CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

Similar documents
ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

CITY OF SANTA ANA PROPOSAL PROJECT NO.: CHESTNUT AVE & BUSH/CYPRESS BIKE LANES FAID#: U58DP005861

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents for Guide Specifications

Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Request for Quotation: S&E Door replacement

Addendum No. 1 Page 1 of 2

BID FORM - LUMP SUM BID

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

QUEEN ALEXANDRA COMMUNITY CENTRE

VILLAGE OF LOMBARD CONTRACT DOCUMENT NUMBER SS BID PROPOSAL

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SECTION ALTERNATES

SECTION A1 EXCAVATION AND BACKFILL GENERAL

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

BID FORM (LUMP SUM CONTRACT)

Division 09 FINISHES TABLE OF CONTENTS

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

CIRCLE K SUB-CONTRACTOR BID FORM

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

SPACE TYPE: OUTSIDE PARKING (STRUCTURE)

BILL NO. 1 GENERAL ITEMS. Item No. Description Lump Sum Prices Excluding HST

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R

DOCUMENT ADDENDUM No. 2

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

Project Information Session / Meet and Greet # 3

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

Construction Contract Basics

Finance & Technology Administrator (815) ext 223

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

ITEM 6 CONCRETE CURBS, GUTTERS, AND SIDEWALKS

MATERIAL ALLOWANCES AND UNIT PRICES

BUREAU Joe Iuviene, AIA January 20, 2017

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

BUILDING SCOPE OF WORK

NOTICE OF ADDENDUM ADDENDUM 2 CONTRACT NO PROJECT NO UNIT WELL 31 WATER TREATMENT PLANT

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

EXHIBIT B COMPETITIVE SEALED PROPOSAL FORM ALTERNATES AND UNIT PRICES DOWLING ELEMENTARY SCHOOL PORT ARTHUR INDEPENDENT SCHOOL DISTRICT

ADDENDUM NO. 1 APRIL 24, 2017

1. FROM (Bidder): (Name)

ITEM L-119 AIRPORT OBSTRUCTION LIGHTS DESCRIPTION

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

RFB Waco City Hall Chiller Replacement. Date: 3/20/2018 RFP No: Commodity: Waco City Hall Chiller Replacement

ADDENDUM NO. 1. Description of BID 7664: Fossil Creek Trail Underpass at Trilby Road

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE

CW 3615 RIPRAP TABLE OF CONTENTS

DIVISION PARKING STRUCTURES

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

SECTION 806 MANHOLE REHABILITATION

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS

Manufacturing Facilities Proposal

February 22, 2018 BIDDERS WILL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL PAGE

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

SECTION CAST-IN-PLACE CONCRETE

REQUEST FOR PROPOSAL

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

ADVERTISEMENT FOR BIDS

PURCHASE CONTRACT FLA15-

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

2016 CALGREEN RESIDENTIAL CHECKLIST MANDATORY ITEMS City of San Carlos - Building Division 600 Elm Street, San Carlos, CA Phone:

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

DIVISION 9 FINISHES. This Article on Codes, Regulation and Standards shall apply to all Divisions of the Building Standards

BUILDING PERMIT APPLICATION

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

PROFESSIONAL DESIGN MANUAL INDEX

Scope of Work Bid Package C-4 - West Polished Concrete

JEFFERSON PARISH SHERIF S OFFICE

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

ADDENDUM 1. C. Bidders are requested to attach a copy of this Addendum to the Project Manual in their possession.

INVITATION TO BID CITY OF HOPKINSVILLE

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

RFP/GRC/LSV/ : RENOVATION (CIVIL WORKS) AT SKALA SYKAMNIAS CHILDRENS PLAYGROUND BILL OF QUANTITIES

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

DRAFT TECHNICAL SPECIFICATIONS FOR

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

Transcription:

PROPOSAL BID PROPOSAL TO: CITY COUNCIL OF THE CITY OF SANTA ANA FROM: REQUIREMENT: The undersigned bidder declares that they have carefully examined the location of the proposed work, that they have examined the Contract Documents in its entirety and hereby proposes to furnish all material and do all the work required to complete the said work in accordance with said plans and the specifications for the unit price(s) or lump sum(s) set forth in the following schedule: Item Description Quantity Unit Unit Price Amount 1 Parking Structure Improvements Third & Birch 2 Parking Structure Improvements Third & Broadway Parking Structure Improvements Fifth & Main 4 Parking Structure Improvements Fifth & Spurgeon 5 Restroom Improvements Fifth & Spurgeon 6 Parking Lot Improvements Third & Bush 7 Paint Parking Structure Third & Birch 8 Paint Parking Structure Third & Broadway 9 Paint Parking Structure Fifth & Main 10 Paint Parking Structure Fifth & Spurgeon 11 SKIDATA Parking Control System Third & Birch 12 SKIDATA Parking Control System Third & Broadway 1 SKIDATA Parking Control System Fifth & Main 14 SKIDATA Parking Control System Fifth & Spurgeon P1 of P16

PROPOSAL Item Description Quantity Unit Unit Price Amount 15 SKIDATA Parking Control System Third & Bush 16 Parking Control Management Central Station Fifth & Main 17 Alley Improvements Unclassified Excavation 17 CY $ $ 18 Alley Improvements Brick Pavement 840 SF $ $ 19 Alley Improvements Steel Pipe Concrete Filled Bollard 5 EA $ $ TOTAL BASE BID $ The lowest responsible bidder shall be selected based on the total base bid. The City reserves the right to award the Base Bid, and any, all, or none of the addalternate bid items (if any). * The quantity for this bid item is shown for bid comparison only. This bid item shall not be subject to the 25% limit as stated in Section 2 of the Standard Specifications. The actual amount for this item will be dictated by the actual quantity used, and the Agency reserves the right to increase or decrease the quantity of this item accordingly. This bid item is considered a Specialty Item per Section 2.2 of the Standard Specifications. TIME FOR COMPLETION OF IMPROVEMENTS AND LIQUIDATED DAMAGES The undersigned bidder hereby proposes to complete the Work for the total base bid amount shown above, within eighty (80) working days after the commencement date stated in the Notice to Proceed. The liquidated damages amount, in lieu of the amount specified in Subsection 69 of the Standard Specifications, shall be $4,500 per calendar day. Name of Firm Signature of BIDDER Title (If an individual, so state. If a firm or copartnership, state the firm name and give the names of all individual copartners composing the firm. If a corporation, state legal name of corporation, and names of President, Secretary, Treasurer and Manager, thereof.) P2 of P16

CITY OF SANTA ANA The unit prices paid for the items listed in the Contractor s Proposal as defined herein shall be considered full compensation for furnishing all labor, materials, tools, and equipment, and doing all work involved in furnishing and installing the materials complete and in place, in accordance with the details shown on the Plans, as specified herein, and as directed by the Engineer. All incidental work which is neither shown on the Plans nor otherwise specified, and which is necessary to complete the improvements as shown on the Plans and as specified in the Contract Documents (defined in the Contract/Agreement), shall be furnished and installed as though such work were shown on the Plans or specified in the Contract Documents, and no additional compensation shall be allowed therefore. The scope of work includes, but is not limited to, each bid item listed in the Contractor s Proposal and as described in the following. GENERAL ITEMS Bid Item No. 1 Parking Structure Improvements Third & Birch Payment for bid item Parking Structure Improvements Third & Birch shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; all castinplace concrete; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional compensation will be allowed therefor. Bid Item No. 2 Parking Structure Improvements Third & Broadway Payment for bid item Parking Structure Improvements Third & Broadway shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. Parking Structure Improvements Fifth & Main Payment for bid item Parking Structure Improvements Fifth & Main shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; all castinplace concrete; concrete spandrel replacement; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional 1 of 5

Bid Item No. 4 Parking Structure Improvements Fifth & Spurgeon Payment for bid item Parking Structure Improvements Fifth & Spurgeon shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition work for items other than those associated with the proposed Restroom & Alley Improvements; all castinplace concrete; bollards; miscellaneous work within the parking structure to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 5 Restroom Improvements Fifth & Spurgeon Payment for bid item Restroom Improvements shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work needed for the restroom improvements. Work includes, but is not limited to, demolition work; castinplace concrete; exterior treatment including brick veneer and trim; wall openings and new walls; exterior lighting; all pipe and tube railings; all joint sealants; all doors and frames; all door hardware; all gypsum board; all tiling; all resilient tile flooring; all signage; all generalduty valves for plumbing piping; all plumbing fixtures, supply and discharge lines; water heater; all electrical equipment, fixtures, and work associated with the restroom improvements; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 6 Parking Lot Improvements Third & Bush Payment for bid item Parking Lot Improvements Third & Bush shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all demolition; all castinplace concrete including concrete curb and ramp; ADA access ramp detectable strip; bollards; miscellaneous work within the parking lot to prepare site for parking control system; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 7 Paint Parking Structure Third & Birch Payment for bid item Paint Parking Structure Third & Birch shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; painting of bollards; striping and marking; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 8 Paint Parking Structure Third & Broadway Payment for bid item Paint Parking Structure Third & Broadway shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; painting of bollards; and for furnishing all labor, materials, 2 of 5

tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 9 Paint Parking Structure Fifth & Main Payment for bid item Paint Parking Structure Fifth & Main shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; paint work for the concrete spandrel replacement; painting of bollards; striping and marking; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional compensation will be allowed therefor. Bid Item No. 10 Paint Parking Structure Fifth & Spurgeon Payment for bid item Paint Parking Structure Fifth & Spurgeon shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all painting work. Work includes all surface preparation and painting work for this parking structure shown in Appendix F of these specifications; all paint work shown for the Restroom and Alley Improvements; painting of bollards; striping and marking; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 11 SKIDATA Parking Control System Third & Birch Payment for bid item SKIDATA Parking Control System Third & Birch shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 12 SKIDATA Parking Control System Third & Broadway Payment for bid item SKIDATA Parking Control System Third & Broadway shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless of 5

equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 1 SKIDATA Parking Control System Fifth & Main Payment for bid item SKIDATA Parking Control System Fifth & Main shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 14 SKIDATA Parking Control System Fifth & Spurgeon Payment for bid item SKIDATA Parking Control System Fifth & Spurgeon shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this structure including, but not limited to, onfoot pay stations, ticket dispensers, ticket readers, barrier gates, detection loops; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional Bid Item No. 15 SKIDATA Parking Control System Third & Bush Payment for bid item SKIDATA Parking Control System Third & Bush shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the removal of the existing parking control system, and installation of the new parking control system and new communication system. Bid item work includes removal of existing parking control equipment; new parking control system for this lot including, but not limited to, onfoot pay station; all electrical equipment and work needed for the parking control system and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication to the management central station; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional compensation will be allowed therefor. 4 of 5

Bid Item No. 16 Parking Control Management Central Station Fifth & Main Payment for bid item Parking Control Management Central Station shall be at the contract lump sum price listed in the Bid Proposal, and shall include full compensation for all work associated with the new management central station. Bid item work includes all electrical equipment and work needed for the management central station and associated panelboard; all communication equipment and work including conduit, cables, wireless equipment, routers, and equipment for communication from the management central station; new management central station and equipment and furnishings; and for furnishing all labor, materials, tools, equipment and all incidentals necessary for doing all the work as specified herein, and no additional compensation will be allowed therefor. Bid Item No. 17 Alley Improvements Unclassified Excavation Payment for bid item Alley Improvements Unclassified Excavation shall be at the contract unit price bid per cubic yard listed in the Bid Proposal, and shall include full compensation for all excavation work for the alley improvements. Work includes, but is not limited to, removal of existing Portland cement concrete; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional compensation will be allowed therefor. Payment for unclassified fill, if any, shall be paid for at the unit price for unclassified excavation. Payment for overexcavation shall be paid for at the unit price for unclassified excavation. Bid Item No. 18 Alley Improvements Brick Pavement Payment for bid item Alley Improvements Brick Pavment shall be at the contract unit price bid per square foot listed in the Bid Proposal, and shall include full compensation for all brick pavement work needed for the alley improvements. Work includes, but is not limited to, castinplace concrete including concrete band; brick pavement; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional Bid Item No. 19 Alley Improvements Steel Pipe Concrete Filled Bollard Payment for bid item Alley Improvements Steel Pipe Concrete Filled Bollard shall be at the contract unit price bid per each unit listed in the Bid Proposal, and shall include full compensation for all bollard work for the alley improvements. Work includes, but is not limited to, castinplace concrete including foundation; and for furnishing all labor, materials, tools, equipment, supplies, supervision, and incidentals to complete the work, and no additional 5 of 5

27 27.7 28 29 ALIGN ALIGN 8 BRICK PAVEMENT DETAIL EXISTING CONC. TO REMAIN DARK GRAY PAINT TO MATCH ADJACENT BLDG. 2 5S A407 5S A407 2'0" OPENING 2'0" 2'4" 2 5S A407 5S A407 OPENING 7'0" 9'0" 4" SECOND LEVEL GROUND LEVEL 5S A40 REF. SCALE: NTS 1/2" 7 1 5S A407 PUNCHED GALV. METAL STEEL SIGN M CUTOUT ANTIGRAFFITI COATING DARK GRAY PAINT TO MATCH ADJACENT BLDG. 4 SACKED CONCRETE FINISH DARK GRAY PAINT TO MATCH ADJACENT BLDG. PUNCHED GALV. METAL STEEL SIGN W CUTOUT ANTIGRAFFITI COATING RESTROOM EXTERIOR ELEVATION FROM ALLEY 7 1 5S A407 BRICK VENEER CAULKING AND BACKER ROD 27 27.7 28 29 TRIM 29 ALIGN 10'0" 1'0" CONC. BAND TO MATCH EXISTING ADJACENT PAVEMENT CONC.BAND TO MATCH EXISTING ADJACENT PAVEMENT C L EXISTING BRIDGE LINE ABOVE 7/8" 4" 7/8" SACKED CONCRETE FINISH CONCRETE STEP DETAIL TRIM DETAIL 10'0" EXISTING PRECAST 4" CONC. BAND TO MATCH EXISTING ADJACENT PAVEMENT EXISTING BRICK PAVEMENT EXISTING BRICK PAVEMENT /4" ALIGN SCHLUTER EDGE TRIM ALUM. SATIN OR EQUIV. BRICK VENEER BRICK VENEER TRIM RESTROOM EXTERIOR PAVING OPENING DETAIL TRIM DETAIL 0 4' 8' 1/4" = 1'0 REVISIONS REFERENCES L I C E NS ED A RCH MICHAEL R. MERINO I T EC T S T A T E No. C22969 Exp. 07118 O F CA L I I A F OR N PUBLIC WORKS AGENCY SHEET 27 47