of plus or minus 1/8 inch. 6. The foam core shall be virgin bead EPS material, with no more than 10% reground material, 3/8" maximum size. 7. The laminated foam core shall be glued with a low solvent adhesive and shall be strapped to prevent delamination. 8. External leveling billets and /or attachments to the primary floatation units shall not be allowed. E. Manufacturing Facility 1. The manufacturing facility shall provide the proper environment and physical conditions necessary for concrete float casting. The facility shall provide adequate work space, equipment, level casting surfaces, and protection from direct sunlight, wind, moisture and freezing. F. Forms 1. Floats shall be cast in steel forms, with a smooth, true surface. 2. Forms shall be designed in such a way to prevent unsightly finished surfaces or definite lines that could result in crack planes. Any rough edges, form marks or defects shall be cleaned, ground smooth, or patched. Concrete Docks 02489 -9 3. Float forms shall have a tolerance of not more than 1/8 inch from the dimensions shown on the Shop Drawings. 4. Concrete shall be vibrated internally and externally to assure a smooth dense finish. The placement will be such that the concrete float is monolithic with no cold joints in any part of the finished float. G. Deck Finish 1. Manufacturer shall establish finishing methods and procedures to insure an even and consistent light- broomed finish on all deck surfaces. 2. All top edges shall have a 3/8 inch tooled radius.with a minimum 1 -1/2 inch wide smooth hard steel finished face. 3. Outside top edges and comers shall be smooth. Any rough edges shall be ground smooth. H. Fillet Decks — Not Applicable Lumber 1. All timber walers shall be of Coast Region Douglas Fir; Select Structural or better per West Coast Lumber Inspection Bureau (WCLB) grading rules no. 16, paragraph 123 or paragraph 124 as applicable. Waler lumber shall be 1700 psi minimum. Non- structural lumber such as rub strips can be 1500 psi minimum and selected for appearance. Blemishes on fascias or rub strips will be cause for rejection. 2. Composite materials must be submitted for review. The Engineer's assessment of these materials will be final. 3. Walers used for both the structural attachment of adjacent sectional modular units as well as the means of attachment for cleats shall be composed of 2 - 3" x 8" members, minimum, with alternating splices, or glu- laminated beam of sufficient sizing to resist the designated loads. Larger sizes of walers may be necessary based on loading conditions provided. J. Lumber Treatment All Douglas fir to be treated with ACZA to 0.60 pcf (minimum). Concrete Docks 02489 -10 K. Steel All structural steel channels, angles, and plates shall be fabricated from mild steel conforming to ASTM A36, and shall be hot - dipped galvanized after fabrication. L. Galvanized Coating 1. A hot - dipped galvanized coating shall be required on all thru -rods, bolts, miscellaneous hardware, cleats, steel plates, angles, and shapes in accordance with either ASTM A123 or ASTM A153 as the process applies to the specific material. 2. Coating thickness to be a minimum of 2 ounces per square foot. M. Hardware 1. Bolts, nuts, washers, and thru -rods shall be mild steel, in accordance with ASTM A307, and have a minimum of 1 -1/2 inch of thread. 2. All hardware shall be hot - dipped galvanized in accordance with ASTM A123 -78. 3. Washers shall be used with all nuts and bolts which bear on wood or steel. Round plate washers shall be used on all thru -rods bearing on wood surfaces. Cut washers shall be used on all surfaces bearing on steel surfaces. 4. Stainless steel spur lock washers are required on all thru -rods. N. Thru -Rod Connections 1. The minimum dimension for all thru -rods for structural attachment is 3/4 inch thread root diameter. 2. All thru -rods shall be placed within PVC sleeves cast in the float units. The maximum inside diameter of PVC shall not exceed 7/8 inch. O. Cast -In Inserts 1. Cast -in inserts shall only be used for non - structural elements not subject to the transmission of any tensile loads. Concrete Docks 02489 -11 2. All cast -in inserts shall be stainless steel, Alloy 316/316L, 3/4 inch. diameter, with a loop to engage a horizontal restraining reinforcing bar. P. Slide Plates — Not Required. PART 3- EXECUTION 3.01 CONCRETE A. Curing, Handling, and Storage 1. Except as otherwise approved, floats shall be cured for a minimum of seven (7) days before transporting or assembling. 2. The Manufacturer shall select his own method of curing and be responsible for the result, except that all curing shall be under cover and with complete protection from direct sunlight, wind, and freezing. 3. Manufacturer shall take care in establishing handling methods to avoid damage to floats during form removal, storage, transportation, assembly, and installation. 4. Storage of floatation units shall be on level surfaces. It shall be the responsibility of the Design/Builder to determine the height of stacked units to avoid damage. Floatation units damaged by over - stacking shall be replaced. 5. Floats shall be protected against damage from any cause. 6. Any damaged units shall be rejected and removed from the job. B. Cracks 1. Cracks located along concrete module sidewalls that do not indicate migration to the deck surface may be repaired with the approval of the City with an non- shrink epoxy patching compound. Sidewall cracks shall be V -cut out and patched with a non - shrink epoxy patching compound approved by the City and installed as per the manufacturer's recommendations. 2. Excessive cracking in a single floatation unit shall be cause for rejecting that unit. Any frequently recurring pattern of cracking shall be considered indicative of inadequate design, manufacture and /or Concrete Docks 02489 -12 improper handling. It shall be corrected by replacement and appropriate changes in design or procedures. 3. Rock pockets exceeding one (1) inch in diameter and/or 3/8 inch in depth and /or honeycombing, shall be patched with an approved non - shrink grout of a color similar to the cured concrete. Any pockets which expose mesh or rebar shall be chipped out, cleaned, and filled with an approved epoxy patching compound. 3.02 LUMBER A. Lumber shall be fabricated accurately to provide uniform gaps and butt joint connections. Lumber splices shall not exceed 3/4 inch between adjoining ends. B. All walers, fascia, spacers, plywood, or any other member which is subject to foot traffic, shall be flush with the concrete walking surface. C. Walers shall be securely fastened to the concrete floats using galvanized thru -rods, plate washers, spur lock washers and nuts. D. No connecting device shall protrude beyond the fascia into the berth area. Any connecting device protruding above the surface of the deck shall have low, rounded profile. E. All nuts at triangle frame connections shall be re- tightened immediately before receiving utility covers. F. All lumber will be cut to length and bolt holes drilled prior to pressure treatment. G. Tie bands used for delivery must have plates between the bands and the wood to prevent crushing. Bundle identification shall be done so as not to stain lumber surfaces. H. Field treat cuts, bevels, notches, refacing and abrasions made in the field in treated timbers in accordance with AWPA M4. Trim cuts and abrasions before field treatment. I. Lumber that shows evidence of splits, checks, cracks, excessive discoloration, or other blemishes shall be cause for rejection. 3.03 THRU -RODS A. Thru -rods shall be placed through each float unit as required for the proper distribution of loads from walers to the floating dock modules. Concrete Docks 02489 -13 Mandatory thru -rods shall be placed within six (6) inches of each end of floatation modules, and in the nearest sleeves of each lumber splice. B. In addition, thru -rods shall be placed on either side of any cleat noted on the drawings, as well as at locations where exterior guide pile assemblies are noted, to effectively transfer loads. 3.04 FLOAT WEIGHT A. The weight of the complete floatation units shall not vary from the theoretically calculated weight or mean weight of all similar units by more than six (6) percent. B. Submit program to verify actual float weights, quantity to be weighed, and method of record keeping. 3.05 FLOAT IDENTIFICATION A. All floats are to be clearly identified on one side and one end between the bottom of the water and the waterline with the date of manufacture, specific float type, and job number. END OF SECTION Concrete Docks 02489 -14 SECTION 02661 WATER SYSTEMS PART 1- GENERAL 1.01 WORK INCLUDED A. The work includes furnishing and installing the Water System to serve the Floating Dock, as shown on the drawings and as specified in these Specifications. This Section specifies all work associated with providing Landside Water Systems to the Point -of- Connection (POC) with Specification Section 15400 °Marine Piping" work, associated with the floating dock system. B. This Section applies to both the firewater system. For civil work associated with landside installations, See the SSPWC for Public Works requirements. 1.02 REFERENCE STANDARDS A. American Water Works Association (AWWA) 1. AWWA C651 Disinfecting Water Mains 2. AWWA C151 Ductile Iron Pipe 3. AWWA C111 Mechanical Joint B. Standard Specifications for Public Works Construction ( SSPWC) 1. Subsection 306 -1 Open Trench Operations 2. Subsection 207 Ductile Iron Pipe 1.03 SUBMITTALS A. Submit a complete materials list and test reports including pipe, standpile, position indicators, back flow preventers, valves, valve boxes, fittings, thrust blocks, anchor devices, joints, fire hydrants, Fire Department connections and appurtenances, as required, to the Engineer for review. PART 2- PRODUCTS 2.01 GENERAL A. Materials for the same general use shall be of the same type and manufacturer. Water Systems 02661 -1 2.02 MATERIALS A. Pipe: Water Distribution System: a. Pipe: (1) Ductile Iron Pipe: Ductile iron pipe shall be pressure class 350 with mechanical joints per Standard Specifications for Public Works Construction (SSPWC) subsection 207 -9.2. B. Fittings smaller than 4 inches shall be compatible with material specified in Section 2.2 A. C. Underground joints for ductile iron pipe shall be mechanical joints, unless indicated otherwise required by the Fire Department. D. Thrust block will be installed on pipeline sizes greater than 4" diameter. 2.03 VALVES AND APPURTENANCES A. Fire Department inlet connections shall be two -way straight (back outlet) with double clappers, 2 -1/2 inch x 2 -1/2 inch female hose inlets, brass pin lug swivel, cast brass body with "Auto Sprinkler" lettering, Potter - Roemer Figure No. 5723 or approved equal. Provide each inlet with brass pin lug plug with attached chain, Potter- Roemer Figure No. 5942 or approved equal. 2.04 BEDDING & PAVEMENT MATERIALS A. Pipe bedding shall be as per Standard Specifications for Public Works Construction (SSPWC). Design /Builder to match the existing pavement materials with the patches. All patches shall be straight, and prepared by first saw- cutting the existing pavement for trench preparation. Water Systems 02661 -2 PART 3- EXECUTION 3.01 INSTALLATION A. The water distribution system shall be installed in accordance with the requirements of the Standard Specifications for Public Works Construction ( SSPWC) Subsection 306 -1. Coordinate fire protection system shutdowns, if any, with Local Fire Department. Shutdown time shall be limited.to off - hours as determined by the Engineer. B. Protect excavations and trenching against caving -in by shoring or otherwise in conformance with SSPWC Provisions. C. Backfilling shall be in accordance with the SSPWC Provisions. Minimum cover shall be three feet measured from top of pipe to finish grade. 2. Realigning piping to avoid localized interference and to meet grade of existing piping, where the resultant depth of cover in localized areas does not exceed 24 inches below the specified depth, shall be done at the Design/Builder's expense. Deflection in piping at any one joint resulting from grade change shall not exceed recommendation of manufacturer. D. Dielectric bushings shall be used in any connections of dissimilar metals. 3.02 CLEANING AND DISINFECTION A. Prior to installation, all piping shall be cleaned inside by wire brush or other means to remove scale, sand, and cutting chips. All loose material shall be removed by compressed air. After construction (prior to testing), all piping shall be flushed with clean water to remove construction debris. B. Disinfect that portion of the water systems installed under this Specification serving domestic needs, including any existing waterlines, if necessary, at either end of the system back to the first available valves. Conform to AWWA C601 for disinfecting water mains. Provide, install and remove all blind flanges, valves, pressure connections, chlorination inlet point(s) required to test and chlorinate the water system. Contact the Local Water Department to coordinate this effort. Water Systems 02661 -3 3.03 TESTING OF WATER SYSTEM A. General New sections of fire protection system shall be tested in accordance with Standard Specifications for Public Works Construction (SSPWC) Subsection 306 -1.4 and the requirements of the Local Water Department. 2. The domestic water system shall be tested in accordance with Section 306 -1.4 of SSPWC, in the presence of the Local Plumbing Inspector and the Engineer. The test shall be applied not less than 1 hour prior to inspection of all joints. There shall be no drop in pressure at the end of four hours with pressurization source disconnected. B. The Design /Builder shall submit to the Engineer, for approval, a proposed schedule detailing the line segments to be tested, the methods of isolating the test from the system, the pressure monitoring techniques, the hydrostatic test pump, the safety relief valves and any other equipment used for the test. C. A test report of pressure tests on piping and equipment shall be forwarded in duplicate to the Engineer. This report shall show date of test, lines tested, length of time the test pressure was held, pressure drop or rise, and extent of venting or re- pressuring. D. Reduced pressure backflow devices shall not be pressure tested. END OF SECTION Water Systems 02661 -4 PART 1- GENERAL 1.01 WORK INCLUDED 1.02 SECTION 03311 MARINE CONCRETE A. The work of this Section consists, in general, of furnishing all labor, materials, tools, equipment, and incidentals and doing all the work involved in constructing gangway support platform concrete work and related work, complete and in -place as indicated on the Plans and as specified. A. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTA- TION OFFICIALS ( AASHTO) AASHTO M182 (1991; R 1996) Burlap Cloth Made From Jute or Kenaf AASHTO T259 (1993) Resistance of Concrete to Chloride Ion Penetration B. ACI INTERNATIONAL (ACI) ACI 117 ACI 121 R ACI 201.213 ACI 211.1 ACI 214 ACI 301 ACI 304R (1990) Tolerances for Concrete Construction and Materials (1985) Quality Assurance Systems for Concrete Construction (1992) Durable Concrete (1991) Selecting Proportions for Normal, Heavyweight, and Mass Concrete (1977; R 1989) Evaluation of Strength Test Results of Concrete (1996) Structural Concrete (1989) Measuring, Mixing, Transporting, and Placing Concrete Marine Concrete 03311 -1 ACI 304.2R (1996) Placing Concrete by Pumping Methods ACI 305R (1991) Hot Weather Concreting ACI 306.1 (1990) Cold Weather Concreting ACI 308 (1992) Curing Concrete ACI 311.4R (1992) ACI Manual of Concrete Inspection ACI 309R (1996) Consolidation of Concrete ACI SP -66 (1992) Details and Detailing of Concrete Reinforcement ACI 318/318M (1995) Building Code Requirements for Structural Concrete ACI 347R (1994) Formwork for Concrete ACI SP -299 (1992) ACI Manual of Concrete Inspection ACI SP -15 (1995) Structural Concrete for Buildings ACI 301 with Selected ACI and ASTM References C. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM A82 (1997) Steel Wire, Plain, for Concrete Reinforcement ASTM A185 (1997) Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A497 (1997) Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A706/A706M (1996; Rev. A) Low -Alloy Steel Deformed Bars for Concrete Reinforcement ASTM A934/A934M (1997) Epoxy- Coated Prefabricated Steel Reinforcing Bars ASTM C31 /C31M (1996) Making and Curing Concrete Test Specimens in the Field ASTM C33 (1997) Concrete Aggregates Marine Concrete 03311 -2 ASTM C39 (1996) Compressive Strength of Cylindrical Concrete Specimens ASTM C42 (1994) Obtaining and Testing Drilled Cores and Sawed Beams of Concrete ASTM C94 (1997) Ready -Mixed Concrete ASTM C138 (1992) Unit Weight, Yield, and Air Content (Gravimetric) of Concrete ASTM C143 (1990; Rev. A) Slump of Hydraulic Cement Concrete ASTM C150 (1997) Portland Cement ASTM C171 (1997) Sheet Materials for Curing Concrete ASTM C172 (1997) Sampling Freshly Mixed Concrete ASTM C173 (1994; Rev. A) Air Content of Freshly Mixed Concrete by the Volumetric Method ASTM C227 (1990) Potential Alkali Reactivity of Cement - Aggregate Combinations (Mortar -Bar Method) ASTM C231 (1997) Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 (1995) Air - Entraining Admixtures for Concrete ASTM C295 (1990) Petrographic Examination of Aggregates for Concrete ASTM C309 (1997) Liquid Membrane - Forming Compounds for Curing Concrete ASTM C469 (1994) Static Modulus of Elasticity and Poisson's Ratio of Concrete in Compression ASTM C494 (1992) Chemical Admixtures for Concrete ASTM C496 (1996) Splitting Tensile Strength of Cylindrical Concrete Specimens Marine Concrete 03311 -3 ASTM C597 (1983; R 1991) Pulse Velocity Through Concrete ASTM C618 (1997) Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM C642 (1997) Density Gravity, Absorption, and Voids in Hardened Concrete ASTM C805 (1994) Rebound Number of Hardened Concrete ASTM C881 (1990) Epoxy- Resin -Base Bonding Systems for Concrete ASTM C920 (1995) Elastomeric Joint Sealants ASTM C1017 (1992) Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1064 (1986; R 1993) Temperature of Freshly Mixed Portland Cement Concrete ASTM C1077 (1997) Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C1107 ASTM C1202 ASTM C1218/C1218M ASTM C1260 ASTM D512 ASTM D516 ASTM D1190 (1997) Packaged Dry, Hydraulic- Cement Grout (Nonshrink) (1997) Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration (1997) Water - Soluble Chloride in Mortar and Concrete (1994) Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) (1989; R 1994) Chloride Ion in Water (1990; R 1995) Sulfate Ion in Water (1996) Concrete Joint Sealer, Hot - Applied Elastic Type Marine Concrete 03311 -4 L E. ASTM D1751 (1983; R 1991) Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types) ASTM D1752 (1984; R 1996) Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM E329 (1995; Rev. C) Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction AMERICAN WELDING SOCIETY (AWS) AWS D1.4 (1998) Structural Welding Code - Reinforcing Steel U.S. ARMY CORPS OF ENGINEERS (USACE) COE CRD -C -61 COE CRD -C -572 1.03 SUBMITTALS A. Submit the following: 1 2. Shop Drawings Reinforcing steel Formwork Construction joints Reproductions of drawings. Product Data (1974) Determining the Resistance of Freshly Mixed Concrete to Washing Out in Water (1974) Polyvinylchloride Waterstop contract drawings are unacceptable as shop Waterstops Materials for curing concrete Joint sealants Joint filler Epoxy bonding compound Epoxy coatings Marine Concrete 03311 -5 Non- shrink grout Sealer- hardener Preformed joint filler Reinforcement supports 3. Design Data Mixture design 4. Test Reports Concrete mixture proportions Fly ash Natural pozzolan Aggregates Admixtures Cement Water Reinforcement and protective coating 5. Certificates Curing concrete elements Form removal schedule Concrete placement and compaction Quality assurance Field testing technician and testing agency Mixture designs 1.04 MODIFICATION OF REFERENCES A. Accomplish work in accordance with ACI publications except as modified herein. Consider the advisory or recommended provisions to be mandatory, as though the word "shall" had been substituted for the words "should" or "could" or "may," wherever they appear. Interpret reference to the "Building Official," the "Structural Engineer," and the "Architect/Engineer" to mean the Engineer and /or the Design/Builder's Representative. 1.05 DELIVERY, STORAGE, AND HANDLING A. Do not deliver concrete until vapor barrier, forms, reinforcement, embedded items, and chamfer strips are in place and ready for concrete placement. ACI 301 and ASTM A934/ A934M for job site storage of materials. Store reinforcement of different sizes and shapes in separate piles or racks raised above the ground. Protect materials from Marine Concrete 03311 -6 contaminants such as grease, oil, and dirt. Ensure materials can be accurately identified after bundles are broken and tags removed. 1.06 QUALITY ASSURANCE A. Concrete Mixture Design - The mix design shall be in conformance with SSPWC Section 201 - 1.1.3, "Concrete Specified by Special Exposure" and also conforming to Mix Class "750 -BSE -5000 P." At least 30 days prior to concrete placement, submit proportions for a concrete mixture for each strength and type of concrete. Submit a complete list of materials including type; brand; source and amount of cement, aggregate, fly ash, corrosion inhibitors; and applicable reference specifications. Obtain acknowledgement of receipt prior to concrete placement. The mixture shall be prepared by an accredited laboratory experienced in this field and under the direction of a State of California registered civil engineer, who shall sign all reports and designs. B. Drawings 1. Reinforcing Steel ACI SP -66. Provide bending and cutting diagrams, assembly diagrams, splicing placement and laps of bars, shapes, dimensions, and details of bar reinforcing, accessories, and concrete cover. Do not scale dimensions from structural drawings to determine lengths of reinforcing bars. Only complete drawings will be accepted. 2. Formwork AC1347R. Include design calculations indicating arrangement of forms, sizes and grades of supports (lumber), panels, and related components. Indicate placement schedule, construction, and location and method of forming control joints. Include locations of inserts, pipe work, conduit, sleeves, and other embedded items. Furnish drawings and descriptions of shoring and re- shoring methods proposed for slabs, beams, and other horizontal concrete members. C. Certificates Curing Concrete Elements Submit proposed materials and methods for curing concrete elements. Marine Concrete 03311 -7 2. Form Removal Schedule Submit schedule for form removal indicating element and minimum length of time for form removal. Submit technical literature of forming material or liner, form release agent, form ties, and gasket materials to prevent leakage at form and construction joints. Provide a full description of materials and methods to be used to patch form -tie holes. 3. Concrete Placement and Compaction a. Submit technical literature for equipment and methods proposed for use in placing concrete. Include pumping or conveying equipment including type, size and material for pipe, valve characteristics, and the maximum length and height concrete will be pumped. No adjustments shall be made to the mixture design to facilitate pumping. b. Submit technical literature for equipment and methods proposed for vibrating and compacting concrete. Submittal shall include technical literature describing the equipment including vibrator diameter, length, frequency, amplitude, centrifugal force, and manufacturer's description of the radius of influence under load. Where flat work is to be cast, provide similar information relative to the proposed compacting screed or other method to ensure dense placement. 4. Quality Assurance s Develop and submit for approval a quality control plan in accordance with the guidelines of ACI 121 R and as specified herein. The plan shall include plans for the concrete supplier, the reinforcing steel supplier, and installer. Maintain a copy of ACI SP -15 and CRSI Manual of Practice at the project site. 5. Field Testing Technician and Testing Agency Submit data on qualifications of proposed testing agency and technicians for approval by the Engineer prior to performing any work. Marine Concrete 03311 -8 a. Work involving concrete under this contract shall be performed by an ACI Concrete Field Testing Technician Grade 1 or Grade 2 qualified in accordance with ACI SP -299 or equivalent. Equivalent certification programs shall include requirements for written and performance examinations as stipulated in ACI SP -299. b. Testing agencies that perform testing services on reinforcing steel shall meet the requirements of ASTM E329. C. Testing agencies that perform testing services on concrete materials shall meet the requirements of ASTM C1077. 6. Mixture Designs Provide a detailed report of materials and methods used, test results, and the field test strength (fcr) for marine concrete required meeting durability requirements. D. Test Reports Concrete Mixture Proportions a. Submit copies of test reports by independent test labs conforming to ASTM C1077 showing that the mixture has been successfully tested to produce concrete with the properties specified and that mixture will be suitable for the job conditions. Test reports shall be submitted along with the concrete mixture proportions. Obtain approval before concrete placement. b. Fully describe the processes and methodology whereby mixture proportions were developed and tested and how proportions will be adjusted during progress of the work to achieve, as closely as possible, the designated levels of relevant properties. 2. Fly Ash and Natural Pozzolan Submit test results in accordance with ASTM C618. Submit test results performed within 6 months of submittal date. 3. Aggregates Submit test results for aggregate quality in accordance with ASTM C33, and the combined graduation curve for grading proposed for Marine Concrete 03311 -9 use in the work and used in the mixture qualification, and ASTM C295 for results of petrographic examination. Where there is potential for alkali - silica reaction, provide results of tests conducted in accordance with ASTM C227 or ASTM C1260. Submit results of all tests during progress of the work in tabular and graphical form as noted above, describing the cumulative combined aggregate grading and the percent of the combined aggregate retained on each sieve. 4. Admixtures Submit test results in accordance with ASTM C494 and ASTM C1017 for concrete admixtures, ASTM C260 for air - entraining agent, and manufacturer's literature and test reports for corrosion inhibitor and antiwashout admixture. Submitted data shall be based upon tests performed within 6 months of submittal. 5. Cement Submit test results in accordance with ASTM C150 Portland cement. Submit current mil data. 6. Water Submit test results in accordance with ASTM D512 and ASTM D516. 7. Reinforcement and Protective Coating Provide coating manufacturer's and coating applicator's test data sheets certifying that applied coating meets the requirements of ASTM A934/ A934M. PART 2- PRODUCTS 2.01 CONCRETE A. Durability and Strength Refer to ACT 201.214 and ACT 211.1. For structural elements to be exposed in a marine environment, adjust the concrete 28 day design strength to produce concrete of minimum design strength (f'c) of 5000 psi. Water /Cement ratio shall not exceed 0.42. Marine Concrete 03311 -10 B. Required Average Strength of Concrete The minimum compressive strength of the specified mixture shall equal or exceed the strength required for the specified Class in SSPWC Section SSPWC Section 201 - 1.1.3, "Concrete Specified By Special Exposure. 2.02 MATERIALS A. Cement Cement shall conform to the provisions in ASTM C150, for Type V. 1. Fly Ash and Pozzolan Use ASTM C618, Type N, F, or C, except that the maximum allowable loss on ignition shall be 6 percent for Types N and F. Add with cement. 2. Water Water shall conform to the requirements in SSPWC Section 201- 1.2.3, "Water." 3. Aggregates Aggregates shall conform to the provisions in ASTM C33, except as modified herein. a. The combined aggregates in the mixture shall be in conformance with SSPWC Sections 200 -1.4, "Course Aggregate for Portland Cement Concrete" and 200 - 1.5.3, "Sand for Portland Cement Concrete. b. Where historical data is used, provide aggregates from the same sources having the same size ranges as those used in the concrete represented by historical data. D. Non -shrink Grout Conform to the requirements in ASTM C1107, for Grade A. E. Admixtures 1. General Marine Concrete 03311 -11 Provide chemical admixtures that comply with the requirements in SSPWC Section 201 - 1.1.3, "Concrete Specified By Special Exposure." 2. Alkali The total alkali content shall not increase the total sodium -oxide equivalent alkali content of the concrete by more than 0.5 Ib /yd3. 3. Air Entraining Admixture Provide air entraining admixtures conforming to ASTM C260. Provide the admixture of such a type and dosage that the total air content in the hardened concrete can be readily maintained within the limits specified in SSPWC Section 201 - 1.1.3, "Concrete Specified by Special Exposure." 4. Accelerating Use ASTM C494, Type C. 5. Retarding Use ASTM C494, Type B, D, or G. 6. Water Reducing Use ASTM C494, Type A, E, or F. 7. High Range Water Reducer (HRWR) Use ASTM C494, Type F and ASTM C1017. F. Materials for Forms Provide wood, plywood, or steel. Use plywood or steel forms where a smooth form finish is required. Lumber shall be square edged or tongue - and- groove boards, tree of raised grain, knotholes, or other surface defects. Plywood: PS -I, B- B concrete form panels or better. Steel form surfaces shall not contain irregularities, dents, or sags. 1. Form Ties and Form - Facing Material a. Provide a form tie system that does not leave mild steel after break -off or removal any closer than 2 inches from the exposed surface. Do not use wire alone. Form ties and Marine Concrete 03311 -12 accessories shall not reduce the effective cover of the reinforcement. b. Form - facing material shall be structural plywood or other material that c an absorb air trapped in pockets between the form and the concrete and some of the high water - cementitous materials ratio surface paste. Maximum use is three times. Provide forms with a form treatment to prevent bond of the concrete to the form C. As an alternate to using an absorptive wood form contact face as a form liner, use "Zendrain" or an approved equal in strict accordance with the manufacturer's recommendations. G. Reinforcement 1. Reinforcing Bars Conform to ACI 301. Unless otherwise specified bar shall be in conformance with ASTM A706/ A706M. All reinforcing shall prefabricated and be epoxy coated per ASTM A934/ A934M. Do not use uncoated reinforcing steel for the work of this Section. All reinforcing shall conform to ASTM A615, Grade 60 2. Mechanical Reinforcing Bar Connectors Conform to ACI 301. Provide 125 percent minimum yield strength of the reinforcement bar. Coat connectors in accordance with the same requirements as reinforcing bars. All connectors shall be the product of manufacturers listed in the State of California, Department or Transportation Qualified Products List. 3. Welded Wire Fabric Conform to ASTM A185 or ASTM A497. Provide flat sheets of welded wire fabric for areas indicated on the Plans. 4. Wire Conform to ASTM A82. H. Polyvinylchloride Waterstops Conform to COE CRD -C 572. Marine Concrete 03311 -13 Materials for Curing Concrete 1. Impervious Sheeting Conform to ASTM C171; waterproof paper, clear or white polyethylene sheeting, or polyethylene- coated burlap. 2. Pervious Sheeting Use AASHTO M 182. 3. Liquid Membrane - Forming Compound Use ASTM C309, white - pigmented, Type 2, Class B. J. Liquid Chemical Sealer- Hardener Compound Provide magnesium fluosilicate compound which when mixed with water seals and hardens the surface of the concrete. Do not use on exterior slabs exposed to freezing conditions. Compound shall not reduce the adhesion of resilient flooring, tile, paint, roofing, waterproofing, or other material applied to concrete. K. Expansion/Contraction Joint Filler Use ASTM D1751 or ASTM D1752, of the thickness indicated on the Plans. L. Joint Sealants 1. Horizontal Surfaces, 3 Percent Slope, Maximum Use ASTM D1190 or ASTM C920, Type M, Class 25, Use T. 2. Vertical Surfaces Greater Than 3 Percent Slope Use ASTM C920, Type M, Grade NS, Class 25, Use T. M. Epoxy Bonding Compound Use ASTM C881. Provide Type I for bonding hardened concrete to hardened concrete; Type II for bonding freshly mixed concrete to hardened concrete; and Type III as a binder in epoxy mortar or concrete, or for use in bonding skid- resistant materials to hardened concrete. Provide Grade 1 or 2 for horizontal surfaces and Grade 3 for vertical surfaces. Provide Class A if placement temperature is below 40 degrees Marine Concrete 03311 -14 F; Class B if placement temperature is between 40 and 60 degrees F; or Class C if placement temperature is above 60 degrees F. N. Dovetail Anchor Slot Provide preformed metal slot approximately one by one inch minimum 22 gage galvanized steel. Coordinate size and throat opening with dovetail anchors. Provide with removable filler material. PART 3- EXECUTION 3.01 FORMS A. General Form construction and removal shall conform to the provision in SSPWC Section 303 -1, "Concrete Structures. B. Re- shoring Do not allow construction loads to exceed the superimposed load which the structural member, with necessary supplemental support, is capable of carrying safely and without damage. Do not remove forms prior to the specified time period needed for curing, prior to the removal of forms. Do not permit elements to deflect or accept loads during form stripping or re- shoring. Forms on load- bearing members may be stripped once the concrete has attained a minimum of f'c = 2,500 psi strength. After forms are removed, slabs and beams over 10 feet in span and cantilevers over 4 feet shall be re- shored for the remainder of the specified time period in accordance with paragraph titled "Removal of Forms." Perform re- shoring operations to prevent subjecting concrete members to overloads, eccentric loading, or reverse bending. Re- shoring elements shall have the same load -carry capabilities as original shoring and shall be spaced similar to original shoring. Firmly secure and brace re- shoring elements to provide solid bearing and support. 3.02 PLACING REINFORCEMENT AND MISCELLANEOUS MATERIALS A. General Conform to ACI 301. Remove rust, scale, oil, grease, clay, or foreign substances from reinforcing that would reduce the epoxy coating bond from reinforcing. Do not tack weld. Inspect placed steel reinforcing for coating damage prior to placing concrete. Repair all visible damage. Marine Concrete 03311 -15 B. Epoxy Coated Reinforcing Shall meet the requirements of ASTM A934/ A934M including Appendix X2, "Guidelines for Job She Practices" except as otherwise specified herein. 1. Epoxy Coated Reinforcing Steel Delivery, Handling, and Storage Record coating lot on each shipping notice and carefully identify and retag bar bundles from bending plant. Provide systems for handling coated bars which have padded contact areas, nylon s lings, etc., all free of dirt and grit. Lift bundled coated bars with strong back, multiple supports, or platform bridge to prevent sagging and abrasion. Bundling bands shall be padded where in contact with bars. Do not drop or drag bars or b Store coated bars both in shop and in field, aboveground, on woe padded cribbing. Space the dunnage close enough to prevent excessive sags. Stack large quantities of straight bars with adequate pro blocking between layers. Schedule deliveries of epoxy coated bars job site to avoid the need for long term storage. Protect from sunlight and weather. Bars to be stored longer than 12 hours at the job site shall be covered with opaque polyethylene sheeting or other suitable equivalent protective material. 2. Epoxy Coated Steel Reinforcing Steel Placement and Coating Repair Carefully handle and install bars to minimize job site patching. Use same precautions as described above for delivery, handling, and storage when placing coated reinforcement. Do not drag bars over other bar over abrasive surfaces. Keep bar free of dirt and grit. When possible, assemble reinforcement as tied cages prior to final placement into forms. Support assembled cages on padded supports. Excessive nicks a scrapes which expose steel will be cause for rejection. Repair of defects will be the sole decision of the Design/Builder's Representative. Criteria for defects, which require repair and for those that do not require repair are, indicated. Inspect for defects and. provide required repairs prior to assembly. After assembly, re- inspect and provide final repairs. a. Immediately prior to application of the patching material, any rust and un- bonded coating shall be manually removed from the reinforcement by suitable techniques employing devices such as wire brushes and emery paper. Care shall be exercised during this surface preparation so that the damaged areas are not enlarged more than necessary to Marine Concrete 03311 -16 accomplish the repair. Damaged areas shall be clean of dirt, debris, oil, and similar materials prior to application of the patching material. b. Repair and patching shall be done in accordance with the patching material manufacturer's recommendations. These recommendations, including cure, times, shall be available at the job site at all times. C. Allow adequate time for the patching materials, to cure in accordance with the manufacturer's recommendation prior to concrete placement. d. Rinse placed reinforcing bars with fresh water to remove chloride contamination prior to placing concrete. C. Reinforcement Supports 1. Place reinforcement and secure with corrosion resistant chairs, spacers, or metal hangers. Support reinforcement on the ground with concrete or other corrosion resistant material, having a compressive strength equal to or greater than the concrete being placed. 2. Conform to ASTM A934 / A934M. Epoxy- coated reinforcing bars supported from formwork shall rest on coated wire bar supports, or on bar supports made of dielectric material or other acceptable material. Wire bar supports shall be coated with dielectric material, compatible with concrete, for a minimum distance of 2 inches from the point of contact with the epoxy - coated reinforcing bars. Reinforcing bars used as support bars shall be epoxy coated. Spreader bars, where used, shall be epoxy coated. Proprietary combination bar clips and spreaders used in construction with epoxy- coated reinforcing bars shall be made corrosion resistant or coated with dielectric material. Epoxy - coated bars shall be tied with plastic- coated tie wire; or other materials acceptable to the Engineer. D. Splicing As noted on the Plans. For splices not indicated, conform to the requirements in ACI 301. Do not splice at points of maximum stress. Overlap welded wire fabric the spacing of the cross wires, plus 2 inches. Where welded splices are indicated on the Plans, conform to the requirements in AWS D1.4. Marine Concrete 03311 -17 E. Cover Concrete cover for reinforcement shall be to less than 2 inches on top surfaces, and 3 inches on side and bottom surfaces. Placement tolerance is plus 1/4 inch. F. Setting Miscellaneous Material Place and secure anchors, bolts, pipe sleeves, conduits, and other such items in position before concrete placement. Plumb anchor bolts and check location and elevation. Temporarily fill voids in sleeves with readily removable material to prevent the entry of concrete. Electrically isolate exposed steel work and its anchor systems from the primary steel reinforcement with at least 2 inches of concrete. Coat exposed steel work to reduce corrosion. Take particular care to ensure against corrosion on edges and horizontal surfaces. Use epoxy coatings for protection of carbon steel plates and fittings. Provide coatings or other protective devices for dissimilar metal crossings or potential contact areas. G. Construction Joints Locate joints as indicated on the Plans. H. Waterstop Splices Fusion weld in the field. 3.03 BATCHING, MEASURING, MIXING AND TRANSPORTING CONCRETE A. General Conform to the requirements in SSPWC Sections 201 -1.3, Proportioning," 201 -1.3, "Mixing" and 201 -1.5, "Transporting Batched Materials and Mixed Concrete." B. Measuring Make measurements at intervals as specified in paragraphs entitled "Sampling" and "Testing." C. Mixing Conform to ASTM C94 and ACI 301. Machine mix concrete. Begin mixing within 30 minutes after the cement has been added to the aggregates. Place concrete within 90 minutes of either addition of mixing water to cement and aggregates or addition of cement to aggregates if the air Marine Concrete 03311 -18 temperature is less than 85 degrees F. Reduce mixing time and place concrete within 60 minutes if the air temperature is greater than 85 degrees F except as follows: if set retarding admixture is used and slump requirements can be met, limit for placing concrete may remain at 90 minutes. Additional water may be added, if both the specified maximum slump and water - cementitous material ratio are not exceeded. When water is added, an additional 30 revolutions of the mixer at mixing speed is required. If time of discharge exceeds time required by ASTM C94, submit a request along with description of precautions to be taken. If the entrained air content falls below the specified limit, add a sufficient quantity of admixture to bring the entrained air content within the specified limits. Dissolve admixtures in the mixing water and mix in the drum to unifonnly distribute the admixture throughout the batch. D. Transporting Transport concrete from the mixer to the forms as rapidly as practicable. Prevent segregation or loss of ingredients. Clean transporting equipment thoroughly before each batch. Do not use aluminum pipe or chutes. Remove concrete, which has segregated in transporting, and dispose of as directed. 3.04 PLACING CONCRETE A. General Place concrete as soon as practicable after the forms and the reinforcement have been inspected and approved. Do not place concrete w hen weather conditions prevent proper placement and consolidation; in uncovered areas during periods of precipitation; or in standing water. Prior to placing concrete, remove dirt, construction debris, water, snow, and ice from within the forms. Deposit concrete as close as practicable to the final position in the forms. Do not exceed a free vertical drop of 3 feet from the point of discharge. Place concrete in one continuous operation from one end of the structure towards the other or lifts for vertical construction. Position grade stakes on 10 -foot centers maximum in each direction when pouring interior slabs and on 20 -foot centers maximum for exterior slabs. B. Vibration Comply with the requirements of ACI 309R and ASTM A934/ A934M using vibrators with a minimum frequency of 9000 vibrations per minute (VPM). Use only high cycle or high frequency vibrators. Motor -in -head 60 cycle vibrators may not be used. For walls and deep beams, use a minimum of two vibrators with the first to melt down the mixture and the second to thoroughly consolidate the mass. Provide a spare vibrator at the casting Marine Concrete 03311 -19 site whenever concrete is placed. Place concrete in 18 -inch maximum vertical lifts. Insert and withdraw vibrators approximately 18 inches apart. Penetrate at least 8 inches into the previously placed lift with the vibrator when more than one lift is required. Extract the vibrator using a series of up and down motions to drive the trapped air out of the concrete and from between the concrete and the forms. C. Application of Epoxy Bonding Compound Apply a thin coat of compound to dry, clean surfaces. Scrub compound into the surface with a stiff - bristle brush. Place concrete while compound is tacky. Do not permit compound to harden prior to concrete placement. Follow manufacturer's instructions regarding safety and health precautions when working with epoxy resins as well as maximum time between application of bonding compound and the place of concrete. D. Pumping Conform to ACI 304R and ACI 304.2R. Pumping shall not result in separation or loss of materials nor cause interruptions sufficient to permit loss of plasticity between successive increments. Loss of slump in pumping equipment shall not exceed 2 inches. Do not use pipe made of aluminum or aluminum alloy. Avoid rapid changes in pipe sizes. Limit maximum size of coarse aggregate to 33 percent of the diameter 0 f the pipe. Maximum size of well- rounded aggregate shall be limited to 40 percent of the pipe diameter. Take samples for testing at both the point of delivery to the pump and at the discharge end. E. Cold Weather Conform to ACI 306.1. Do not allow concrete temperature to decrease below 50 degrees F. Obtain approval prior to placing concrete when ambient temperature is below 40 degrees F or when concrete is likely to be subjected to freezing temperatures within 24 hours. Cover concrete and provide sufficient heat to maintain 50 degrees F minimum adjacent to both the formwork and the structure while curing. Limit the rate of cooling to 5 degrees F in anyone hour and 50 degrees F per 24 hours after heat application. F. Hot Weather AC1305R. Maintain required concrete temperature using Figure 2.1.5, "Effect of Concrete Temperatures, Relative Humidity, and Wind Velocity on the Rate of Evaporation of Surface Moisture From Concrete" in ACI 305R to prevent the evaporation rate from exceeding 0.2 pound of water per square foot of exposed concrete per hour. Cool ingredients before Marine Concrete 03311 -20 mixing or use other suitable means to control concrete temperature and prevent rapid drying of newly placed concrete. Shade'the fresh concrete as soon as possible after placing. Start curing when the surface of the fresh concrete is sufficiently hard to permit curing without damage. Provide water hoses, pipes, spraying equipment, and water hauling equipment, where job site is remote to water source, to maintain a moist concrete surface throughout the curing period. Provide burlap cover or other suitable, permeable material with fog spray or continuous wetting of the concrete when weather conditions prevent the use of either liquid membrane curing compound or imperious sheets. For vertical surfaces, protect forms from direct sunlight and add water to top of structure once concrete is set. G. Tremie Concrete Placement Tremie concrete can only be placed if pre - authorized by the Engineer. Tremie pipe sections shall be suitably secured together and a gasket used at each joint to prevent leakage. A retrievable traveling plug (go- devil) or a dry pipe with a plate and gasket wired to the bottom to prevent contact of the concrete and the slurry in the tremie shall be required to start each placement. The tremie assembly shall be lowered to rest within 6 inches of the bottom of the trench prior to beginning placement. During placement of the concrete, any unnecessary movement of the pipe shall be avoided. The bottom of the tremie pipe shall remain submerged in fresh concrete at all times to a depth that will produce the flat test surface slope that can practically be achieved. Batches of concrete shall be supplied to the tremie pipe at a uniform rate for a continuous flow. The tremie pipe shall be lifted during placement at a rate that will maintain the bottom of the pipe embedded in fresh concrete to a level that will produce the desired surface slope and rate of flow within the limits specified above. It may be necessary to reduce the amount of embedment as the differential head decreases between the concrete in the tremie pipe and the concrete in the panel. The repeated raising and lowering of the tremie pipe in the fresh concrete to facilitate placement shall be minimized. Placement shall proceed without interruption until the concrete has been brought to the required height. The Design/Builder shall continuously measure and record the flow and slopes during placement with the use of a sounding line. The tremie shall not be moved horizontally during a placing operation, except that as the required height is reached, the tremie pipes may be moved to the comers and low areas between the tremie pipes to bring the lift to final elevation. A sufficient number of tremies shall be provided so that the concrete does not flow horizontally a distance of more than 7 feet from a tremie. Where more than one tremie pipe is used in the same placement simultaneously, the concrete level at each pipe position shall be maintained nearly level with respect to the other. Special care shall be taken to ensure that the bottom of the tremie pipe is not lifted Marine Concrete 03311 -21 out of the fresh concrete. If this occurs, the Design/Builder shall remove the tremie pipe, insert a dry pipe with a temporary bottom plug, and restart the placement. 3.05 SURFACE FINISHES EXCEPT FLOOR, SLAB, AND PAVEMENT A. Defects Repair formed surfaces by removing minor honeycombs, pits greater than one square inch surface area or 0.25 inch maximum depth, or otherwise defective areas. Provide edges perpendicular to the surface and patch with non - shrink grout. Patch tie holes and defects when the forms are removed. Concrete with extensive honeycomb including exposed steel reinforcement, cold joints, entrapped debris, separated aggregate, or other defects, which affect the serviceability or structural strength, will be rejected, unless correction of defects is approved. Obtain approval of corrective action prior to repair. The surface of the concrete shall not vary more than the allowable tolerances of ACI 347R. Exposed surfaces shall be uniform in appearance and finished to a smooth form finish unless otherwise indicated. B. Not Against Forms Finish surfaces not otherwise specified with wood floats to even surfaces, and match adjacent finishes. C. Formed Surfaces Tolerances Conform to ACI 117 and as indicated on the Plans. D. As -Cast Rough Form Provide for surfaces not exposed to public view. Patch holes and defects and level abrupt irregularities. Remove or rub off fins and other projections exceeding 0.25 inch in height. E. As -Cast Form Provide form - facing material producing a smooth, hard, uniform texture on the concrete. Arrange facing material in an orderly and symmetrical manner and keel seams to a practical minimum. Support forms as necessary to meet require tolerances. Material with raised grain, tom surfaces, worn edges, patches, dent or other defects, which will impair the Marine Concrete 03311 -22 texture of the concrete surface, shall not t used. Patch tie holes and defects and completely remove fins. 3.06 FINISHES FOR HORIZONTAL CONCRETE SURFACES A. Finish Conform to ACI 301. Place, consolidate, and immediately strike off concrete to obtain proper contour, grade, and elevation before bleedwater appears. If bleedwater is present prior to floating the surface, remove excess water or remove by absorption with porous materials. Do not use cement to absorb bleedwater. 1. Scratched After the concrete has been placed, consolidated, struck off, and leveled, the surface shall be roughened with stiff brushes of before final set. 2. Floated Exterior slabs where not otherwise specified. After the concrete has been placed, consolidated, struck off, and leveled, do not work the concrete further, until ready for floating. Whether floating with a wood, magnesium, or composite hand float, with a bladed power trowel equipped with float shoes, or with a powered disc, float shall begin when the surface has stiffened sufficiently to permit the operation. 3. Broomed Perform a floated finish, and then draw a broom or burlap belt across the surface to produce a coarsely scored. texture. Permit surface to harden sufficiently to retain the scoring or ridges. Broom transverse to traffic or at right angles to the slope of the slab. 3.07 CURING AND PROTECTION A. General Conform to ACI 301 and ACI 308 unless otherwise specified. Prevent concrete from drying by misting surface of concrete. Begin curing immediately following final set. Avoid damage to concrete from vibration created by blasting, pile driving, movement of equipment in the vicinity, Marine Concrete 03311 -23 disturbance of formwork or protruding reinforcement, by rain or running water, adverse weather conditions, and any other activity resulting in ground vibrations. Protect concrete from injurious action by sun, rain; flowing water, frost, mechanical injury, tire marks, and oil stains. Do not allow concrete to dry out from time of placement until the expiration of the specified curing period. Do not use membrane- forming compound on surfaces where appearance would be objectionable, on any surface to be painted, where coverings are to be bonded to the concrete, or on concrete to which other concrete is to be bonded. If forms are removed prior to the expiration of the curing period, provide another curing procedure specified herein for the remaining portion of the curing period. Provide moist curing for those areas receiving liquid chemical sealer- hardener or epoxy coating. For concrete slabs or wide beams containing silica fume, fog spray and install wind breaks to ensure 100 percent relative humidity until wet curing is started. B. Wet Cure Wet cure marine concrete using potable water for a minimum of 7 days. Do not allow construction loads to exceed the superimposed load, which the structural member, with necessary supplemental support, is capable of carrying safely and without damage. C. Ponding or Immersion Ponding or immersion shall not be used. D. Fog Spraying or Sprinkling Apply water uniformly and continuously throughout the curing period. For temperatures between 40 and 50 degrees F, increase the curing period by 50 percent. E. Pervious Sheeting Completely cover surface and edges of the concrete with two thicknesses of wet sheeting. Overlap sheeting 6 inches over adjacent sheeting. Sheeting shall be at least as long as the width of the surface to be cured. During application, do not drag the sheeting over the finished concrete or over sheeting already placed. Wet sheeting thoroughly and keep continuously wet throughout the curing period. F. Impervious Sheeting Wet the entire exposed surface of the concrete thoroughly with a fine spray of water and cover with impervious sheeting throughout the curing Marine Concrete 03311 -24 period. Lay sheeting directly on the concrete surface and overlap edges 12 inches minimum. Provide sheeting not less than 18 inches wider than the concrete surface to be cured. Secure edges and transverse laps to form closed joints. Repair damaged sheeting or provide new sheeting. Cover or wrap columns, walls, and.other vertical structural elements from the top down with impervious sheeting; overlap and continuously tape sheeting joints; and introduce sufficient water to soak the entire surface prior to completely enclosing. G. Liquid Membrane- Forming Curing Compound 1. General Seal or cover joint openings prior to application of curing compound. Prevent curing compound from entering the joint. Apply in accordance with the recommendations of the manufacturer immediately after any water sheen, which may develop after finishing has disappeared from the concrete surface. Provide and maintain compound on the concrete surface throughout the curing period. Do not use this method of curing where the use of Figure 2.1.5, "effect of Concrete Temperatures, Relative Humidity, and Wind Velocity on the Rate of Evaporation of Surface Moisture From Concrete" in ACI 305R indicates that hot weather conditions will cause an evaporation rate exceeding 0.2 pound of water per square foot per hour. 2. Application Mechanically agitate curing compound thoroughly during use. Use approved power- spraying equipment to uniformly apply two coats of compound in a continuous operation. The total coverage for the two coats shall be 200 square feet maximum per gallon of undiluted compound unless otherwise recommended by the manufacturer's written instructions. The compound shall form a uniform, continuous, coherent film that will not check, crack, or peel. Immediately apply an additional coat of compound to areas where the film is defective. Re -spray concrete surfaces subjected to rainfall within 3 hours after the curing compound application. H. Protection of Treated Surfaces Prohibit pedestrian and vehicular traffic and other sources of abrasion at least 72 hours after compound application. Maintain continuity of the coating for the entire curing period and immediately repair any damage. Marine Concrete 03311 -25 Liquid Chemical Sealer- Hardener Apply the sealer- hardener in accordance with manufacturer's recommendations. Seal or cover joints and openings in which joint sealant is to be applied as required by the joint sealant manufacturer. The sealer - hardener shall not be applied until the concrete has been moist cured and has aged for a minimum of 30 days. Apply a minimum of two coats of sealer- hardener. J. Curing Periods Moist cure concrete using potable water for a minimum of 7 days. Continue additional curing for a total period of 21 days. Begin curing immediately after placement. Protect concrete from premature drying, excessively hot temperatures, and mechanical injury; and maintain minimal moisture loss at a relatively constant temperature for the period necessary for hydration of the cement and hardening of the concrete. The materials and methods of curing shall be subject to approval by the Engineer. 3.08 FIELD QUALITY CONTROL A. Evaluation of Mixture Designs 2. 0 The adequacy of the mixture design to produce the minimum specified strength and durability shall be confirmed by testing field batches. Test the fresh concrete as follows: a. Slump in accordance with ASTM C143. b. Air content in accordance with ASTM C231 or ASTM C173. C. Unit weight in accordance with ASTM C138. d. For strength, cast 6 by 12 inch cylinders in accordance with ASTM C31/C31 M. Test 6 by 12 inch cylinders cast under subparagraph b above as follows: a. Measure and weigh each specimen to determine unit weight as they are stripped from the molds. b. Test specimens to be tested at each age for pulse velocity through concrete in accordance with ASTM C597. C. Two at each age of 24 hours and 3 and 7 days in accordance with ASTM C39. Marine Concrete 03311 -26 d. Three at each age of 28 days in accordance with ASTM C39. e. Two at each age of 28 days in accordance with ASTM 0496. B. Sampling ASTM C172. Collect samples of fresh concrete to perform tests specified. ASTM C31 /C31 M for making test specimens. 2. Sample concrete on a random basis except where a batch appears to be deficient and the test can be used to verify the observed deviation. Identify samples so taken in a manner that they can be segmented from other tests. Obtain at least one sample for each 100 cubic yards, or fraction thereof, of each design mixture of concrete placed in anyone day. When the total quantity of concrete with a given design mixture is less than 50 cubic yards, the strength tests may be waived by the Engineer, if in his judgment, adequate evidence of satisfactory strength is provided. C. Testing Slump Tests ASTM C143. Take concrete samples during concrete placement. The maximum slump may be increased as specified with the addition of an approved high range water reducing (HRWR)' admixture provided that the water - cement ratio is not exceeded. Perform tests at commencement of concrete placement, when test cylinders are made, and for each batch (minimum) or every 10 cubic yards (maximum) of concrete. 2. Temperature Tests a. Test the concrete delivered and the concrete in the forms. Perform whenever test cylinders and slump tests are made. b. The temperature of concrete at time of placement shall not exceed 90- degrees F. 3. Compressive Strength Tests a. Conform to ACI 214R tests for strength - conduct strength tests of concrete during construction in accordance with the following procedures: Marine Concrete 03311 -27 b. Mold and cure six 6 by 12 inch cylinders from each sample taken in accordance with ASTM C31/C31M. Prevent evaporation and loss of water from the specimen. C. Test cylinders in accordance with ASTM C39. Test one cylinder at 3 days, two cylinders at 7 days, and two cylinders at 28 days, and hold one cylinder in reserve. The compressive strength test results for acceptance shall be the average of the compressive strengths from the two specimens tested at 28 days. If one specimen in _a test shows evidence of improper sampling, molding or testing, discard the specimen and consider the strength of the remaining cylinder to be the test result. If both specimens in a test show any defects, the Engineer may allow the entire test to be discarded. d. If the average of any three consecutive strength test results is less than the specified strength (f'c), take a minimum of three core samples in accordance with ASTM C42, from the in -place work represented by the low test results. Locations represented by erratic core strengths shall be retested. Remove concrete not meeting strength criteria and provide new acceptable concrete. Repair core holes with non -shrink grout. Match color and finish of adjacent concrete. e. Strength test reports shall include location in the work where the batch represented by a test was deposited, batch ticket number, time batched and sampled, slump, air content (where specified), mixture and ambient temperature, unit weight, and water added on the job. Reports of strength tests shall include detailed information of storage and curing of specimens prior to testing. Final reports shall be provided within 7 days of test completion. D. Air Content Use ASTM C173 or ASTM C231 for normal weight concrete Take air content tests from samples taken in accordance with ASTM C172 at the point of concrete placement. E. Chloride Ion Concentration Conform to ACI 318M/318RM. Determine water soluble chloride ion concentration. Perform test once for each mix design. Marine Concrete 03311 -28 F. Acceptance of Concrete Strength 1. Standard Molded and Cured Strength Specimens Procedures shall conform to the requirements in SSPWC Section 201.1.1.4, "Concrete Specified By Compressive Strength." . 2. Core Tests When the average compressive strengths of the representative cores are equal to at least 90 percent of the design strength (f c), and if no single core is less than 85 percent of the specified strength (f'c), strength of concrete may be considered satisfactory by the Design/Builder. G. Inspection Conform to the requirements in ACI 311.4R. END OF SECTION Marine Concrete 03311 -29 SECTION 03400 PRECAST CONCRETE PART 1- GENERAL 1.01 SCOPE OF WORK A. The work includes the requirements for manufacturing, transporting, and placing the precast concrete and associated items required or indicated on the drawings. 1.02 RELATED WORK A. Section 03311, "Marine Concrete" 1.03 REFERENCES A. Comply with provisions of codes, specifications, standards, and recommended practices of most recent English measurement edition and addenda thereto of: 1. Precast/Prestressed Concrete Institute (PCI). 2. MNL -116 - Manual for Quality Control for Plants and Production of Precast and Prestressed Concrete Products. 3. American Concrete Institute (ACI) a. ACI 117 - Standard Tolerances for Concrete Construction and Materials. b. ACI 214 — Recommended Practice for Evaluation of Strength Test Results. C. ACI 301 - Specifications for Structural Concrete for Buildings. 4. American Society for Testing and Materials (ASTM) a. ASTM C31 - Making and Curing Concrete Test Specimens in the Field. b. ASTM C33 - Specification for Concrete Aggregates. Precast Concrete 03400 -1 C. ASTM C39 — Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. d. ASTM A82 - Cold Drawn Steel Wire for Concrete Reinforcement. e. ASTM C136 — Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. f. ASTM C172 - Sampling Freshly Mixed Concrete. g. ASTM C143 - Slump of Hydraulic Cement Concrete. h. ASTM C494 - Chemical Admixture for.Concrete 1.04 SUBMITTALS A. Submit to the City the following: 1. Mix Design a. Submit a design mix indicating the sizes and amounts of the various components. The seven day test results shall also be submitted bearing the seal of an independent testing agency. 2. Shop Drawings a. Before any precast concrete items are constructed, submit shop drawings to the City for approval. 3. Concrete Delivery Slips a. Keep a record at the casting site showing time and place of each pour of concrete, together with mix delivery slip certifying the contents of the mix. b. Make the record available to the City upon request. 1.05 QUALITY ASSURANCE A. Concrete mix shall be designed by the Design/Builder and reviewed by the Engineer. B. Precast concrete shall be manufactured in a plant with an established quality control program as attested to by a current certification in the ICC Precast Concrete 03400 -2 "Approved Fabricator" or PCI "Plant Certification Program" for Group C3 products. Perform product quality control in accordance with PCI MNL116. Where precast is manufactured by specialists or in plants not currently enrolled in the PCI "Plant Certification Program, set -up a product quality control testing program using an independent commercial testing laboratory approved by the City in accordance with the following. 1. Aggregate Tests a. Take samples of fine and coarse aggregate at concrete batch plant and test. Perform mechanical analysis (one test for each aggregate size) in accordance with ASTM C136. Tabulate results of tests in accordance with ASTM C33. 2. Strength Tests a. Sample concrete in accordance with ASTM C172 at time concrete is deposited for each product line. Perform slump tests in accordance with ASTM C143. Mold cylinders in accordance with ASTM C31. Mold at least six cylinders per day or one for every 20 cubic yards of concrete placed, whichever is greater. Cure cylinders in same manner as piles and for accelerated curing, place at coolest point in casting bed. Perform strength test in accordance with ASTM C39. Test two cylinders of each set at 7 days or 14 days, or at a time for establishing transfer of prestressing force (release strength) and removal of pile from forms. Test remaining cylinders of each set 28 days after molding. 3. Changes in Proportions a. If, after evaluation of strength test results, compressive strength is less than specified compressive strength, make adjustments in proportions and water content and changes in temperature, moisture, and curing procedures as necessary to secure specified strength. Submit changes in mix design to Engineer in writing. 4. Compressive Strength Test Results a. Evaluate compressive strength test results at 28 days in accordance with ACI 214 using a coefficient of variation of 10 percent. Evaluate strength of concrete by averaging test results of each set of standard cylinders tested at 28 days. Not more than 10 percent of individual cylinders tested shall Precast Concrete 03400 -3 have a compressive strength less than the specified average compressive strength. 5. Qualification of Workmen a. Provide at least one (1) person who shall be present at all times during execution of all portions of the work, and who shall be thoroughly familiar with the type of materials being manufactured and installed and the best methods for their installation, and who shall direct all work performed under this section. 6. Codes and Standards a. In addition to complying with all pertinent codes and regulations, comply with all pertinent recommendations of "Specifications for Structural Concrete for Buildings," publication ACI 301. 7. Tolerances a. Tolerances of the finished precast units shall be as specified in Section 5 of the latest edition of ACI 117. 1.06 PROJECT CONDITIONS A. Handling 1. Do not lift or move precast units until the concrete has attained 80% of its design strength. Handle units by lifting inserts cast into the units or at lifting points designated on the shop drawings. B. Protection 1. Use all means necessary to protect the materials of this section before, during, and after the installation and to protect the installed work and materials of all other trades. C. Replacements 1. In the event of damage, immediately make all repairs and replacements necessary to the approval of the City at no additional cost to the City. Precast Concrete 03400 -4 PART 2- PRODUCTS 2.01 GENERAL A. Precast concrete shall be furnished as indicated on the drawings and shall be manufactured by an approved fabricator with a currently certified ICC "Approved Fabricator" or PCI "Plant Certification Program" plant and with at least 10 years experience producing precast concrete. 2.02 CONCRETE A. All concrete for this portion of the work shall conform to the provisions of Specification Section 03311, "Marine Concrete" of these specifications. 2.03 REINFORCEMENT A. All reinforcement for this portion of the work shall conform to the provisions of Specification Section 03311, °Marine Concrete" of these specifications. Chairs shall be plastic. 2.04 FINISH A. Precast units shall receive a finish as defined in Specification Section 03311, "Marine Concrete" unless indicated on the drawings. 2.05 OTHER MATERIALS A. All other materials not specifically described but required for a complete and proper installation of the work of this section shall be as selected by the Design/Builder subject to the approval of the Engineer. PART 3- EXECUTION 3.01 GENERAL A. Inspections Prior to all work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 2. Verify that the work of this section will be performed in accordance with all pertinent codes and regulations and the original design. Precast Concrete 03400 -5 B. Discrepancies 1. In the event of discrepancy, immediately notify the City. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been resolved. 3.02 PREPARATION A. Casting Surface 1. Casting beds or forms shall be specially constructed for that purpose. 2. Provide forms of metal, braced and stiffened against deformation, accurately constructed, watertight, and supported on unyielding casting beds with external vibrators. 3. Forms shall permit removal and /or movement of precast element without damage during release of prestressing force. B. Bond Breakers 1. The casting surfaces shall be treated with bond breaker prior to pouring concrete. 2. Exercise extreme care to prevent bond breaker from coating reinforcement. C. Layout 1. The location and installation of lift points, special reinforcement required for lifting, and method shall be the responsibility of the Design /Builder. 2. The design shall be accomplished and stamped by a Civil Engineer or Structural Engineer registered in the State of California. 3. Lay out each unit such that each unit may be poured in one (1) continuous pour with no construction joints. 3.03 REINFORCEMENT A. Install all reinforcement in strict accordance with the drawings and with the provisions of Specification Section 03311, "Marine Concrete. Precast Concrete 03400 -6 3.04 CONCRETE PLACEMENT A. General 1. Place all concrete in accordance with the drawings and the provision of Specification Section 03311, "Marine Concrete ". 2. Place all concrete for precast introduction of water into the mix. be diluted by additional water. units within one (1) hour after Approved concrete mix shall not 3. Finish all concrete in accordance with Specification Section 03311, "Marine Concrete ". B. Conveying 1. Clean conveying equipment thoroughly before each run. 2. Convey concrete from mixer to forms as rapidly as practicable by methods that will not cause segregation or loss of ingredients. 3. Deposit concrete as neatly as possible to its final position. 4. During placing, make any free vertical drop of the concrete less than 3 feet. 5. Remove concrete which has segregated in conveying or placing. C. Placing and Casting 1. Produce each precast unit of dense concrete straight with smooth surfaces with reinforcement retained in its proper position during fabrication. 2. Surfaces not in contact with forms shall receive a smooth finish. 3. Use vibrator with heads smaller than the minimum distance between steel. D. Curing 1. Keep exposed surfaces of the precast units continuously damp with water for not less than three (3) days after the concrete is placed. Precast Concrete 03400 -7 2. Curing shall be continued until the compressive strength of the concrete has reached at least 4,500 pounds per square inch, as determined by standard test cylinders. E. Storage, Lifting and Handling 1. Use methods of storage, lifting and handling which do not subject product to overstress or any other condition that may cause damage. END OF SECTION Precast Concrete 03400 -8 SECTION 05500 METAL FABRICATIONS PART 1- GENERAL 1.01 WORK INCLUDED A. The work includes furnishing and installing Metal Fabrications as shown on the drawings and as specified in these Specifications. B. For fabrication of aluminum, see Specification Section 13150, "Aluminum Gangways, Ramps and Railings". 1.02 APPLICABLE PUBLICATIONS The publications listed below form a part of this Specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. American Institute of Steel Construction 1. AISC S303 1992 Steel Buildings & Bridges B. American National Standards Institute ANSI B18.6.3 1972 (R 1991) Machine Screws and Machine Screw Nuts 2. ANSI B18.22.1 1965 (R 1990) Plain Washers C. American Society for Testing and Materials 1. ASTM A36 /A36M 1991 Structural Steel 2. ASTM A47 1990 Ferritic Malleable Iron Castings 3. ASTM A53 1990 (Rev. B) Pipe, Steel, Black and Hot - Dipped, Zinc - Coated Welded and Seamless 4. ASTM A167 1991 Stainless and Heat - Resisting Chromium - Nickel Steel Plate, Sheet, and Strip Metal Fabrications 05500 -1 5. ASTM A307 1992 Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength 6. ASTM A500 1990 (Rev. A) Cold- Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 7. ASTM A525 1991 (Rev. B) Steel Sheet, Zinc - Coated (Galvanized) by the Hot -Dip Process 8. ASTM A780 1990 Repair of Damaged and Uncoated Areas of Hot -Dip Galvanized Coatings 9. ASTM B221 1992 Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes 10. ASTM B429 D. American Welding Society, Inc. 1. AWS D1.1 1.03 SUBMITTALS A. Drawings 1. Utility supports 2. Hand and guard railings 3. Angles and plates 1992 Aluminum -Alloy Extruded Structural Pipe and Tube 1990 Structural Welding Code Steel Submit fabrication drawings showing layout(s), connections to structural system, and anchoring details. Submit templates, erection and installation drawings indicating thickness, type, grade, class of metal, and dimensions. Show construction details, reinforcement, anchorage, and installation. B. Samples 1. None Metal Fabrications 05500 -2 1.04 QUALIFICATION OF WELDERS A. Qualify welders in accordance with AWS D1.1 using procedures, materials, and equipment of the type required for the work. 1.05 DELIVERY, STORAGE AND PROTECTION A. Protect metal materials from corrosion, deformation, and other types of damage. Store items in an enclosed area free from contact with soil and weather. Remove and replace damaged items with new items. PART 2- PRODUCTS 2.01 MATERIALS A. Structural Carbon Steel: 1. ASTM A36. B. Structural Tubing: 1. ASTM A500. C. Steel Pipe: 1. ASTM A53, Type E or S, Grade B. D. Fittings for Steel Pipe: 1. Standard malleable iron fittings ASTM A47. E. Anchors and Fasteners: 1. Where exposed, shall be of the same material, color, and finish as the metal to which applied. F. Bolts and Nuts: 1. ASTM A307. G. Washers: 1. Provide plain washers to conform to ANSI 1318.22.1. Metal Fabrications 05500 -3 H. Aluminum Alloy Products: See Specification Section 13150, "Aluminum Gangways, Ramps and Railings ". Railings: See Specification Section 13150, "Aluminum Gangways, Ramps and Railings ". 2.02 FABRICATION FINISHES A. Galvanizing: All steel provided for this project shall be galvanized with 2 ounces per square foot. Hot -dip galvanize items specified to be zinc - coated, after fabrication where practicable. Galvanizing: ASTM A123, ASTM A153 or ASTM A525 G -90, as applicable. B. Galvanize anchor bolts, grating fasteners, washers, and parts or devices necessary for proper installation, unless indicated otherwise. C. Coal -Tar Epoxy: Not Applicable. D. Repair of Zinc - Coated Surfaces Repair damaged surfaces with galvanizing repair method and paint conforming to ASTM A780 or by the application of stick or thick paste material specifically designed for repair of galvanizing, as approved by the Engineer. Clean areas to be repaired and remove the slag from the welds. Heat surfaces to which stick or paste material is applied, with a torch to a temperature sufficient to melt the metallics in stick or paste, spread the molten material uniformly over surfaces to be coated and wipe the excess material off. E. Shop Cleaning Surface Preparation: Blast clean surfaces in accordance with SSPC SP 6. Surfaces that will be exposed in spaces above ceiling or in attic spaces, crawl spaces, furred spaces, and chases may be cleaned in accordance with SSPC SP 3 in lieu of being blast cleaned. Wash cleaned surfaces which become contaminated with rust, dirt, oil, grease, or other contaminants with solvents until thoroughly clean. Steel to be embedded in concrete shall be free of dirt and grease. Do not paint or galvanize bearing surfaces, including contact surfaces within friction -type joints, but coat with rust preventative applied in the shop. Metal Fabrications 05500 -4 2.03 HANDRAILS AND GUARDRAILS A. Design handrails and guardrails to resist a concentrated load of 200 Ibs in any direction at any point of the top of the rail or 50 Ibs. per foot applied horizontally to top of the rail, whichever is more severe. All handrail dimensions and sizes shall be as shown. Handrail shall be fabricated and shall provide a smooth gripping surface, unless noted otherwise on the drawings. 1. Guardrail Height: Railing height (top of top tube) shall be 42 inches above the walking surface. 2. Handrail Height: Handrail height shall be 34 inches above walking surface. 3. Configuration of handrail /guardrail shall be submitted to the Engineer for review and approval. 4. Handrail at termination points shall be fabricated with end loops. 5. All expansion anchors shall be Alloy 316/316L stainless steel. B. Fabrication: Provide jointing by one of the following methods: Flush -type rail fittings, welded and ground smooth with splice locks secured with 3/8 -inch recessed head set screws. 2. Mitered and welded joints made by fitting post to top rail, intermediate rail to post, and corners, shall be groove welded and ground smooth. Splices, where allowed by the Engineer, shall be butted and reinforced by a tight fitting dowel or sleeve not less than 6 inches in length. Tack weld or epoxy cement dowel or sleeve to one side of the splice. 2.05 MISCELLANEOUS PLATES AND SHAPES A. Provide angles and plates, ASTM A36/A36M for embedment as indicated. Galvanize embedded items according to ASTM A123 @ 2 ounces per square foot. PART 3- EXECUTION 3.01 INSTALLATION A. Install items at locations indicated, according to manufacturer's instructions. Items listed below require additional procedures. Metal Fabrications 05500 -5 3.02 ANCHORAGE, FASTENINGS, AND CONNECTIONS A. Provide anchorage where necessary, for fastening miscellaneous metal items securely in place. Include for anchorage not otherwise specified or indicated slotted inserts, machine and carriage bolts. Do not use wood plugs in any material. Provide non- ferrous attachments for non - ferrous metal. Make exposed fastenings of compatible materials, generally matching in color and finish, to which fastenings are applied. Conceal fastenings where possible.. 3.03 WELDING A. Perform welding, welding inspection, and corrective welding, in accordance with AWS D1.1. Use continuous welds on all exposed connections. Grind visible welds smooth in the finished installation. 3.04 FINISHES A. Dissimilar Materials: Where dissimilar metals as defined by MIL- STD -889 are in contact, or where aluminum is in contact with concrete, mortar, masonry, wood, or absorptive materials subject to wetting, protect surfaces with a coat conforming to FS TT -P -664 to prevent galvanic or corrosive action. Alkyd is not to be used on metal in contact with concrete or masonry. B. Field Preparation: Remove rust preventive coating just prior to field erection, using a remover approved by the rust preventive manufacturer. Surfaces, when assembled, shall be free of rust, grease, dirt and other foreign matter. C. Environmental Conditions: Do not clean or paint surface when damp or exposed to foggy or rainy weather, when metallic surface temperature is less than 5- degrees F above the dew point of the surrounding air, or when surface temperature is below 45- degrees F or over 95- degrees F, unless approved by the Engineer. END OF SECTION Metal Fabrications 05500 -6 SECTION 13150 ALUMINUM GANGWAYS, RAMPS & RAILINGS PART 1- GENERAL 1.01 WORK INCLUDED A. The work includes furnishing and installing Aluminum Gangways, Ramps & Railings as shown on the drawings and as specified in these Specifications. 1.02 SUBMITTALS A. Design /Builder shall submit design calculations and shop drawings for Engineer's review prior to fabrication. Calculations and shop drawings shall be stamped & signed by a Civil or Structural Engineer currently registered in the State of California. 1.03 ENGINEERING A. Design Load & Deflection: The deck and structural components shall be designed to support the dead weight of the gangway plus a distributed live load of 100 pounds per square foot. The deflection under live load at midspan shall not exceed U360. B. Design Safety Factors: The deck and structural components shall be designed with a minimum safety factor on working stress as specified in the Aluminum Association's °Specifications for Aluminum Structures" for bridge -type structures. For non - aluminum structural components similar safety factors shall apply. C. Skid Resistance: Decking shall have an aggressively non -skid surface, and shall be installed perpendicular to the length of the gangway. The Engineer reserves the right to make final judgment regarding the adequacy and slip resistance of the decking material. Deck samples must be submitted to the Engineer for approval. D. Any electrical and /or mechanical components mounted along the underside of gangways and/or ramps shall be provided with easily removable decking, to allow for periodic maintenance and replacement of components. Aluminum Gangways, Ramps & Railings 13150 -1 E. Platform to Gangway Hinge Assembly: 1. The hinge assembly shall allow the gangway to rotate with unobstructed movement in the vertical plane, as well as allow the gangway to rotate a minimum of 2 degrees, each side of installed position in the horizontal plane, without inducing structural stresses into the hinge assembly and/or gangway. 2. Connection: The connection of the hinge assembly at the top of gangway shall not have an open gap in the walking surface of more than Ys inch, under any tidal condition. F. Utility Attachment: Utilities (electrical, telephone, and water), if any, shall be attached to the underside of the gangway by means of "Globe Strut" part number G 3812 AL aluminum framing system or approved equal. These channels shall be welded to the gangway cross framing on approximately 4 foot centers. Globe Strut channel member shall be part G 3812 AL. G. No opening between the gangway and the platform shall be more than the 4 inch maximum Title 24 limit, regardless of tidal elevation. PART 2- PRODUCTS 2.01 MATERIALS A. General: Each gangway system shall include gangway, fixed ramps, landing platforms, landing platform support structures, hinged bearings, moving bearings, fixed bearings, suitable guard rails/handrails and slip - resistant walking surfaces. All gangway system components shall be aluminum alloy, except that hinge pins, bearings, wheels, and rollers may be of other materials as necessary; i.e. Alloy 316/316L stainless steel. B. Aluminum: Aluminum shall be alloy 6061 -T6 or 6063 -T6. Material shall be new and mill specification shall be made available upon request. C. Fasteners: Any fasteners between aluminum components shall be Alloy 316/316L stainless steel. Fasteners between any galvanized steel components and aluminum shall be Alloy 316/316L stainless steel. D. Steel Accessories: Any mild steel component deemed necessary due to strength requirements, such as hinge assemblies, pins, shackles, etc., shall be hot -dip galvanized with a minimum of 2 ounces of zinc per square foot of steel surface. Aluminum Gangways, Ramps & Railings 13150 -2 E. Welding Filler Wire: All welds shall be made with a filler metal alloy which will produce a weld which is compatible in corrosion resistance with the base metal. 2.02 GEOMETRY A. Rail Design: The gangway shall be equipped with handrails on both sides of the walking surface, and shall extend twelve inches beyond the walking surface in a direction parallel to the gangway. Handrails shall be 1 -1/2 inch diameter nominal pipe, or as noted on the Drawings. The handrails shall be fabricated of aluminum pipe and shall provide a smooth gripping surface. The guard and handrails shall be designed to support a distributed horizontal load of 50 pounds per linear foot of railing, applied perpendicular to the top rail, without permanent deflection (yield only). Guardrail Height: Railing height (top of top tube) shall be 42 inches above the walking surface. 2. Handrail Height: Handrail height shall be 34 inches above walking surface. 3. With multiple horizontal rails, the guardrail shall be fabricated so that a 4 inch sphere can not pass through the rail at any point. 4. Handrail shall be 1 -1/2 inch diameter nominal pipe. Pipe shall be 1.900 inch outside diameter, max, by 0.145 inch minimum thickness. 5. Handrail shall be fabricated with end loops extending 12 inches beyond the face of gangway and /or ramp. B. Support Member Geometry and Architecture: The structural support system of the gangways and ramps shall be either of the structural truss or girder support type and consistent with the dimensions shown on the drawings. Design/Builder shall submit all details required to assure that the architectural features noted on the Drawings are obtained. C. Lower Toe and Upper Transition Plates: Hinged plates shall be provided at either end of the gangway, if necessary to make a smooth transition between the gangway deck and the horizontal walking surfaces. The transition plates shall be designed to slide on horizontal landings with slide plates or other devices to prevent damaging the horizontal surfaces. Transition plates shall be hinged and have a slope of 1:12 or flatter. D. Wheels & Axle: The wheels shall be polyolefin with a molded -on polyurethane tread and roll on delrin bearings with a 1 inch axle. The axle Aluminum Gangways, Ramps & Railings 13150 -3 shall pass through doubler plates welded to the frame. Provide guide slide plates on the dock, to prevent undue ware of the dock surface. 2.03 FINISHING A. Aluminum gangway and ramp supplier shall provide the manufacturer's standard surface finishes for the system structure. This may include smooth as well as sandblasted surfaces, except as noted below. B. Handrail surface shall be marine anodized aluminum, smooth and maintenance -free. PART 3- EXECUTION 3.01 FABRICATION AND WORKMANSHIP A. Provide aluminum gangway and ramps for the Dock as indicated, complete with gangway, fixed ramps, landing platforms, landing platform support structures, hinged bearings, fixed bearings, suitable guard rails/handrails and slip- resistant walking surfaces. B. Workmanship: The quality of workmanship shall be equal to the best general practice in modern structural fabrication shops. C. Experience: The fabricator must be able to furnish adequate evidence of a minimum of 5 years of experience in fabricating bridge -type aluminum structures, and that all workers employed in gangway fabrication are properly experienced and skilled in the work they are called upon to perform. D. Preparation for Welding: Parts to be welded shall be free of dirt, grease, and other contaminants, and shall fit up properly for sound welding. Surfaces to be welded may not be cut with oxygen. Sawing, shearing or machining may be used. E. Welding Procedure: All welding shall be with an inert gas shielded arc process. Machine settings shall be developed by making test welds of the same material alloy and geometry as the work pieces and testing the sample welds destructively. F. Seal Welding: All connected parts shall be fully seal welded with a minimum of a 1/8" fillet weld. END OF SECTION Aluminum Gangways, Ramps & Railings 13150 -4 SECTION 15400 MARINE PIPING PART 1- GENERAL 1.01 WORK INCLUDED A. The work includes furnishing and installing Marine Piping as shown on the drawings and as specified in these Specifications. Marine Piping is defined as that piping and associated appurtenances attached to the floating dock system as well as the piping and appurtenances that extend to and across the gangway systems and interface at a Point -of- Connection (POC) with Specification Section 02661, `Water Systems ", associated with the landside work. B. Piping consists of furnishing labor, materials, transportation, tools, equipment and incidentals and constructing the fire water piping system, complete. 1.02 QUALITY ASSURANCE A. Design/Builder is responsible for making arrangements for Design /Builder Inspectors to be present during testing and chlorination, obtaining all required sign -offs for system approval and providing the Design/Builder with a complete sign -off record. 1.03 APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic designation only. A. American National Standards Institute (ANSI) Publications B16.3 -77 Malleable -Iron Threaded Fittings, Class 150 & 300 616.5 -77 Steel Pipe Flanges and Flanged Fittings, Including Ratings for Class 150, 300, 600, 900, 1500 and 2500 B16.15 -78 Cast Bronze Threaded Fittings 816.18 -84 Cast Copper Alloy Solder Joint Pressure Fittings B16.22 -80 Wrought Copper and Copper Alloy Solder Joint Pressure Fittings Marine Piping 15400 -1 B16.24-79 Bronze Pipe Flanges and Flanged Fittings B. American Society for Testing and Materials (ASTM) Publications A120 -81 Pipe, Steel, Black and Hot - Dipped Zinc Coated (Galvanized) Welded and Seamless, for Ordinary Uses B43 -87 Seamless Alloy 312 Stainless Steel Pipe, Standard Sizes B62 -86 Composition Bronze or Ounce Metal Castings 1.04 SUBMITTALS A. Purchased Items 1. Submit the following for approval: a. Pipe, fittings and hose b. Valves C. Pipe hangers and supports d. Stand pipe and support B. Fabricated Items Submit shop drawings for all specially fabricated pipe supports, clamps and straps used for water or sewer piping. PART 2- PRODUCTS 2.01 MATERIALS AND EQUIPMENT The materials and equipment shall be a standard product of the manufacturer. Where two or more units of the same equipment are required, these units shall be the product of a single manufacturer. All materials shall be delivered to the jobsite new and unused. All materials shall be weatherproof and suitable for a_ corrosive marine environment. No ferrous materials shall be used unless specifically called for herein or on the drawings. 2.02 COPPER PIPE AND FITTINGS Water pipe exposed to direct sunlight and run within and/or under the dock system shall be Type K copper tube with solder type wrought copper on cast brass fittings. Where flanged joint is specified, use Class 150 flange with solder cup. Marine Piping 15400 -2 2.03 HOSE BIBBS — Not Required 2.04 FLEXIBLE HOSE Flexible hose for the fire water connections from shore to dock at the Platform shall be as follows: Fire protection hoses shall be 200 psi W.P. neoprene tube, Class V and cover with factory installed two band pipe nipples complete with factory installed 150 pound galvanized steel flanges. Domestic water hose shall be 150 psi W.P. food grade neoprene tube and neoprene cover with combination nipples, each with two bronze double bolt clamps and 150 pound galvanized steel flanges. 2.05 PIPE HANGERS AND SUPPORTS Pipe hangers, supports, clamps and straps shall be purchased or fabricated for the application and compatible with the pipe material chosen. Hanger supports and straps shall be pvc coated Alloy 316/316L stainless steel. 2.06 FIRE HOSE CABINET Cabinet shall be Innovation Industries, all fiberglass reinforced yellow plastic construction with stainless steel hinges, keyed door lock, and glass break -out panel. The cabinet shall be complete with an Underwriters Laboratories and Factory Mutual approved fire hose rack with 100 feet of 1 -1/2 inch hose, hose valve and nozzle. Hose shall be single jacket, 300 pound, with neoprene tube. Nozzle shall be combination straight stream and fog type, red polycarbonate, suitable for Class A & B fires. The basic fire hose rock (except nozzle) shall be Standard No. 1475. The nozzle shall be Standard No. 502. Within the fiberglass fire hose cabinet, shall contain a 10 pound multi - purpose fire extinguisher having a minimum U.L. rating of 3A:40BC and a 2 -1/2" standpipe as manufactured by Potter Roemer model 4053. 2.07 VALVES AND APPURTENANCES A. Fire Department inlet connections shall be two -way straight (back outlet) with double clappers, 2 -1/2 inch x 2 -1/2 inch female hose inlets, brass pin lug swivel, cast brass body with "Standpipe" lettering, Potter- Roemer Figure No. 5715 or approved equal. Provide each inlet with brass pin lug plug with attached chain, Potter - Roemer Figure No. 5942 or approved equal. PART 3- EXECUTION 3.01 GENERAL All material and equipment shall be worked into a complete, convenient and economical system or systems; all apparatus, parts, materials, and accessories Marine Piping 15400 -3 Z which are necessary to accomplish this result shall be furnished and installed per manufacturers recommendations. Manufacturers instructions, written or otherwise, shall be followed, unless superseded herein. 3.02 PIPING All piping shall follow the general arrangement shown, shall be cut accurately to measurements established for the work by the Design/Builder, and shall be worked into place without springing or forcing. Provision for expansion and contraction of pipe lines shall be made where necessary. Piping shall be run essentially as indicated, care being taken to avoid interference with other piping, conduit, or equipment. The location of piping to be run on the dock shall be carefully coordinated. Before jointing and erection of piping, thoroughly clean interiors of pipe and components. Maintain cleanliness by closure of pipe openings with caps or plugs. Before making final equipment connections, blow out each system with compressed air at 100 psig or more. Reducing fittings shall be used for changes in pipe size; the use of bushings will not be permitted. A. Copper Flanged Joints: Use flanged joints only at flexible hose connections. Install joints so that flange faces bear uniformly on gaskets. Engage bolts so there is complete threading through the nuts and tighten so bolts are uniformly stressed (equally torqued). B. Utility Stands Flexible hose and copper riser shall be supported with an aluminum stand bolted into the dock system. Stands shall be constructed using structural shapes; i.e., channels, angles or tubes, with a minimum member thickness of 3/16 ". Stand baseplates shall have a minimum thickness of 3/8" and shall be provided with 1/8" thick UHMW baseplate mounting gaskets that prevent standing water from deteriorating the baseplate assembly. UHMW gaskets shall be sized 3/16" shorter than the edge of metal baseplate. 2. Utility stands installed on the edges of the dock shall be thru - bolted in structural timber members, and engage at least one thru rod or thru bolt, at each utility stand installation. 3.03 FIELD TESTS The entire water system shall be subjected to hydrostatic test. Systems may be tested as a unit or in sections, subject to approval of the Design/Builders' Representative. Prior to application of the test pressure, install a calibrated tests pressure gage in the system to indicate any loss in pressure occurring during the test. Apply and maintain the test pressure .for 2 hours, during which time there Marine Piping 15400 -4 shall be no evidence of leakage as detected by a reduction in test pressure. Should a reduction occur, leaks shall be located, repaired, and the test repeated. The following systems shall be tested at listed pressures: Domestic Water 150 psi Fire Protection System 200 psig Hose assemblies, including all fitting assemblies, shall meet the testing requirements for pipes and local Fire Department requirements. All equipment and apparatus required for the tests shall be furnished by the Design /Builder. 3.04 STERILIZATION OF WATER SYSTEMS A. A solution of chlorine gas and water containing not less than 50 P.P.M. of free chlorine shall be injected into the system in such a manner as to insure that the entire system is completely filled with the solution. After injection, the system shall be isolated and the solution held in retention for a period of 24 hours. After satisfactory sterilization has been effected, the systems shall be flushed with fresh water until the chlorine level is within acceptable limits as determined by the Utility Design /Builder. It shall be the Design/Builder's responsibility to insure that the water in the system is not used for human consumption during the sterilization process. B. Chlorine solution shall not be allowed 24 hour contact with any hoses, including fire hoses since this may damage the neoprene hose liners. Flushing of solution through hoses at the end of the contact period is permissible. C. Sterilization shall be accomplished by a firm which:. (a) is thoroughly familiar with statutes and procedures by regulatory bodies in the area; (b) possesses the necessary sterilization/chlorination equipment; and (c) has chemical laboratory facilities capable of rendering bacteriological examinations and reports. A certificate of sterilization/chlorination, together with bacteriological reports, shall be prepared by such firm and delivered to the Engineer stating the work has been done in accordance with the specifications set forth above prior to final acceptance by the Engineer. END OF SECTION Marine Piping 15400 -5 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT OM' 7 2009 Agenda Item No. 5 October 27, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran, Associate Civil Engineer 949- 644 -3340 or Ftran@NewportBeachCa.gov SUBJECT: RHINE WHARF REPAIRS & PUBLIC DOCK - AWARD OF CONTRACT NO. 3821 Recommendations: Approve the project drawings and specifications. 2. Award Contract No. 3821 to Associated Pacific Constructors, Inc. for the Total Bid Price of $430,539.84 including the Base Bid Price of $374,539.84, and an Additive Bid Item 1 of $56,000, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $64,580.00 (15 %) to cover the cost of unforeseen work Discussion: At 10:00 A.M. on October 6, 2009, the City Clerk opened and read the following bids for this project: BIDDER Low Associated Pacific Constructors, 2 John-S. Meek Co. 3 R.E. Staite Engineering 4 Copper Top Enterprises 5 AIS Construction Co. TOTAL BASE BID AMOUNT Inc. $374,539.84 $459,974.00 $530,568.00 $551,196.95 $776,500.00 * Corrected Bid Amount is $457,534.00 The low total base bid amount is 25 percent below the Engineer's Estimate of $500,000. The substantial difference may be attributed to a higher level of competiveness associated with the economic downturn. The low bidder, Associated Pacific Constructors, Inc., possesses a California State Contractors License Classification "A' as required by the • Rhine Wharf Repairs and Publikock —Award of Contract No. 3821 October 27, 2009 Page: 2 projpc : L-spq�Acations. A check of the Contractor's references indicates it has jsatisf &Nrily completed similar projects for other municipalities. Because of the unusual nature of this work and the advanced age of the marine structure, Staff recommends establishing a 15% contingency to cover the cost of unforseen work. This contract is comprised of two projects. (1) Rhine Wharf Repairs: This project includes removing and replacing boardwalk support beams and planks, inspecting sheet piles and tie rods, repairing concrete sheet piles and coping, applying preservative treatment to wood decking, and upgrading guardrails. The inspection of the tie rods involves removing a strip of concrete approximately 2' -6" wide with the subgrade along the boardwalk to expose the tie rods where they connect to the coping. Once the tie rods are exposed, City Staff will determine if any tie rods need to be replaced. For any tie rod replaced, the contractor will be paid per Additive Bid Item 1. The contractor will have 45 consecutive working days to complete the work for the wharf repairs. Additional time will be allowed for any tie rod replacements. (2) Rhine Channel Public Dock: This is a design -build project. The contractor will first prepare and submit to the City a design for the precast concrete platform with guard railings, floating dock with pre- stressed concrete piles, and handicap - accessible aluminum gangway. After City review, approval, permitting, and the Notice to Proceed issued, the contractor will have 120 consecutive working days to construct the public dock. Contractor may work both projects concurrently. Environmental Review: The Rhine Wharf Repairs project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301, Class 1 of the CEQA Guidelines. This exemption covers minor alterations of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The Public Dock project is exempt from CEQA pursuant to Section 15303, Class 3 of the CEQA Guidelines. This exemption covers construction and installation of limited numbers of new small structures. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work, two City prepared notices will be distributed by the contractor to both residents and businesses. The first notice will • Rhine Wharf Repairs and Pu51ic Cock —Award of contract No. 3821 October 27, 2009 Page: 3 be distributed ten days before work in the area and the second notice 48 hours prior to starting work in the area. Geotechnical and Material Testing Services: In addition to the contract costs, approximately $10,900 in geotechnical consulting and material testing services will be needed for this project and will be performed under on- call professional services agreements. $1,980.16 is included for printing and other incidentals. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Tide and Submerged Lands Contributions Proposed uses are as follows: Vendor Associated Pack Constructors, Inc. Associated Pack Constructors, Inc. Harrington Geotechnical Engineering Various Prepared by: Frank Tran Associate Civil Engineer Chris Miller Harbor Resources Manager Attachments: Project Location Map Account Number Amount 7231 - 05100921 $268,000.00 7251- C5100865 $240,000.00 Total: $508,000.00 Purpose Construction Contract Construction Contingency Materials Testing Printing and Incidentals Total: Submitted by: Amount $430,539.84 $64,580.00 $10,900.00 $1,980.16 $508,000.00 Badum s Director RHINE WHARF REPAIRS & PUBLIC DOCK PROJECT C -3821 PROJECT LOCATION S n CITY HALL 3 w •x�w U oo S�T �nm � 0 N m , n. [OT 9�2 36M $(NfEi �a'T 9d'Y�RO W.YY iM SRiE1 J'I N.T.S. 3 mTM sM�i LOCATION MAP N.T.S.