Loading...
HomeMy WebLinkAboutMINUTES - 05062003 - C34 k File: 030421:ss THE BOARD OF SUPERVISORS Lam• 17 AS EX OFFICIO THE GOVERNING BODY OF THE CONTRA COSTA COUNTYPROTECTION DISTRICT CONTRA COSTA COUNTY,CALIFORNIA Adopted this Order of May 6,2003, by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GLOVER AND DESAULNIER NOES: NONE ABSENT: NONE DISTRICT III SEAT VACANT RESOLUTION NO. 2003/292 SUBJECT: Approving flans and Specifications for Pavement Repairs, Fire Stations #2, #5 and Headquarters including Fuel Tank Replacement Fire Station#5, Pleasant Hill, California for Contra Costa County Fire Protection District Budget Line Item No. 7300-4733, 7300-4704 and 7300.4706 WHEREAS plans and specifications for Pavement Repairs, Fire Stations #2, #5 and Headquarters including Fuel Tank Replacement Fire Station #5, Pleasant Hill, California for ContraCosta County Fire Protection District have been filed with the Board this day by the Chief, Contra Costa County Fire Protection District; and WHEREAS plans and specifications were prepared by Luk and Associates, Civil Engineer; and WHEREAS the cost estimate for the initial construction contract (Base Bid only) is $160,000; and WHEREAS the Board has obtained the general prevailing rates of wages, which shall be the minimum rates paid on this project; and WHEREAS the Board hereby DETERMINES that the project is a California Environmental Quality Act (CEQA) Class 2 Categorical Exemption; DIRECTS the Director of Community Development to file a Notice of Exemption with the County Clerk; and DIRECTS the Chief, Contra Costa County Fire Protection District to arrange for payment of the $25.00 handling fee to the County Clerk for filing the Notice of Exemption and a $25.00 handling fee to Community Development for administration processing costs; IT IS BY THE BOARD RESOLVED that said plans and specifications are hereby APPROVED. Bids for this work will be received on June 12, 2003 at 2:00 p.m., and the Clerk of this Board is directed to publish a Notice to Contractors in accordance with Section 22037 of the Public Contract Code, inviting bids for said work, said Notice to be published in Contra Costa Builders Exchange of Concord, California, Daily Construction Service of Oakland, California, and F.W. Dodge Division San Francisco, California. The Contra Costa County Fire Protection District is directed to mail notices to the construction trade journals specified in Section 22036 of the Public Contract Code at least 30 days before the date of opening the bids. IT IS FURTHER RESOLVED that the Chief, Contra Costa County Fire Protection District, or his designee, is AUTHORIZED to issue bid Addenda, as needed, for clarification of the contract bid documents, provided the involved changes do not significantly increase the cost estimate for the initial construction contract. VOTE OF SUPERVISORS i hereb certify that this is a true and Correct xx UNJftUS CClpy of ern action taken and entered on the (ABSENT __) minutes of the Board of Supervisors on the AYES: NOES: Gats shown. ABSENT: ABSTAIN: ots'ttztc� SEIAT WWAN e ATTESTED- MAY 06 2003 JOHN R. SWEETEN, Clerk of the Board Orig. Dept.: Contra Costa County Fire Protection District of Supervisors a aunty Administrator B cc: Auditor-Controller y Deputy Community Development D. Foley Contra Costa County Fire Protection District SS:ss PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA • County of Contra Costa I am a citizen of the United States and a resident of the County aforesaid; 1 am over the age of eighteen years, and not a party to or interested in the above-entitled matter. I am the Principal Legal Clerk of the Contra Costa Times, a newspaper of general circulation, printed and published at 2540 Shadelands Drive in the City of Walnut Creek, County of Contra Costa, 94595. • And which newspaper has been adjudged a newspaper of general circulation by the Superior Court of the County of Contra Costa, State of California, under the date of October 22, 1934. Case Number 19764. The notice,of which the annexed is a printed copy(set in type not smaller than nonpareil), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to-wit: May 20 all in the year of 2003 1 certify (or declare) under penalty of perjury that the foregoing is true and correct. Executed at Walnut Creek, California. On this 20 y of May, 2�003� ..,.`.... . . .... .... Signa#ur . s Contra Costa Times P O Box 4147 Walnut Creek, CA 94595 (925)935-2525 Proof of Publication of: (attached is a copy of the legal advertisement that published) NOTICE TO C0I41'RACrORS Notice Is hareby given by order of the Board of Su- otyrththerectCunty, t Dior of General Services will receive bids for lite fur- nishing of all tabor,mate- rials, equipment, trans- portation and services for; PAVEMENT RIEPAtRS & VML F�ft_ STTAFtONRN4 2&5 ANTD, A #411 PLEAS- ANT H CA &NIA FOR THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT Budget Line Item No.7300- 4733 7300.4704 and 7300- 810 PROPOSALS SHALL BE SUBM TTED OTO HTAHE BE AS- SISTANT CHIEF SUPPORT COUNTY tRE O G ON DISTRICT 2010 GEARY ROAD, PLEASANT HILL„ CALIFORNIA 94523,4694 ON OR BEFORE THE 12TA DAY OF JUNE 2003 AT 2.00 P.M.,and wI be opened in public Immediately af- ter the time due In the Conference Room,Contra Costa County Fire Protec- tion District, 2010 Road, Pleasant Httl, California_ The estimated construc- tion Is$g8 coat (Base The prime contractor for this d iC ss AsGenerraal Eri gineering Contractor 1 cense. The work includes pave- went demolition,gradesp�, underground fuel tttnit removal aboue� ground fuel tank Installation and Paving. Each bid Is to be In ac- cordance with the draw- Ings and specifications on fife at the Office of the Clerk of the Board of Su- pervisors, First Floor, County Admineistration MartlM 651 Pine ccaationsmaybe all"'Ir eo at the offices of Luk&As- sociates,399 TaYyfo�r Blvd,. Pleasant Hill, California. Drawings and specifica- tionsCruet Including documents inctuded by reference) and proposal forts, ma5+ be obtained b prospective 8ldders at tits offices of Luk&Asstat- clates. 399 Taylor BSfonE Pleasant Hili, Cai a, upe>n�ppa�yment Doff PRINT- tNG 12'SERVICE CHARGE IN THE AMOUNT OF$35.00 (sales tax Included)which amount Drawings shall maybe and dered ABY MAILL FOR AH ADITI NA LtNGSHIIPP FEE�F 53.00. Checks shall he madePayable to"Contras Costa Cpount}r Fire Protec- tion I01 let' and may byYe ma, as of Sd.A P e� MCal- 94523.The Fire Pro- tecton District does not gguarantee the arrival of the drswngs and specifi- cations Sn t#me far bid- dinj Drawln and spect. ficattons wit not be sent overnlpht mail.No partial sets wEil be issued. Pros ctive bidders may obtain copies of the Fire Protection District's log of contractor pian holders by calling Luk & Associates, 899 Taylor Blvd.,Plesant Hill,98or byissuhmi t3{�6 a written request via FAX no. (925) 369.5185. Re- quests for copies of the plan holders to{rcannot be accepted after 00 p.m.of the of the day before the bids are due. Technical questions re- aaarrding the contract di- rected to theshould Co instruction Manager, Stewart Enter- prises It at 825-672-6901. Each bid shall be shade on the bid form Iu sed with the clfications and bid sectmity In ttenfFoerm of casha certified cheek cashier's check, or bits bond in the amount of percent(1096)of the be bid arrmount maria pa a- ble unty of Conti Cos The bite security shall be given as a guarantee that the bidder will enter into a contract if awarded the work awill be#nrhxited by tie bidder and re` twined by the County if the successful bidder refuses, negsaidlects falls �tira oro furnish the necessary bonds and insurance cer- t ifi cate after being re- sted to do so by the oard of Supervisors of Contra Costa County. Bidders are hereby noti- fied that sec�udrities may be substitutedtd b t montes wit County of Contra Costa to ensure performance un- dereettfi,ne construr tion con- Pubiic#conntract accordance a Sedc- tion 7.2306 and the General Conditions of t bctedyhkCon- s e valued bteomy Treasurer-Tax Collector, final.Alsdo,types ofhsecuall rl ties which are not listed in Government Code Section 16430 or Public Contract bee approved las bet, for investment under 2 SecUon n Contract te cCode County Treasurer-Tax Collector before bid opening, Un- less suchttles ire pre0ualifledtefare old acceitetythe� ounjptedbheCou as security. The successful bidder will be required to furnish a APAayment Bond in an d mount percentt(100 %)uof the Contract price and faltthf i Performance Band in an amount a ual tq one hundred f100%, of go C�ontract price said to be securea annaCmitted surety Insur- er authorised by the in- surance Commissioner to transact business of In- surance in th#�e State of Callfor nla.fact,bond shall be Issued on the forth set forth in the specifications. Bidders are hereby noti- fied that pursuant to the Caplll orrnia, or locof the al late w saidE the 8 thereto Ined of per general walgpEieensg rate rates for legal tcotidW and overtime work In the locality,In which this work is to be performed for each ty a of workman or mechanic required to ex- ecute the contract which will be awarded to the succceesssful bSdder. The prevaitIng rate of per diem wages is on file With the Clerk of the Board of supervisors. The Contra Costa County Board of Supervisors en- courages opqortunitias to deveio anti port Mi- norl{y Btr$iness Enterpris- es (IGtBE$% Women Busl- nese VterpAses {WBF,.$), Small usiness Entteerppris- es 4SBEsl and Local trust- nes$Enterprises£LBE$?by fporrovlding oipatTpopnrtunittes he pperfort acncee of eon�struc tion contracts financed in whole Quad MBE,WBE, rt with County f $. SBE and LEE definitions and detailed information are included in Division E of the Spectficatiorm A PRE-Bto CONFERENCE WILL BE HELD ON MAY 29 IN TfR CONS fiA STA COUNTY FIRE Ptt TECTION DIS- TRICT CONFERENCE ROOM,2010 GEARY ROAD, CALIFORNIA.PLfASA Disco sliLon will cover recommended outreach efforts, resour- ces and any other sub- attendees. interest to Because of the restrictive nature of the facility THE IFRSITE IS ONLY BE BD- 2ERS 03ispecon' s 20inspectionwill be conducted on these dates ba repre- sentative of tale contra Costa County Fire Protec- tion District TOURS WILL BE"PROMPTLY AT 2:K starting at the Contra Costa Coon Fire protec- tron S3IHreeadcluar- P rtesasannt lit 2010 ColiTornRlaa..d The rifttstt to re*ct said Board reservesand all blas or any porton of any bidndior waive any irrelar n any bid re- calved B d5 may not be withdrawn for a period of 50 days after the date set furopenino thereof. BY ORDER OF THE BOARD (�5t1PERVt�pR S OF CON- TRA COSA COUNT`! JOHN SWEETEN, Clerk of the Board of 5�pery lsors and County A#ministrator By., Emyy6L,Sharp LDatte C 15002903 Publish May 20,2003 LEGAL PUBLICATION REQIIISTION Contra Costa. County From: Clerk of the Beard j To: Contra Costa 'Times 651 Pine St.,.Room 106 PO Box 5124 Martinez, CA 94553 Walnut Creek,-CA'94596 Requested by. EMY L. SHARP Date: MAY 061 2003 Phone No: 925-335-1903 Reference No: 851 7300 SAS 473 Org: 0 AS X7 0;c o Sub Object: 2 -90 Task. SAASActivi 470 . -Activity: oDf Publication Date (s). MAY 20, 2003 No. of Pages: (4) LEGAL PUBLICATION- PAVEMENT REPAIRS, FIRE STATIONS #2, #5, AND HEADQUARTERS INCLUDING FUEL TANK REPLACEMENT FIRE STATION #5, PLEASANT HILL ""immediately upon expiration of publication,**** send in one affidavit for each publication in order that the auditor may be authorized to pay your bill. "FAX ONLY:r Authorized Signature: Please confirm date of publication & receipt of this fax. By telephone please. /B.4.1 NOTICE TO TRAC of TO , ll`VlSIO E TO CO TRACT w ' Pagsr 3 (Adve Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Director of General Services will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: Pavement Repairs & Fuel Tank Replacement, Fire Stations 2 & 5 and Administration, Pleasant Hill,California for the Contra Costa County Fire Protection District Budget Line Item No. 7300-4733, 7300-4704 and 7300-4706 Bid_ proposals shall be sealed and shall be submitted to the Assistant Chief Support Services, Contra Costa County Fire Protection District, 2010 Geary Road, Pleasant Hill, California 94523-4694._on or before the 12th day of June. 2003 at 2.00 p.m., and will be opened in public immediately after the time due in the Conference Room, Contra Costa County Fire Protection District, 2010 Geary Road, Pleasant Hill, California. The estimated construction contract cost(Base bid)is$160,000. The prime contractor for this project shall hold a valid Class A General Engineering Contractor license. The work includes pavement demolition, grading, underground fuel tank removal, above ground fuel tank installation and paving. Each bid is to be in accordance with the drawings and specifications on file at the Office of the Clerk of the Board of Supervisors, First Floor, County Administration Building, 651 Pine Street, Martinez, California. The drawings and specifications may be examined at the offices of Luk & Associates, 399 Taylor Blvd., Pleasant Hill, California. Drawings and specifications (not including documents included by reference) and proposal forms, may be obtained by prospective bidders at the offices of Luk & Associates, 399 Taylor Blvd., Pleasant Hill, California., upon payment of a printing and service charge in the amount of $35.00 (sales tax included) which amount shall not be refundable. Drawings and specifications may be ordered by mail for an additional shipping and handling fee of $3.00. Checks shall be made payable to "Contra Costa County Fire Protection District" and may be mailed to the offices of Luk & Associates, 399 Taylor Blvd., Pleasant Hill, California 94523. The Fire Protection District does not guarantee the arrival of the drawings and specifications in time for bidding. Drawings and specifications will not be sent overnight mail. No partial sets will be issued. Prospective bidders may obtain copies of the Fire Protection District's log of contractor plan holders by calling Luk & Associates, 399 Taylor Blvd., Pleasant Hill, California at 925-363- 1981 or by submitting a written request via FAX no. (925) 363-5185. Requests for copies of the plan holders log cannot be accepted after 5:00 p.m. of the day before the bids are due. Technical questions regarding the contract documents should be directed to the Construction Manager,Stewart Enterprises II at 925-672-6901. Each bid shall be made on the bid form issued with the specifications, and must be accompanied by bid security in the form of cash, a certified check, cashier's check, or bid bond in the amount C:1DAeri eats nd Settingskst StewartV)esk nt Hil1 ecifications\03021 Pieria 4 tliit r of the ten percent (10%) of the base bid amount, made payable to the order of"The County of Contra Costa". The bid security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, 'neglects or fails to enter into said contract or to furnish the necessary bonds and insurance certificates after being requested to do so by the Board of Supervisors of Contra Costa County. Bidders are hereby notified that securities may be substituted for any monies withheld by the County of Contra Costa to ensure performance under the construction contract, in accordance with Public Contract Code Section 22300 and the General Conditions of the Contract. Such securities shall be valued by the County Treasurer-Tax Collector, whose decision shall be final. Also, types of securities which are not listed in Government Code Section 16430 or Public Contract Code Section 22300 must be approved as eligible for investment under Public Contract Code Section 22300 by the County Treasurer-Tax Collector before bid opening. Unless such securities are prequalified before bid opening, they shall not be accepted by the County as security. The successful bidder will be required to furnish a Payment Bond in an amount equal to one hundredpercent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price, said bonds to be secured from an admitted surety insurer authorized by the Insurance Commissioner to transact business of insurance in the State of California. Each bond shall be issued on the form set forth in the specifications. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has obtained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. The Contra Costa County Board of Supervisors encourages opportunities to develop and support Minority Business Enterprises (MBEs), Women Business Enteiprises (WBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for participation in the performance of construction contracts financed in whole or in part with County funds. MBE, WBE, SBE, and LBE definitions and detailed information are included in Division E of the Specifications. A pre-bid conference will be held on May29, 2003, at 2:00 p.m., in the Contra Costa County Fire Protection District Conference Room, 2010 Geary Road, Pleasant Hill, California. Discussion will cover recommended outreach efforts, resources and any other subjects of interest to attendees. Because of the restrictive nature of the facility, the site will only be open for inspection by bidders'on "Thursday, May 29, 2003. Inspection tours will be conducted on these dates by a representative of the Contra Costa County Fire Protection District. Tours will begin promptly at 2:00, starting at the Contra Costa County Fire Protection District Headquarters, 2010 Geary Road,Pleasant Hill, California. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. Bids may not be withdrawn for a period of 60 days after the date set for opening thereof. C.1 umetif§and SettsngStS eue..Ste ait�esktoplPleasant Hitt SpecificatiOWR3o2m tta o4uu4p,* C'-�m1WYrIS�-A-2 NOTIC TO R `T e{ b 3 BY ORDER OF THE BOARD OF SUPERVISORS �' # OF CONTRA COSTA COUNTY JOHN SWEETEN, Clerk of the Board of Supervisors and County Administrator By: EMY L. SHARP Deputy Dated: MAY 06, 2003 PUBLICATION DATES: MAY 20, 2003 SPECIFICATIONS FOR PAVEMENT REPAIRS AND FUEL TANK REPLACEMENT FIRE STATIONS #Z and #5 PLEASANT HILL, CALIFORNIA JOB No. 001 Budget Line Items 730047339 7300-4704 and 73004706 BID SET DATED APRIL 2003 LUK AND ASSOCIATES 399 TAYLOR.BLVD.SUITE 288 PLEASANT DILL,CA 'HONE. 925-363-1981 FAX: 925-363-5185 INDEX CONTRACT DOCUMENTS Division A Notice to Contractors Division B Instruction to Bidders CONTRACT PROPOSAI, Division C-1,2 Proposal(Bid Form) Division C-3 List of Subcontractors Division C-4 Non Collusion Affidavit SAMPLE CONTRACT DOCMENTS Division D Sample Contract SPECIAL PROVISIONS Division E Outreach Program Attachment to Division E Outreach Program Good Faith Effort Documentation Tracking Sheets(4 pages) Division F General Conditions Division G Supplementary General Conditions Section 01000 General Requirements 01010 Sum maryofWork 01015 Geotechnical Information 01025 Measurement and Payment 01040 Coordination/Cooperation 01045 Cutting&Patching 01050 Construction Layout&Staking 01060 Permits,Notifications&Licenses 01200 Project Meetings 01300 Submittals 01310 Construction Schedule 01370 Schedule of Values 41400 Quality Control 01410 Testing Laboratory Services 01500 Construction Facilities&Temporary Controls 01505 Mobilization 01530 Barriers and Enclosures 01540 Protection of Work and Property 01600 Material&:Equipment 01700 Contract Closeout 01701 Contract Closeout Procedures 01720 Project Record Documents 01740 Warranties&Bonds FIRE STATIONS#2 and#S PLEASANT HILL,CA JOB#001 INDEX TO TECHNICAL SPECIFICATIONS PAGE 1 OF 2 TECHNICAL ti(OVISIONS DIVISION 2 SITEWORK Section 02065 Removal Work ; 02200 Earth Work 02513 .Asphaltic Concrete Paving 02515 Concrete Surface Improvement 02577 Pavement Marking 02700 Site Utilities DIVISION 15 MECI✓[ANICAI, Section 15000 General Requirements-mechanical 15100 Plumbing DIVISION 16 ELECTRICAL Section 16000 Electrical General Requirements END OF SECTION FIRE STATIONS#2 and#5 INDEX TO TECHNICAL SPECIFICATIONS PLEASANT HILL,CA JOB#Uo I PAGE 2 OF 2 IB.4.1 NOTICE TO CONTRACTORS Page 1 of 3 DIVISION A. NOTICE TO CONTRACTORS (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Director of General Services will receive bids for' the famlabor, materials, ishing of all ' equipment,transportation and services for: Pavement Repairs & Fuel Tank Replacement,Fire Stations 2 &5 and Administration, Pleasant Hill,California for the Contra Costa County Fire Protection Distinct Budget Line Item No. 7300-4733,7300-4704 and 7300-4706 Bid 12EMsals 'shall be sealed and shall be submitted to the Assistant Chief Su " ort Services,.Contyra Costa Counly Fire Protection District '2010 GeaRoad Pleasant Hil California 94523-45 4 on or before the 12th da of June 2003 at 2:00 p.m. and will be opened in public immediately after the time due in the Conference Room, Contra Costa County Fire Protection District,2010 Geary Road,Pleasant Hill,California. The estimated construction contract cost(Base bid)is$160;000. The prime contractor for this project shall hold'a valid Class A General Engineering Contractor license. The work includes pavement demolition, grading, underground fuel tank removal, above ground fuel tank installation and paving. Each bid is to be in accordance with the drawings and specifications on file at the Office of the Clerk of the Board of Supervisors,First Floor, CountyAdministration Building, 651 fine Street, Martinez,California. The drawings and specifications may be examined at the offices of Luk &'Associates,'399'' Taylor Blvd., Pleasant Hill, California. Drawings and specifications (not including documents included by reference)and proposal forms,may be obtained by prospective bidders at the offices of Luk & Associates, 399 Taylor Blvd., Pleasant Hill, Califomia., upon payment of a printing and service charge in the amount of $35.€10 '(sales 'tax included) which amount shall not be refundable. Drawings,,and specifications may be ordered by mail for an additional shipping and handling fee of $3.00. Cheeks shall be made payable to "Contra Costa County Fire Protection District" and may be mailed to the offices;'of Luk & Associates, 399 Taylor Blvd., Pleasant Dill,California 94523. The Fire Protection District does not guarantee the arrival of the drawings and specifications in time for bidding. Drawings and specifications will not be sent overnight mail. No partial sets will be issued. Prospective bidders may obtain copies of the Fire Protection District's log of contractor plan holders by calling Luk & Associates, 399 Taylor Blvd., Pleasant Hill, California at 925-363- 1981 or by submitting a written request via FAX no. (925) 363-5185. Requests for copies of the plan holders log cannot be accepted after 5:00 pro. of the day before the bids are due. Technical' questions regarding the contract documents should be directed to the Construction' Manager, Stewart Enterprises II at 925-672-6901. Each bid shall be made on the bid form issued with the specifications, and must be accompanied by bid security in the form of cash,'a certified check, cashier's check, or bid band in the amount C\Docunmts and SettingstSteve Stewart\DesktopTleasant Hill Specifications1030219 Pleasant dill Project-DIVISION AhmDIVISION A- 1 ...................................... .................................................. ....................................... ............. ............ /B.4.1 NOTICE TO CONTRACTORS Page 2 of 3 of the ten percent (10%) of the base bid amount, made payable to the order of"The County of Contra Costa". The bid security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder• refuses, neglects or fails to enter into said contract or to furnish the necessary bonds and insurance certificates after being requested to do so by the Board of Supervisors of Contra Costa County. Bidders are hereby notified that securities may be substituted for any monies withheld by the County of Contra Costa to ensure performance under the construction contract, in accordance with Public Contract Code Section 22300 and the General Conditions of the Contract. Such securities shall be valued by the County Treasurer-Tax Collector, whose decision shall be final. Also, types of securities which are not listed in Government Code Section 16430 or Public Contract Code Section 22300 must be approved as eligible for-investment under Public Contract Code Section 22300 by the County Treasurer-Tax Collector before bid opening. Unless such securities are prequalified before bid opening, they shall not be accepted by the County as security. The successful bidder will be required to furnish a Payment Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (1001/*) of the Contract price, said bonds to be secured from an admitted surety insurer authorized by the Insurance Commissioner to transact business of insurance in the State of California. Each bond shall be issued on the form set forth in the specifications. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto,the said Board has obtained the general prevailing rate of per them wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per them wages is on file with the Clerk of the Board of Supervisors. The Contra Costa County Board of Supervisors encourages opportunities to develop and support Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for participation in the performance of construction contracts financed in whole or in part with County funds. MBE, WBE, SBE, and LBE definitions anddetailed information are included in Division E of the Specifications. A pre-bid conference will be held on May29, 2003, at 2:00 p.m., in the Contra Costa County Fire Protection District Conference Room,, 2010 Geary Road, Pleasant Hill, California. Discussion will cover recommended outreach efforts, resources and any other subjects of interest to attendees. Because of the restrictive nature of the facility, the site will only be open for inspection by bidders on Thursday, May 29, 2003. Inspection tours will be conducted on these dates by a representative of the Contra Costa County Fire Protection District. Tours will begin promptly at 2:00, starting at the Contra Costa County Fire Protection District Headquarters, 2010 Geary Road,Pleasant Hill, California. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. Bids may not be withdrawn for a period of 60 days after the date set for opening thereof CADocuments and Settings\Steve Stewart\Desktop\Pleasant Hill Specifications\030219 Pleasant Hill Project-DIVISION A.docDIVISION A-2 1B.4.1 NOTICE TO CONTRACTORS BY ORDER OF THE BOARD OF SUPERVISORS Page 3 of 3 OF CON'T'RA COSTA COUNTY JOHN SWEETEN, Clerk of the Beard of Supervisors and County Administrator By: Deputy Dated: PUBLICATION DATES: SES.ss CADocuments and SettinPs Steve Stewart\DcsktoP\Pleasant Hilt Specifications\0302I9 Pleasant Hill Project-DIVISION A.docDIVISION A-3 DIVISION B. INSTRUCTIONS TO BIDDERS The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: A. License: No bidder may bid on work of a kind for which he is not properly licensed., and any such bid received may be disregarded. See Division A, Notice to Contractors, for license classification required for this project. B. Bidders shall be experienced in the type of work for which they are bidding and shall,upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. C. County may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a Public Works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on,be awarded,or perform work as a subcontractor on this project. Contractor is prohibited from performing work on this project with a subcontractor who is ineligible to perform work on a Public Works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. SECTION 2. SECUMG DOCUMENTS: A. Drawings and Specifications may be secured at the place and for the deposit or fee as specified in Division A, `"Notice to Contractors." SECTION 3. EXAMINATION OF PLANS SPECIFICATIONS AND SITE OF THE WORD: A. CONTRACTOR'S RESPONSIBILITY: The bidder shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed and materials to be furnished, and as to the requirements of the proposal,plans and specifications of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, 'and that information is shown in the plans or otherwise made available to the bidders, said information represents only the character of material which was actually encountered in the investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpretation therefor. There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of these existing throughout the work, or any part of it, or that unlooked for developments may not occur. Making such information available to bidders is not to be construed: in any way as a waiver of the provisions of this article concerning the Contractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigation as to the actual conditions to be encountered. CADocuments and Sett ngs\Steve Stewart\Desictop\Pleasant Hill Specifications\030214 Pleasant Hill Project-Division 13-Formal-08-00.doc 4129/96 DIVISION B- I DIVISION B. INSTRUCTIONS TO BIDDERS(Continued) B. RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision A. above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and'all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, including without limitation thereon,repair of any or all damage and all hand or exploratory excavation required. The bidder is cautioned that such utilities may include communication cables or electrical cables which may,be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excavation so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning 'signs, barricades and safety devices shall be erected as necessary or required. In connection with the foregoing,the bidder's attention is invited to Section 12 of Division F of these Specifications. C. DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the Drawings and Specifications prior to the date of bid opening,the bidder shall submit a written request for a clarification which will be given in the form of an addendum to all bidders if time permits. Otherwise, in estimating the work, the bidders shall consider that any discrepancies or conflict within the drawings, within the specifications, or between drawings and specifications shall be governed by Section 15 of Division F of these Specifications. SECTION 4. BIDDING DOCUMENTS A. Bids shall be made on the special Proposal (Bid Form) (See Division. C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, and in case of discrepancies the lower of the two shall ''govern; the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures. Additional copies of the Proposal (Bid Form)may be obtained from those supplying these Specifications. & Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. C. List of Proposed Subcontractors: Each proposal small have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of l percent of his total bid, in accordance with Section 4104 of the Public Contract Code, See Section 6 of Division F of these Specifications for further reference to subcontractors. C:1Docurnents and Settingslsteve StewarMesktopTleasant Hill SpecifrcationsW0219 Pleasant Hill Project-Division l3-Porrnal-09-44.doc 4129199 DIVISION B - 2 DIVISION B. INSTRUCTIONS TO BIDDERS (Continued) D. Noncollusion Affidavit: Bidders shall execute, have notarized, and submit with their bid, the Noncollusion Affidavit form included in Division C,Proposal(Bid Form). E. Bidder's Security: All bids shall have enclosed cash, a cashier's check, certified check or a bidder's bond as described below, executed as surety by a corporation authorized to issue surety bonds in the State of California, made payable to "The County of Contra Costa," in an amount equal to at least 10 percent (100%) of the base bid amount. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. Bid security will be held until either(1) the contract has been executed and bonds have been furnished, or (2) the specified time has elapsed so that bids may be withdrawn, or (3) all bids have been rejected, SECTION 5. SUBMISSION OF PROPOSALS: A. Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the Bid Proposal. Itis the sole responsibility of the bidder to see that his bid is received in proper time. B. All proposals shall be submitted under sealed cover,plainlyidentified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the Bid Proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WI't"HDRA VAL OF PROPOSALS: A. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a,request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral, telegaphic, or telephonic request to withdraw a bid pn osal is not acceptable. The withdrawal of a bid shall not prejudice -- the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. SECTION 7. PUBLIC OPENING OF PROPOSALS: A. Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. B. Bid results may be obtained by calling the Contra Costa County Fire Protection District. At 925-930-5505. Bid results will be available on this line approximately one hour after bid opening. C. Bid results, including subcontractor listings for the three lowest bids,will also be available the day after the bid opening at Contra Costa County Fire Protection District Headquarters, 2010 Geary Road,Pleasant Hill, California D. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. CADocuments and Settings\Steve StewarMesktop\Pleasant Hili specifications\030219 Pleasant Hill Project-Division B-Formal-08-00.doc 4/29/99 DIVISION B -3 ...................................................... ............ ...... DIVISION B. INSTRUCTIONS TO BIDDERS (Continued) SECTION 9. COMPETITIVE BIDDING: A. If more than one proposal be offered by any individual, firm, partnership, corporation, association or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. B. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: A. The right is reserved to reject any and all proposals. B. Contra Costa County shall have the right to accept bid Alternates in any order or combination and to determine the low bidder on the basis of the Base Bid only, or on the basis of the Base Bid and the Alternates accepted, if any. C. The award of the contract, if it be awarded,will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed herein. Such award, if made, will be made within the time period during which bids may not be withdrawn as specified in Division A,Notice to Contractors. D. If the contract is awarded, but such award is later invalidated for any reason, all bids shall be deemed rejected and no other bidder shall be deemed eligible for contract award. Nothing in this section shall prevent the County from reawarding the contract to another bidder in cases where a successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code, Sections 5100- 5107). SECTION 11. SPECIAL REQUIREMENTS: A. The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division 17)`or other documents included in these Specifications. 1) Bonds 2) Insurance 3) Liquidated Damages 4) Guarantee 5) Inspection and Testing of Materials 6) Facilities to be Provided at Site 7) Assignment of Contract Prohibited 8) Outreach/Mandatory Subcontracting Minimum/Affirmative Action(See Division E). CADocurnents and Settings\Steve Stewart\Desktop\Pleasant Hill Specifications1030219 Pleasant Hill Project-Division B-Formal-08-00.doc 4/29/99 DIVISION B-4 ............. ............. .......... DIVISION B. INSTRUCTIONS TO BIDDERS (Continued) SECTION 12. EXECUTION OF CONTRACT: A. The contract(example in Division D)shall be signed by the successful bidder in duplicate counterpart and,returned within five (5) days of receipt, not including Saturdays, Sundays and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until it has been executed by the Contractor and the County. B. Should the contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: A. Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within ten (10)days, not including Saturdays, Sundays and legal holidays, after the successful bidder has received the contract for execution, shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third'lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be readvertised or may be constructed by day labor as provided by State law. SECTION 14. PLAN HOLDERS LIST: A. Copies of the plan holders list may be examined or obtained for no cost at the \offices of Luk and Associates, 399 Taylor Blvd, Suite 288, Pleasant Dill, California, Monday through Friday between the hours of 9:00 am and 5:00 pm. B. Copies will be FAXED upon request, however, they will not normally be FAXED until after 5:00 pm on the day requested in order to avoid tying up the FAX machine during regular office hours. C. Requests for FAX copies of the plan holders list will not be accepted after 5:00 pm of the day before the bids are due. CADocuments and Settings\Steve Stewsrt\Desktop\Pleasant Hill Specifieation"30219 Pleasant Hill Project-Division B-Fo rrra"8-{}aloe 4!29/99DIVISION B_ 5 (Bidder) DIVISION C. PRC)Pt:7SAL($ID FORM) BIDS WILL BE RECEIVED UNTIL THE 12th Day of June, 2403, at 2;44 P.M. at the Contra Costa County Fire Protection District Conference Room, 2010 Geary Road, Pleasant Hill, CA 94523-4694. (1) TO THE ASSISTANT CHIEF SUPPORT SERVICES DIVISION, CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT. The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for Pavement Repairs & Fuel 'Tank Replacement, Fire Stations 2 & 5and Administration, Pleasant Hill,California for the Contra Costa County Fire Protection District Budget Line Items No. 7300-4733, 7300-4704 and 73€0 4706 in strict conformity with the Drawings, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, 651 Pine Street, Martinez,California, 94553, for the following sums;namely: RASE BIIJ Shall include all of the work shown or specified but not including any of the work in the following alternates: For the sum of: Dollars($ 1 (2) It is understood that this bid is based upon completion of the work within 60 calendar days from and after the starting date as established by the Notice to Proceed. (3) It is understood, with due allowances made for unavoidable delays,that if the Contractor should fail to complete the work of the contract within the stipulated time,then,he shall be liable to the Public Agency in the amount of FIVE HUNDRED per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty; it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (4) The undersigned has examined the location of the proposed work and is familiar with the Drawings, Specifications and other contract documents and the local conditions at the place where the work is to be done. (5) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (6) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. CADocuments and Settings\.Steve StervarMesktopTleasant Hill Specifications\030219 Pleasant Hilt Project - Division C Proposal Bid F'ortn.doc - DIVISION C`- 1 DIVISION C. PROPOSAUBID FORM)(Continued) (7) Attachments are: a) A list of the names and locations of the place of business of the subcontractors. b) Noncollusion Affidavit forth. c) Bid security as required in the Notice to Contractors. Cash. Bidder's Bond Cashier's Check Certified Check (8) The following addenda are hereby acknowledged,as being included in the bid: Addendum# dated Addendum# dated Addendum# dated (9) Firm - NQU: Have you By(signature} compiled with the Division E Title Outreach Program and Mandatory Address Subcontractor Minimum Phone: Fax: requirements for this project` Federal Tax Payers I.D. or Social Security No. Dated this day of ' 19 (10) Licensed in accordance with an act providing for the registration of Contractors. Classification and License No. ,Expiration Date (l 1) Representations made herein are made under penalty of perjury. CADocuments and Settings\Steve Stewart\Desktop\Pleasant Hitt Specifications\030219 Pleasant Hili Project - Division C Proposal Bid Form.doc DIVISION C -2 LIST OF SUBCONTRACTORS FOR. (Name of Prime Contractor) (As required by Division B, Section 4, Paragraph (c). Substitution of listed subcontractors: See Division F, Section 6,Paragraph E.) Portion of Work Name Place of Business (City) SES:ss CADocurnents and SettingsSteve Stewart\Desktop<Pleasant Hill Specil-tcations1430219 Pleasant Hill Project - Division C Proposal Bid Form.doc DIVISION C- 3 .................................... NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ss County of being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the, bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham bid, or that anyone 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. Dated: Signed: NOTE: THIS FORM MUST BE NOTARIZED CERTIFICATE OF ACKNOWLEDGMENT State of California County of On the date written below,before me, the undersigned Notary Public,personally appeared the person(s) signing above for Contractor, personally known to me(or 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. WITNESS my hand and official seal. Dated: [NOTARIAL SEAL] Notary Public CADocurnents and Settings\Steve Stewart\Desktop\Pleasant Hill Specifications\030219 Pleasant Hill Project Division C Proposal Bid Form.doc DIVISION C - 4 ............. ........ File: /C.1.1 CONTRACT (Construction Agreement) (Contra Costa County Standard Form) 1. SPECIAL TERMS. These special terms are incorporated below by reference. (See Secs.2,3) Parties (Public Agency) CONTRA COSTA COUNTY (Contractor) (See Sec.2) Effective Date: (See Section 4 for starting date.) (See Sec.3) The Work: Pavement Repairs & Fuel Tank Replacement, Fire Stations 2 & 5 and Administration, Pleasant Hill, California for the Contra Costa County Fire Protection District (See Sec.4) Completion Time: Within 60 calendar days from starting date. (See Sec.5) Liquidated Damages: $500.00 per calendar day (See Sec.6) Public Agency's Agent:Fire Chief,Keith Righter (See Sec.7) Contract Price: (See Sec.8) Federal Taxpayers I.D.or Social Security No.: 2. SIGNA13MS&ACKNOWLEDGEMENT. Public Agency, By: Date: Keith Richter,Fire Chief Contractor,hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers'Compensation Law. By: (Designate official capacity in the business) (CORPORATE SEAL) By: (Designate official capacity in the business) Nate to Contractor: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board, president or vice-president;the second signature must be that of the secretary,assistant secreary,chief financial officer or assistant treasurer.(Civ. Code,Sec. 1190 and Corps.Code,Sec,313.) The acknowledgment below must be signed by a Notary Public. State of California CERTIFICATE OF ACKNOWLEDGMENT ) .County of ss. On the date written below, before me,the undersigned rotary Public,personally appeared the person(s)signing above for Contractor,personal! known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose names)islare subscribed to the within instrument and acknowledged to me that he/shelthey 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. WITNESS my hand and official seal. Dated: [NOTARIAL SEAL] Notary Public (CC-1;Rev.2-92) C:\Documents and Settings\Stevie Stewart\D4:sktop\CCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Project-Division D.doc Page 1 of 4 DIVISION D - 1 File: IC.1.1 3. WORK CON'TRACL CHANGES. (a) By their signatures in Section 2,effective on the above date,these parties promise and agree as set forth in this contract,incorporating by these references the material("special terms")in Section 1. (b) Contractor shall,at his own cast and expense,and in a workmanlike manner,fully and faithfully perform and complete the work;and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract,all strictly in accordance with the Public Agency's plans,drawings and specifications. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Section 7 without such an order. 4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed;and shall complete it as specified in Section I. 5. LIOUIU4=I3AA!ACES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof,it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,the result of the parties'reasonable endeavor to estimate fair average compensation therefor,for each calendar day's delay in finishing said work;and if the same be not paid,Public Agency may,in addition to its other remedies,deduct the same from any money due or to become due Contractor under this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time,its duration}shall be added to the time allowed for completion,but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non- completion or delay hereunder. Pursuant to Government Code Section 4215,the Contractor shall not be assessed liquidated damages for delay in completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED'ED DO_CU141_EN,TS. The plans,drawings and specifications or special provisions of the Public Agency's call for bids,and Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the plans or drawings and not mentioned in the specifications or special provisions,or vice versa, is to be executed as if exhibited,mentioned and set forth in both,to the true intent and meaning thereof when taken all together;and differences of opinion concerning these shall be finally determined by Public Agency`s Agent specified in section 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the sum specified in Section 1,except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar month,as determined by Public Agency or its Agent,minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work and materials have been removed,replaced,and made good. 8. PAYMENTS WITHHELD. (a) 7be Public Agency or its Agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment,to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied,or uncompleted work,or (2) Claims filed or reasonable evidence indicating probable filing,or (3) Failure to properly pay subcontractors or for material or labor,or (4) Reasonable doubt that the work can be completed for the balance then unpaid,or (5) Damage to another contractor,or (6) Damage to the public Agency,other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor,as the work progresses,the materials and labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire work,it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld ander this contract,provided the Contractor shows that all claims for labor and materials have been paid,no claim have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or withhold notices have been filed against the work or site,and provided there are not reasonable indications of defective or missing work or of late- recorded notices of liens or claims against Contractor. 9. INSURANCE. (Labor Code Sections 1860-61) On signing this contract,Contractor must give public Agency(1)a certificate of consent to self-insure issued by the Director of Industrial Relations,or(2)a certificate of Workers'Compensation insurance issued by an admitted insurer,or (3)an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 37041 And the Workers'Compensation Law. 10, BODS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s)specified in the specifications or special provisions,guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE`TQ PEI M. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply sufficient materials or workers to complete this agreement and work as provided herein,for a period of 10 days or more after written notice thereof by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. (CC-1;Rev.2-92) C.tDocurnents and Settings\Steve StewartiDesktoptCCCFPD Pleasant Hill RepairsU0219 Pleasant Hill Project-Division D.doc DIVISION D-2 Page 2 of 4 File: /C.1.1 12. W'APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter l of of the California Labor Code (beginning with Section 1720, and including Sections 1735, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code,especially in Sections 1775 & 1813, concerning prevailing wages and hours, shall apply to this agreement as though My stipulated herein. 13. UBCQl+tM !QT0R$ Public Contract Code Sections 4100-4114 are incorporated herein. 14. W�,A . (a) Pursuant to Labor Code Section 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem,and for holiday and overtime work,in the locality in which this work is to be performed,for each craft, classification,or type of worker needed to execute this contract,and said rates are as specified in the call for bids for this work or are on file with the Public Agency,and are hereby incorporated herein. (b) 'Phis schedule of wages is based on a working day of 8 hours unless otherwise specified;and the daily rate is the hourly rate multiplied by the number of hours constituting the working day. When less than that number of hours are worked,the daily wage rate is proportionately reduced, but the hourly rate remains as stated. {c) The Contractor,and all his subcontractors,must pay at least these rates to all persons on this work,including all travel,subsistence,and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at leash the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for the Contractor or any subcontractor to employ any person in a craft,classification or type of work(except executive,supervisory, administrative clerical or other non-manual workers as such) for which no mmi imurn wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon,which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR Eight hours of labor in one calendar day constitutes a legal days work,and no worker employed at any time on this work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections 1810.1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and 1777.6,forbidding discrimination. 17. FREE189NC FOR,MAILERIALS. The Public Agency desires to promote the industries and economy of Contra Costa County,and the Contractor therefore promises to use the products,workers,laborers and mechanics of this County in every case where the price,fitness and quality are equal. 18. ASSIGNMENT. The agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part,nor any monies due or to become due under it,without the prior written consent of the Public Agency and the Contractor's surety or sureties,unless they have waived notice of assignment. 19. NO WEER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected,or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract,or acceptance of the whole or any part of said work and/or materials,or payments therefor,or any combination of these acts,shall not relieve the Contractor of his obligation to fulfill this contract as prescribed;nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereo€. 20. MM HA ML; SS&INDEMNITY, (a)Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards,commissions, officers,agent and employees. (c)The liabilities protected against are any liability or claim for damage of any kind allegedly suffered,incurred or threatened because of actions defined below, including but not limited to personal injury, death, property damage, trespass, nuisance, inverse condemnation, patent infringement,or any combination of these,regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plans or accepted the improvements as completed,and including the defense of any suit(s)or action(s)at taw or equity concerning these. (d)The actions causingliability are an act or omission(negligent lir non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor),or any officer(s),agent(s)or employee(s)of one or more of them. (e)Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has prepared,supplied,or approved any plan(s),drawing(s),specification(s)or special provision(s)in connection with this work,has insurance or other indemnification coveting any of these matters,or that the alleged damage resulted partly from any negligent or willful misconduct of any indemrtitee. (CC-1;Rev.2-92) C:ltlocuments and Settings\Steve StewartiDesktoplCCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Project-Division D.doc DIVISION D - 3 Page 3 of 4 ......... ......__. .................. _.._.._............ ..................... _ ..................... _............. _ File: IC.1.1 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 5705,if applicable,by submitting to Public Agency a detailed plan showing the design of shoring;bracing, sloping,or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. 22. RECORD RETENTION AND AUDITING. Except for materials and records delivered to Public Agency,Contractor shall maintain and retain,for a period of at least five years after Contractor's receipt of the finalppayment under this contract,all records relating to this contractor to the work, including without limitation estimates, bids, shop drawings, submittals,subcontracts,personnel and payroll records,job reports and diaries, receipts,invoices,cancelled checks and financial records. Upon request by Public Agency,at no additional charge,Contractor shall promptly make such records available to Public Agency,or to authorized representatives of the state and federal govemments,at a convenient location within Contra Costa County designated by Public Agency,and without restriction or limitation on their use. 23. VENUE. Any litigation involving this contract or relating to the work shall be brought in Contra Costa County,and Contractor hereby waives ffij removal provisions of Code of Civil Procedure Section 394. 24. ENDORSEMENTS. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well- established and widely-accepted scientific basis for such claims or without the prior approval of the Boated of Supervisors. in its Countycontractor capacity,Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product,even if Contractor is not publicly endorsing a product,as long as the Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the foregain, Contractor my express its views on products to other contractors,the Board of Supervisors,County offers,or others who may be authorized by the Board of Supervisors or by law to receive such views. 25. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior, written agreement with the affected property owner(s), (CC-1;Rev.3-95) (Form approved by County Counsel) CADocuments and Settingsl.Steve StewartlDesktop\CCCFPD Pleasant Hill Repairs1030219 Pleasant Hill Project-Division D.doc DIVISION D-4 Page 4 of 4 PERFORMANCE BOND- PUBLIC WORK BondNo. Premium Any claim under this Bund should be Sent to the following address: KNOW ALL:MEN BY THE PRESENTS That we, As Principal, and , a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COI.TNTY, as Obligee, in the sum of Dollars($ ) lawful money of the United States of America, for the payment of which sum well and truly to be made,'we bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract dated . 20 , with the Obligee to do and perform the following work, to wit: as is more specifically set forth in the contract documents, reference to which is hereby made. NOW, THEREFORE, if the Principal'shall well and truly perform all the requirements of said contract documents rewired to be performed on its part, at the times and in the manner specified therein, then this obligation shall'be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said contract documents, shall not in any way release the Principal or the 'Surety thereunder, nor shall any extensions of time granted'under the provisions of said contract documents release either the Principal or the Surety, and notice of such alterations or extensions of time is hereby waived by the Surety. PROVIDED, that if any action is'commenced on this bond by the Obligee, in addition to the sum specified above,the Principal and the Surety, their heirs,executors, administrators, successors and assigns,jointly and severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses incurred by the Obligee in collecting monies due under the terms of this bond. SIGNED AND SEALED, this day of , 20 (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) DIVISION D—5 CADocuments and Settings\Steve Stewart\DesktopTCCFPDPleasant Hill Repairs1030219 Pleasant Hits Project-Division D Pages W,D-b.doc ................................................................. ............................................................. ................................ PAYMENT BOND — PUBLIC WORK [Civ. Code, §§ 3247 -32481 Bond No. Premium Any claim.under this Bond should be Sent to the following address: KNOW ALL MEN BY THE PRESENTS: That we, As Principal, and a corporation organized and existing under the laws of the State of and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY as Obligee, in the sum of Dollars(S lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION of the above obligation is such that, whereas the,Principal has entered into a contract dated 20 ., with the Obligee to do and perform the following work, to wit: as is more specifically set forth in the contract documents,reference to which is hereby made. NOW, THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section 3181 of the Civil Code, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, 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, 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 upon this bond, a reasonable attorney's fee,to be fixed by the court. This bond shall enure to the benefit of any of the persons named in Section 3181 of the Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. SIGNED AND SEALED,this_day of 20—. (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) DIVISION D- 6 CADocuments and Settings'Steve Stewart\Desktop\CCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Project-Division D Pages W,D-6.doe 71 ......................— .......... DIVISION E. Outreach program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater SECTION 1. OUTREACH PROGRAM A. +General' This project is subject to the policies and requirements established in the County's Outreach Program for the use of Minority Business Enterprises(MBEs), Women Business Enterprises (WBEs), Other Business Enterprises (MBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs). The County is committed to ensuring full and equitable participation by minority,women, and other sub-bid or subcontracting businesses in County- funded construction projects. The Outreach Program is set forth herein. Bidders should be fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever there is a need to subcontract>portions of the work. Failure to comply with the County's Outreach Program may render the bid non-responsive. B. MBE/WBE/OBE Participation The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid participation by MBEs,WBEs, OBEs, SBEs, and LBEs which is anticipated by the County to produce levels of participation as stated in the proposal form. C. Dermitious For purposes of this program,the following definitions shall apply: 1. "Minority or Women Business Enterprise(MBE or WBE)" means a business enterprise that meets both of the following criteria: a. A business entity that is at least 51 percent owned by one or more minority persons or women or, in the case of any business whose stock is held, at least 51 percent of the stock is owned by one or more minority persons or women; and b. A business whose management and daily business operations are controlled by one or more minority persons or women. 2. "Other Business Enterprise(OBE)"means any business which does not otherwise qualify as a Minority or Women Business Enterprise. 3. "Small Business Enterprise(SBE)" means a small business concern, as defined in Section 3 of the Small Business Act and implementing:regulations(Volume 13 of the Code of Federal Regulations,Chapter 1). 4. "Local Business Enterprise(LBE)" means a business that has its main office or principal place of business within the boundaries of Contra Costa County. CADocuments and Settings\,Steve stewartiDesktop\CCCFPD Pleasant Hill Repairs1030219 Pleasant Hill Project-Division E- Outreach Prograrn.doc DIVISION E 1 .............................................................. ............................................... ............................. DIVISION E. Outreach Prograni/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater 5. "Minority person" means African Americans; Hispanic Americans; Native Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific (including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and the Northern Marianas); and Asian Indians (including persons whose origins are from India,Pakistan, and Bangladesh). 6. "Subcontract" means an agreement between the prime contractor and an individual, firm, or corporation for the performance of a particular portion(s)of the work which the prime contractor has obligated itself. 7. "Subcontractor" means an individual, firin, or corporation having a direct contract with the contractor for thep erformance of a part of the work which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor, materials, or equipment. 8. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business. The firm must engage in, as its principal business, and its own name, the purchase and sale of the products in question. A vendor and/or supplier of bulk items such as steel, cement, stone, and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. 9. "Manufacturer" means a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the contractor. 10. "Truckef' means a firm that performs hauling or trucking work with trucks owned or Teased by that firm. 11. "Broker" means a firm that charges for providing a bona fide service such as professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel, facilities, equipment, insurance or bonds,> materials, or supplies required for the performance of the contract. The fee or commission is to be reasonable and not excessive as compared with fees customarily allowed for similar services. D. Certification and Participation of Minority and Women Business Enterprises I If recognition is to be given to MBE/ BE participation on this project, within three (3) working days after bid opening, an MBE/WBE must be: (a) certified by the involved County department or self-certified on an appropriate form satisfactory to the County; or (b) certified by any of the following agencies-State of California Department of Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit Coordinating Council, San Francisco Human Rights Commission, Los Angeles County Metropolitan Transportation Commission,or U.S. Small Business Administration. CADocurnents and Settings\steve Stewart\DesktoplCCCFPD Pleasant Hill Repairs1030219 Pleasant Hill Project-Division E- Outreach Program.doc DIVISION E - 2 DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$54,040 and Greater Applications for certification and/or directories of MBE/WBE certified firms are available at the following locations: a. Contra Costa County Affirmative Action Office,651 Pine Street, 14th Floor,Martinez,CA 94553 Telephone: (925)335-1045 Fax: (925)646-1353 Email: brive@cao.co.contra-costa.ca.us b. City of Oakland Office of Public Works, One City Hall Plaza, Oakland 'CA 94612 Telephone: (510)238-3974 Fax: (514) 234-2233 c. Los Angeles County Metropolitan Transvortation Commission Equal Opportunity Department, i Gateway Plaza,Los Angeles, CA 90012 Telephone: (213)922-2600 Fax: (213) 92.2-7660 d. Portof Oakland 530 Water Street, Oakland, CA 94607 Telephone: (510)627-1657 Fax: (514)451-1656 e. &e ional Transit Coordinating Council Includes the following agencies: AC Transit(Alameda Contra Costa Transit District) Telephone: (510)891-7176 Fax:(514) 891-4724 Email: sandyp@pacbell.net BART(Bay Area Rapid Transit District) Telephone': (514)464-6110 Fax: (510)464-7587 Email:jmacklbart.dst.ca.us County Connection(Central Contra Costa Transit Authority) Telephone: (925)676-1976 x247 Fax: (925)686-2630 Metropolitan Transportation Commission Telephone:'(514)464 -7777 Fax: (510)464-7848 Email: bcecchntc.ca.us C-Mocuments and Settings\Steve Stewart\DesktoplCCCFPD Pleasant Hill Repairs1030219 Pleasant Hill Project-Division E- Outreach Program do¢ DIVISION E 3 ................................. ............................. .................................... ...................................... atory Subcontracting Minimum/Affirmative Construction Action and DIVISION E. Outreach Program/Mand Opportunity for Use on County-Funded Equal Employment Contracts of$50,000 and Greater Saintrans(San Mateo County Transit District) Telephone: (650) 508-7939 Fax: (650) 508-7738 San Francisco Municipal Railway Telephone: (415)923-6139 Fax: (415)923-6180 Santa Clara Valley Transportation Authority Telephone: (408)952-4105 Fax: (408) 955-0892 Email: andy.flores@vta.org f San Francisco Human Ri 93hatRs ACommission 25 Van Ness Avenue, Suite 800, San Francisco,CA 94102-6033 Telephone: (415) 252-2500 Fax: (415)431-5764 Webpage: http://www.sfhumanrights.org/ not their registry) (Note: Firm must be listed on their certification list ansnortation Department of Tr 9. ,CA 95814 Division of Civil Rights, 1120 N Street,Room 2445, Sacramento Webpage: http:/mrww.dot.ca.gov/hq h. U.S. Small Business Administration San Francisco,CA 94105-2939 Regional Office, 71 Stevenson Street, 20th Floor, Telephone: (415) 744-6843 Webpage: http://www.sba.gov 2. This applies to recognition as an MBE/WBE. a. All listed MBE or WBE firms must be certified as defined under the preceding lowed toward the respective MBE or WBE paragraph before credit may be al participation level. rime contractor will be considered for credit in computing any b. Work performed by a p level of anticipated MBE/WBE participation established for this project. The prime contractor will be required to make a good faith effort to obtain certified MBEs/WBEs through subcontracting to reach anticipated Participation levels. c. A listed MBE or WBE firm must Perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry Out its responsibility by actually performing,managing, and supervising the work. Division E- teve Stewart\Desktop\CCCFPD Pleasant Hill Repairs\,030219 Pleasant Hill Project C:\Documents and Settings\S DIVISION E -4 outreach program.doc ................. .............. DIVISION E. Outreach program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,O00 and Greater d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be paid to the vendor for such materials/supplies in computing the levels of MBE/WBE participation, unless the vendor manufactures or substantially alters the materials/supplies. e. MBE/WBE credit shall not be given to a Joint Venture partner listed as a subcontractor by Joint Venture bidder. f. MBE/WBE credit for brokers required for performance of the contract is limited<to the reasonable fee or commission charged, as not considered excessive, as comparted with lees customarily allowed for similar services. E. Good l+with.Effort Documentation The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled businesses must be considered along with other business enterprises whenever possible as sources of supplies,construction, and outer services. The required affirmative steps for Good Faith Effort documentation are outlined below. It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, "BEs, and LBEs an equal opportunity to participate in the performance of all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified' business enterprises, including MBEs, WBEs, OBEs, SBEs,_ and LBEs have an equal opportunity to compete for and participate in County contracts. A bidder's good faith efforts to reach out to .MBEs, WBEs, OBEs, SBEs, and LBEs (subcontractors, suppliers, manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to meet anticipated MOE/WBB participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However, failure to include supporting documentation of a goad faith effort and failure to achieve a minimum of 75 out of 100 Goad with Effort evaluation points :may render the bid l ou responsive;and may result in its rejection. Adequacy of bidder's good faith effort will be determined after consideration of the indicators of good faith as set forth below. Indicator I 1 2 3 4 S 6 7 9 10 Total Points 0 1 t3 13 9 20 i(lI S 10 -L6LF 7 100 :Each indicator(2-10)is evaluated on a pass1fail basis, i.e., eitherfum or zero points can be achieved,for compliance with each item. C lDocuments and Settings\Stm atewart\Desktop\CCCFPD Pleasant Hilt Repairs\030219 Pleasant Hill Project-Division E- OutreachProgram.doc DIVISION E- 5 ................................................................... ............................................... atory Subcontracting Minimum/Affirmative Action and DIVISION E. outreach PrOgrarnfMand for Use on County-Funded Construction Equal Employment Opportunity Contracts of$50,000 and Greater VtF p ICIPATION M=BE/�W=1RIE,=PA=RTl= LEVEL OF ANTICIPATE bMBENo Pouts WBES, OBEs, has made a good faith effort to obtain sub-bid parttops The bidder asonable level Of could be expected by the County produce SBEs, and LBEs which the proposal forincluding the anticipated levels of MBE and particip WBF ation by interested business enterprises, forth form and to have the bidder meet the Mandatory participation set Subcontracting Minimum for the project. 10 Points 2 ATTENDED PRE-BID-BID MEETING The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the or the project for which the contract will be awarded. This requirement maybe requirements f -bid meeting that it was already waived only if the bidder certifies in writing prior to the pre informed as to those project requirements. Required Documentation: a)Attend pre-bid meeting and be'listed sted on the attenbance meeting either by fax to(925)313-7299 or y mail teeo Contra Submit a letter Prior to the Pre-bid Services Department, Architectural Division, 1220 Morello Avenue,Suite Costa County General 100,Martinez California 94553. 3 SUFFICIENT WvRK IDENTIFIED FORSUBCONTRACTORS listed and selected specific work items in the project to be performed The bidder has identified, opportunity for participation by MBEs, order to provide an by sub-bidders/subcontractors In WBES,OBEs, SBEs, and LBEs. Upon making this determination,the bidder subdivided the total contract work requirements into smaller portions or quantities to permit maximum active participation of MBEs, WBEs, OBEs, SBEs, and LBEs. f this must be demonstrated in'either Indicator 4 or 5. Required Documentation: Proof 0 9 Points 4 ADV -D w ,irvqvMF.NT an ten(10)calendar days prior to bid opening, the bidder advertised tome b-bidsrNot less th daily or weekly newspapers, association interested business enterprises in one or more ions, trade journals, or other media, specified by publications, minority or trade oriented publicat the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small Business Exchange. Required Documentation: A copy of the advertisement and a'proof of publication statemen t Or other verification which confirms the date the advertisement was published. and may not beect name, a plan Note: The advertisement must be specific to the project, not genenc, holder advertisement provided by the publication. It should include the County proj subcontracting, and a contact person's name and name of bidder, areas of work available for ec -Division E- c;\Docurnents and settings\Steve Stewart\Desktop\CCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Proi t DIVISION E- 6 outreach program.doc ............ ...................... DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater telephone number, information on the availability of plans and specifications and the bidder's policy concerning assistance to subcontractors in obtaining bands, lines of credit, and/or insurance. Consideration will be given to the wording of the advertisement to ensure that it did not exclude or seriously limit the number of potential respondents. 5 WRITTEN NOTICES TO SUBCONTRACTORS 10 Points The bidder has provided written notice of its interest in receiving sub-bids on the contract to those subcontractors, suppliers,manufacturers, and truckers, including MBEs, WBEs, OBEs, SBEs,and LBEs having an interest in participation in the selected work items. All notices of interest shall be provided not less than ten(10)calendar days prior to the date the bids are required to be submitted.> Required Documentation: A copy of each letter sent to available MBEs, WBEs, OBEs, SBEs and LBEs for each item of work to be performed. If there is only one master notification, then a copy of the letter along with a listing of all recipients will suffice. Faxed copies must include the fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of work to be subcontracted; County project name; name of then bidder, contact person's name, address, and telephone number, information on the availability of plans and specifications; and the bidder's policy concerning assistance with bonds, lines of credit,and insurance. .Note: This written notice can be used to satisfy Indicators 3, 7, and 10. CERTIFICATION AGENCIES (Bidders should contact the agencies listed in Paragraph D.1 above to obtain current copies of MBE/WBE directories for listings of certified MBE/WBE firms.) 6 FOLLOW-UP ON INITIAL SOLICITATION 10 Points The bidder has documented efforts to follow-up initial solicitations made in indicator #5 by contacting the MBEs, WBEs, CBEs, LBEs, and SBEs to determine with certainty whether said businesses were interested in performing specific portions of the project work, to answer any questions from them,to record any telephone quotes, and to confirm/record the business'interest in bidding on the project. Required Documentation: A copy of telephone logs. These logs must include the name of the company called, telephone number,contact person, who did the calling, time,slate,and the result of the conversation. Bidder must follow-up with all subcontractors to whore they sent letters. ? 1 PLANS SPECIFICATIONS AND RE UIREMENTS5 Points The bidder has provided interested sub-bid enterprises with information about the plans, specifications, and requirements for the selected sub-bid/subcontracting work. CADocuments and SettingslSteve Stewart\Desktop\CCCFPD Pleasant Hili Repair"30219 Pleasant Hili Project-Division E- Outreach Programdoc ' DIVISION E- 7 .............................................. ...... ..................................................... ..................................... ....................... ....................... Affiand DIVISION E. Outreach Prograrn/MandatOry Subcontracting Minimum/County- dp_drmative ConstructionAction Equal Employment Opportunity for Use on Fun Contracts of$50,000 and Greater Required Documentation: include in Indicator 4 or 5, information detailing how, where, and when the bidder will make the required infori-nation available to interested subcontractors. I !R I CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 points The bidder has requested assistance from organizations that provide assistance in the recruitment S, WBEs, OBEs, SBEs, and LBEs not less than fifteen (l S) calendar days and placement of MBE to the submission of bids. Any organizations which have been contacted must be listed in prior the required documentation. ion; A copy of each letter sent to outreach agencies requesting assistance Required Documentat ed copies must include the fax in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Fax ng the date and time of transmission.Matransmittal confirmation slip showiI receipts. Lettet contain areas of metered envelopes or certified mai include copies of the work to be subcontracted, County project name, name of the bidder, and contact persons name, address,and telephone number. 26 Points IyEGOTIATE'IN GOOD FAITH interested MBEs, WBEs, OBEs, SBEs, and LBEs faith with int The bidder has negotiated in good and did not unjustifiablybids or proposals prepared by any enterprise, as reject as unsatisfactory determined by the County. Required Documentation: a)Copies of all MBE/WBEIOBE/SBE/LBE bids or quotes received; and b) Summary sheet organized by work area, listing the bids received, the name of the company that submitted the bid, the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own forces, they must include a bid that shows their own costs for the work. 10 BUNT/,LILIES IF CREDIT,AND INSURANCE ASSISTANCE 7 Points Es, The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs, and LBEs in obtaining bonds, lines of credit, and insurance required by the County or contractor. Required Documentation: include in Indicator 4 or 5, information about the bidders's efforts to assist with bonds, lines of credit,and insurance. No later than three (3) working days following bid opening, the bidders shall submit completed good faith effort documentation to the County. In itsreview of the good faith effort documentation, the County may request additional information to validate and/or clarify that the good faith effort submission was adequate. Such information shall be submitted promptly upon request by the County. For MBE/WBE firms to be used on the project, the bidder shall submit, within three (3) working days after bid opening, a completed "Letter of Intent" form for each such firm(see sample form at end of Division E). Use of the form will verify the amount of work each CADocuments and Settings\Steve stewart\Desktop\CCCFPD Pleasant Hill Repairs\030219 pleasant Hill project-Division E- DIVISION E - 8 Outreach Prograrn.doc DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater MBE/WBE subcontractor, supplier, manufacturer, or trucker intends to perform. The form shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker identifying the item(s) of work to be performed and the actual dollar value to be received. F. Award of Contract The Board reserves the right to reject any and all bids. The award of a contract will be to the lowest responsive, responsible bidder whose proposal complies with all requirements prescribed herein. This includes compliance with the required Outreach Program. A positive and adequate,demonstration_to the satisfaction of the Board of Supervisors that a good faith effort to include 1MBEAVBE/OBE/SBE/LBE subcontractors" participation was made is a condition for eligibility for award of the contract. In the event that the Board considers awarding away from the apparent low bidder because of the bidder's failure to supply adequate good faith effort documentation, the County shall afford the bidder an opportunity to present further evidence prior to award of contract. The Beard specifically reserves the right, in its sale discretion, to waive any of the time requirementsset forth in this Division E and to waive any other irregularities relating to compliance with the County's Outreach Program. G. Subcankaetor Substi#ution In addition to the requirements set forth in the provisions pertaining to the listing of subcontractors the following shall apply for the purpose of this program: L Substitution During Construction: The contract award requires that the level of all subcontractor participation shall be maintained throughout the duration of the contract. a. The Contractor shall request advance approval for all substitutions of bid-listed subcontractors.. b:' The request shalt be in writing and submitted to the County. The request shalt give the reason for the substitution, the name of the subcontractor, supplier, trucker, or manufacturer, and the name of the replacement. 2. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that whenever the Contractor seeks to substitute a bid-listed MBE/WBE subcontractor, supplier, manufacturer, or trucker, the Contractor must make a good faith effort to replace the MBE/WBE with a firm of the same certification status(i.e.,MBE for MBE and WBE for WISE). a. The Contractor shall call at least two(2) certified.MBE or WBE sub-bid prospects from each trade for which sub-bid/subcontracting work is available and document the following for submittal: CADocuments and'Settinsateve Stewart\Desktop\CCCFPD Pleasant Dill Repair`s\030239 Pleasant Hill Project-Division E. Outreach Prograrn.doc DI"V"ISION E-9 .....................................................I............................ .......................................................................................................... ............................................................. ......... L--------------- ,,t,,,,y Subcontracting MinimurnlAffirmative on and DIVISION E. outreach Program/Mand Opportunity for Use on County-Fun Construction Equal Employment Contracts of$50,000 and Greater Name of the c0nil ,oanv called; contact person and telephone number; date and time of contact. item of work which was solicited, including dollar Response for each amounts. Reason for selection or rejection of sub-bid prospect. b. The Contractor shall submit all documentation of good faith e.efforts to the County ' c for review and approval by the County Administrators offi ation H. Sub-A regiment ation of a sub-agreement as to company name, contract Falsification or misrepresent lider/subcon amount, and/or actual work to be done by the sub sanctions set forth in provisions pertaining to sting of subcontractorstractor will result in rin.Forms I. Final Subcontracting Re ort Submittal) lerifle )n Of Performance Ms, Contractor Must submit the Final Subcontracting Report to the County Affirmative The ection of the contract (15) calendar days after the final insp Action Office within fifteen work by the County. Failure to comply may result in the assessment of liquidated damages of five hundred dollars ($500.00) per calendar day by the Board of in the amount Supervisors. EBE oUpon completion of work, the Contractor shall submit a completed "end of Division E) for each M /Wprime Performance" form (see sample form at supplier, manufacturer, or trucker used on the project or listed in contractor, subcontractor, s signed by the MBE/WBE identifying the item(s) of work the bid. The form shall be dollar amount received. Final payment for work done may be P and the actual do ance forms are received. The Prime withheld until all MBE/WBE Verification of Perform Contractor must explain in writing any total dollar amounts paid to MBE/WBE suppliers, manufacturers, or truckers that are less than the dollar amounts subcontractors, shown on the respective Letter of Intent. J. Review 0-1f_Records tor and its subcontractors and truckers sha I ro}recto ptly m e Upon request, the Contrac Administrator's office, certified payroll records and available, for review by the County copies of purchase orders,invoices, and/or contracts from suppliers and manufacturers, K Prompt Payment prompt payment to its subcontractors, truckers, suppliers, and The Contractor shall make manufacturers in accordance with their contracts and legal relationships. C:\Docurnents stewart\Desktop\CCCFPD Pleasant Hill Repairs\030219 Pleasant Hill DaNISIONi nE- nts and Settings\S E- 10 Outreach Prograrn.doc .............. .............. .................. DIVISION E. Outreach program/Mandatory Subcontracting Minirnum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater SECTION 2. MANDATORY SUBCONTRACTING MINIMUM A. Getter This project is subject to the policies and requirements established by the Board of Supervisors Outreach Program-Construction. The County.is committed to maximizing subcontracting opportunities in the provision of all goods and services to the County on a contractual basis. The Outreach Program is set forth herein. Bidders should be fully informed of this program. Failure to comply with the Mandatory Subcontracting Minimum requirements may render the bid non-responsive. B. Mandatory Subcontracting Minimum Participation Level To be eligible for award of this project, the Board of Supervisors requires the bidder to subcontract a minimum percentage of its bid, which is stated in the proposal form, to any qualified available contractor, and list all subcontractors, regardless of amount, that the bidder wishes to be credited toward achieving the required MSM. Failure to list the subcontractors and subcontracting amounts with the bid on the form provided in the proposal,<sufficient to meet or exceed the required MSM, may cause the bid to be rejected by the Board of Supervisors as non-responsive. C. Definitions For purposes of this program, the following definitions shall apply. 1. "Subcontractor" means an individual, firm or corporation having a direct contract with the contractor for the performance of a part of work which is proposed to be constructed or done under the contract or permit, including the furnishing of all labor, materials, or equipment. 2. "Subcontract" means an agreement between the prime contractor and an individual, firm or corporation for the performance of a particular portion(s) of the work which the prime contractor has obligated itself. 3. "Vendor and/or supplier" means a firm that owns, operates or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought,kept in stock, and regularly sold to the public in the usual course of business. The firm must engage in, as its principal business, and its own name, the purchase and sale of the products in question. A supplier of bulk items such as steel, cement, stone and petroleum products need not keep such products in stock, if it owns or operates distribution equipment. 4. "Manufacturer" means a firm that operates or maintains a factory or establishment that produces on the premises the materials or suppliers obtained by the contractor. C.1Docurnents and Settings\Steve Stervart\Desktop\CCCFPD Pleasant Hill RepairM30219 Pleasant Hill Project-Division E- ©utreach Program.doc DIVISION E- 11 Action and E. outreach progra Mandatory Subcontracting Minimum/AffirmativeConstruction' DIVISION Equal Employment Opportunity for Case onountY dun Contracts of$50,000 and Greater that; charges for providing �cesassistance a and service) ece y ch as 5. "Broker'" means a fin in the professional, technical, consultant or managenal s procurement of essential personnel, facilities, equipment, insurance or bonds, materials or supplies required for performance of the contract. The fee or commission is to be reasonable and not excessive as compared with fees customarily allowed for similar services. D. MSS 'Participation ReCO 2160n 1. Work performed by a prime contractor will not be considered for credit toward the MSM participation level. 2. MSM credit for materials and/or supplies is limited to 60 percent of the amount to be paid to the vendor for the materials/supplies. . MSM credit for a vendor who substantially alters 'materials/supplies and/or is a manufacturer will be 100 percent. 4. MSM credit for brokers required for performance of the contract is limited to the reasonable fee or commission charged, as not considered excessive, as compared with fees custornarily allowed for similar services. 5. MSM credit shall not be given to a Joint Venture partner listed as a subcontractor by a Joint Venture bidder. C:tDocuments and settingsiSteve stewart>DesktoptCCCI'PD Pleasant Hill itepair"30219 Pleasant Hill Project_Division E- DIVISION_E- 12 outreach Progratn.doc DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affimnative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater PROPOSAL All good faith effort documentation must be submitted with the hid or within three (3) working, days following the bid opening. Failure to submit the required good faith effort documentation within three (3) working days following the hid opening may render the bid non-responsive. The g2unt I anticipated levels of MBE'Participation: 14% WBE Participation: 66/0-- The %The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting Mininmu (MSM) 25% Requirement NOTE: Outreach Program information and/or assistance may be obtained through the County's,Affirmative Action Office at (925) 335-1045. CA Documents and SettingslSteve StewarttDesktopTleasant Hill Specifications\030219 Pleasant Hill Project-Division E- Outreach Programdoc DIVISION E- 13 .......... .................... .............................. DIVISION E.outreach ProgranvMandatory Subcontracting Minimum/Affirmative Action and Equal Employment opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater ION AND EQUAL EMPLOYMENT OPPORTUNITY SECTION 3. AFFIRMATIVE ACT The Contractor shall Pay special attention to Division F General Conditions, Section 36 Equal Employment opportunity and Labor Code Section 1735 and these special provisions. A. Employment Goals it shall be the goal of each contractor and 1. On projects of $1,000,000 or more subcontractor to ensure that the overall minority composition of all persons employed secifically for the purpose of completing this contract shall reflect the overof the labor all minority py 5.7%) and 6.9% composition of the labor force of Contra Costa Count12 d specifically for the purpose of completing this contract. force for women employe rrent employees used on this contract. This requirement does not apply to cu hlneac g2. The contractor shall make a maximumeffort to achieve this emploentage of totkh trade by each trade by ensuring that the perc d women are in proportion to the persons who are members of minority groups an overall minority composition of the Contra Costa County labor force population. 3. The goals shall apply to the contractor and all subcontractors regardless of how they are selected. B. Sneeific Affirmative Action Stens actor shall be found to be in noncompliance solely on account 1 No contractor or subcontractor Contractor and subcontractor shall be given the of its failure to meet its goals. Th- e cific Afirm ive the�e Spe ft opportunity to demonstrate that they have instittodrnake Steps and have made every "good faith effortthese steps workatoward Action the attainment of the above employment goals. The contractor shall inform its subcontractors of their respective obligations under the terms and requirements othese f special provisions. e specific 2. The Contractor's and subcontractors' Affirmative Action Program affirmative action steps to increase minority and women utilization.must includAnontractor y c who fails to meet the employment goals outlined in Paragraph A "Employment Goals" ompnce icer that a above, must demonstrate to the satisfaction of the Contract Coals. This of mut sbeOffat least as "good faith effort" was made to meet these g extensive and specific as the following: a) The Contractor shall notify the union (hiring hall) in writinshag tat thhe cit the employmunion't the Contractor ll soliens goal of this project is not being met, and assistance in meeting the specified goals. Sart\Desktop\CCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Project-Division E- CADocurnents and Settings\Steve tewDIVISION E - 14 Outreach prograrn.doc ........... ......... ............. DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater b) The Contractor shall make specific and continuing personal recruitment efforts, both written and oral, directed at minority, female and community organizations, schools with minority and female students, minority and female recruitment organizations, and minority and female training organizations within the greater San Francisco Bay Area. c) The Contractor shall notify the Contract Compliance Officer whenever the union or unions with whom the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or female in response to a request sent by the Contractor to the union or whenever the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet the specified employment goals. d) The Contractor shall actively participate as an individual or through an association in joint apprenticeship programs, and the Contractor shall, where reasonable, develop on-the-job training opportunities and programs which expressly include minorities and females. e) The Contractor shall solicit and sponsor members of minority groups and females for pre-apprenticeship training. f) The Contractor shall demonstrate an effort to cooperate with the unions with which the Contractor has agreements in the development of programs to assure qualified members or minority groups and females of equal opportunity in employment in the construction trades. g) The Contractor shall maintain a file of the names, addresses and telephone numbers of minority and female workers referred to said Contractor, what actions were taken with respect to each referred worker, and if the worker was not employed, the reasons why. For each such worker not employed by the Contractor, the Contractor's file shall document the reasons. h) The Contractor shall establish and maintain a current list of minority and female recruitment sources, and shall notify community organizations that the Contractor has employment opportunities available, and shall maintain the records of organizations'responses. The Contractor shall make a specific effort to encourage its current employees to recruit any qualified minority and female workers, i) The Contractor shall disseminate an Equal Employment Opportunity(EEO)policy within the Contractor's own organization by including it in any policy manual and collective bargaining agreement; by publicizing it in company newspapers and annual reports; by conducting staff and employee representative meetings to explain and discuss policy; by posting of the policy; and by specific review of the policy with minority and female employees. CADocuments and Settings%teve Stewart\Desktop\CCCFPD Pleasant Hill Repairs1030219 Pleasant Hill Project-Division E. Outreach Program doc DIVISION E - 15 DIVISION E.Outreach prograni/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater j) The Contractor shall disseminate an EEO policy externally by providing notice of the policy to the unions and training programs and requesting their cooperation in assisting the Contractor in meeting EEO obligations; by informing and discussing it with all recruitment sources; by advertising in the news media, specifically including minority and female news media; by notifying and discussing it with all subcontractors and suppliers. k) The Contractor shall ensure that all facilities and company activities are nonsegregated. If necessary,changing facilities shall be provided to assure privacy between the sexes. 1) The Contractor shall conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage such employees to seek or to prepare for, through appropriate training, etc., such opportunities. M) The Contractor shall review, at least annually,the company's EEO policy. Upon request by the Contract Compliance Officer, the Contractor shall provide copies of documentation that a"good faith effort" was made. C. Reporting Requirements The provisions in Division F General Conditions, Section 36 Equal Employment Opportunity and Labor Code Section 1735 are amended as follows: Each employee shall be identified as to minority or non-minority status and as to gender status on a form acceptable to the Contract Compliance Officer, Forms shall be submitted weekly to the Contract Compliance Officer. When payroll records are required,this information may be included on certified payroll records using California Department of Industrial Relations Public Works Payroll Reporting Form A-1-131. D. Enforcement The Contract Compliance Office will review Contractor's and subcontractor's "project" employment practices during the performance of the work. CADocurnents and Settings\Steve Stewart\Desktop\CCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Project-Division E- DIVISION E- 16 Outreach Prograrn.doc ........... ...... .................................. ...... DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,004 and Greater 1. Determination of Noncompliance: If the Contract Compliance Officer determines that there is an apparent violation of any substantial requirements of these "Affirmative Action and Equal Employment Opportunity" special provisions, Division F General Conditions, Section 36 Equal Employment Opportunity or Labor Code Section 1735 by the Contractor or one of its subcontractors, the Contract Compliance Officer will hold a meeting with the Contractor, and its subcontractor (if applicable), for the purpose of determining whether the Contractor is indeed out of compliance. If after the meeting the Contract Compliance Officer finds the Contractor out of compliance, the Contractor will be notified of its appeal rights to the County Administrator. In the event that the Contractor disagrees with the County Administrator's determination, the Contractor may appeal, in writing, to the Beard of Supervisors. If the Board of Supervisors concurs that there has been a violation, the Contract Compliance Officer will notify the Contractor in writing of the sanctions to be imposed. In addition, the Contra Costa County Board of Supervisors will deem a finding of willful violation of the California Fair Employment Act by the Fair Employment Practices Commission to be a violation by the Contractor of the nondiscrimination requirements of this project, and such violation shall be subject to the sanctions provided herein. The same shall apply to violations of the Equal Employment Opportunity Commission regulation and other state and federal compliance agencies. Any sanctions imposed by the County for such violations shall be in addition to any sanctions or penalties imposed by the regulatory agencies.or commissions. 2. Sanctions: A finding at the public hearing that there has been a violation of the Affirmative Action and Equal Employment Opportunity requirements of this project shall be cause for the Board of Supervisors to impose any or all of the following sanctions: a) Withhold an additional (10%) of all further contract progress payments until the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. b) Suspend the contract until such time as the Contractor provides evidence satisfactory to the Board of Supervisors that the condition of noncompliance has been corrected. All expenses, including liquidated damages shall be paid by the Contractor for any resultant delays. c) Cancel the contract and collect appropriate damages from the Contractor. d) Declaration that the Contractor is non-responsible and is ineligible to make bids on future County contracts until the Contractor can demonstrate to the satisfaction of the Board of Supervisors that the violation has been corrected. CADocurnents and SettingMteve Stewart\DesktoplCCCFPD Pleasant Hill Repairs\030219 Pleasant Hill Project-Division E- Outreach Program.doc DIVISION E- 17 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925)335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR 1 SUPPLIER l MANUFACTURER TRUCKER Name of Prime Contractor Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MISE WBE SBE LBE Subcontractor Subcontractor Subcontractor Subcontractor Supplier Supplier Supplier Supplier Manufacturer Manufacturer Manufacturer Manufacturer Trucker Trucker Trucker Trucker Other Other Other Other Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed): Total Amount Bid to Prime Contractor: S Signature Position Title Date Name of Person Completing this Form Company Name Phone Number Fax Number CADocuments and Settings\Steve Stewart\Desktop\Pleasant Hill Specifications\030219 Pleasant Hill Project-Division E-Outreach Program.doc DIVISION E- 18 ........... Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 fine Street,Martinez,CA 94553 (925}335-1045 Fax(925)646-1353 VERIFICATION OF PERFORMANCE SUBCONTRA.C'rOR/SUPPUERtMANUFAMRC ERITRUCKER/SUBCONSULTAIV'1' 1. Name of Prune Contractor 2. Name of Project 3. Project Number 4. The undersigned performed warp in connection with the above project as(check one): Sale proprietorship Corporation Limited Liability Partnership Joint Venture 5. Check the following which may apply. MBE WRE SBE LBE _ Subcontractor Subcontractor _,,,. Subcontractor — Subcontractor _ Supplier __ Supplier _ Supplier __-_ Supplier Manufacturer Manufacturer _,_, Manufacturer — Manufacturer Trucker — Trucker __._ Trucker _ Trucker Sub ConsulltantSub Consultant — Sulo Consultant - Sub Consultant Other Other _ Other — Other Describe Describe Describe Describe None of the Above Apply 6. The undersigned has performed the following described work in connection with the above project(specify in detail the particular work items or parts that were performed): 7. Total Bid to Prune Contractor or Consultant: $ 8. Total Amount Received: 9. Explain any difference between lines#7 and#8 by attaching a written explanation. 10. Signature Position/Title Date 11. Name of Person Completing this Form 12. Company Name Phone Number FAX Number CADocurnents and SettingstSteve Stewart\Desktop\Pleasant Hill Specifications\030219 Pleasant Bill Project-Division E-Outreach Program;doc DIVISION E - 19 Outreach Program - Good Faith Effort Documentation The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled businesses must be considered along with other business enterprises whenever possible as sources of supplies, construction, and other services. The required affirmative steps for Good Faith Effort documentation are outlined below. It is the policy of Contra Costa County to provide all MBEs,WBEs, (CBEs, SBEs, and LBEs an equalopportunity to participate in the performance of all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified business enterprises, including MBEs, WBEs, OBEs, SBEs, and LBEs have an equal opportunity to compete for and participate in County contracts. A bidder's good faith efforts to reach out to MBEs, WBEs, CBEs, SBEs, and LBEs (subcontractors, suppliers, manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to meet anticipated MBE/WBE participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However, failure to include supporting documentation of a good faith effort and failure to achieve a minimum of 75 out of 100 'Good'Faith'Effort evaluation points may render the bid non-responsive and may result in its rejection. Adequacy of bidder's good faith effort will be determined after consideration of the indicators of good faith as set forth below. IndicatorI 1 1 2 1 3 1 4 5i 7 8 9 10 Total Points 0 10 13 9 10_] ' 10 5 10 1 26 7 100 Each indicator(2-10)is evaluated on a passlfail basis, %e.,either,full or zero points can be achieved for compliance with each item. Possible Achieved 1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATI€}N No points No Points Z ATTENDED PRE-BID MEETING its Required Documentation: a)Attend pre-bid meeting and be listed on the attendance sheet,or b) Submit a letter prior to the pre-bid meeting either by fax to(925)313-7299 or by mail to Contra Costa County Fire Protection District, 2210 Geary Road,Pleasant Hill, California 94523. 3 Si1FFICIENT WORK IDENTIFIED FOR I3 Points SUB 'ONTRACTORS Required Documentation Proof of this must be demonstrated in either Indicator 4 or 5. .................................. ..................................................... ....................... Continued Good Faith Effort Documentation Possible Achieved [K�ADV�ERT�ISEM�ENT 9 Points Required Documentation: A copy of the advertisement and a proof of publication statement or other verification which confirms the date the advertisement was published. e specific to the project, not generic, and may not be a plan Note: The advertisement must b ty name, y the publication. It should include the Coun PrOject n 1 11 holder advertisement provided b ' and a contact persoWs name and name of bidder, areas of work available for subcontractssg,, cationsandthe bidder's information on the availability Of Planand sPec'fi telephone number, aining bonds, lines of credit, and/or Po concerning assistance to subcontractors in Obt e that it did insurance. Consideration will be given to the wording Of the advertisement to ensure not exclude or seriously limit the number of potential respondents. 5 WRITTEN NOTICES TO SUB 10 Paints of each letter sent to available MBEs, WBEs,OBEs, SBEs, Required Documentation: A copy be performed. If there is only one master notification,then a to and LBEs for each item of work will suffice. Faxed copies must include f the letter along with a listing of all recipients copy 0-- Mailed letters slip showing the date and time of transmission transmittal confirmation the fax s of the metered envelopes or certified mail receipts. Letters must contain: must include copies ed; County PTOJect name; name of the bidder; contact PersOWS areas of work to be, subcontract number; information on the availability of address, and telephonename, . s credit, and specifications; and the bidder's policy concerning assistance with bonds insurance. Note: This written notice can be used to satisfy indicators 3 7, and 10. 6 =FOLLOW-Up ON INITIAL SOL IvI=ATIMN 10 Points copy of telephone logs. These logs must include the name of the Required Documentation: A corn any called, telephone number, contact person, who did tsubcontractorshe calling, timto whom theye, date2 and sent the result of the conversation. Bidder must follow-up with all letters. :Ep:IL:�ANSI SPECIFICATIONS ouiREMENTS..._ Points N�PRE��l � 7 CA�T Required Documentation: Include in Indicator 4 or 5, information detailing how , wwhrsere, and when the bidder will make the required information available,to interested ntracto . ............ .... .............................. ..... ..................... Good Faith Effort Documentation LContinued) Possible Achieved 8 1 CONTACTED RECRUITMENT/PLACEMENT 10 Points ORGANIZATIONS Required Documentation: A copy of each letter sent to outreach agencies requesting assistance in recruiting MBEs, WBEs, OBEs, SBEs and LBEs. Faxed copies must include the fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified mail receipts. Letters must contain areas of work to be subcontracted, County project name, name of the bidder, and contact person's name, address, and telephone number. 9 NEGOTIATE IN GOOD FAITH TZC Points Required Documentation: a) Copiesof all MBE/WBEIOBE/SBEILBE bids or quotes received; and b) Summary sheet organized by work area, listing the bids received, the name of the company that submitted the bid, the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to perform a listed work area with its own forces, they must include a bid that shoves their own costs for the work. 16 l3ONI)t LINES OF CREDIT,AND INSURANCE 7 Points ASSISTANCE, Required Documentation: Include in Indicator 4 or 5, information about the bidder's efforts to assist with bonds, lines of credit, and insurance. No later than three {3} working days following bet' opening, the bidders shall submit completed good faith effort documentation to the Contra Costa County Fire Protection ,District. In its review of the good faith effort documentation, the County may request additional information to validate and/or clarify that the good faith effort submission was adequate. Such information shall be submitted promptly upon request by the County. For MBE/WBE firms to be used on the project, the bidder shall submit, within three (3) working clays after bid opening, a completed "Letter of Intent" form for each such firm (see sample form at end of Division E). Use of the form will verify the amount of work each MBE/ 'BE subcontractor, supplier, manufacturer,,or trucker intends to perform. The form shall be signed by the MBEIWBE subcontractor, supplier, manufacturer, or trucker identifying the item(s)of work to be performed and the actual dollar value to be received. ........................ ................................................................................................................ Timeline for Good Faith Effort Activity Documentation May 29,2003 Attend pre-bid meeting and be listed on the attendance sheet;or Submit a letter prior to the pre-bid meeting either by fax to(925) 313-7299 or by mail to Contra Costa County Fire Protection District,2010 Geary Road, Pleasant Hill, California 94523. Not less than fifteen(15) calendar days prior to the submission of bids. The bidder has requested assistance from organizations that provide assistance in the recruitment and placement of MBEs, WBEs, OBEs, SBEs, and LBEs Any organizations which have been contacted must be listed in the required documentation. Not less than ten (10)calendar days prior to bid opening The bidder advertised for sub-bids from interested business enterprises in one or more daily or weekly newspapers, trade association publications, minority or trade oriented publications, trade journals, or other media, specified by the County, such as the Daily Construction Service,the Daily Pacific Builder,or the Small Business Exchange. Not less than ten(10)calendar days prior to the date the bids arerequiredto be submitted. The bidder has provided written notice of its interest in receiving sub-bids on the contract to those subcontractors,suppliers,manufacturers,and truckers, including MBEs,WBEs,OBEs, SBEs,and LBEs having an interest in participation in the selected work items. All notices of interest shall be provided No later than three(3)working days following bid opening, The bidders shall submit completed good faith effort documentation to the District. In its review of the good faith effort documentation, the County may request additional information to validate and/or clarify that the good faith effort submission was adequate. Such information shall be submitted promptly upon request by the County. ........................................................... .......................................... DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions. Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents,they shall have the following meaning: Addendum - A document issued by the County during the bidding period which modifies, supersedes,or supplements''the original contract documents. Agreement- The written document of agreement,executed by the County and the Contractor. Architect'or Engincer Shallmean the architect, engineer individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Director of General Services,or his authorized representative. Bidder- Any individual, partnership, corporation, association,joint venture, or any combination thereof,' submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors Shall mean the duly elected or appointed officials who constitute such a Board,who will act for the County in all matters pertaining to the Contract. Change Order- Is any change in contract time or price and any change in contract documents not covered by subcontractors. Project Ingpec#or, Construction Supervisor, Inspector, or Clerk of the Works - Shall mean the authorised agent of the County at the site ofthe'work. Contract-"The contract'is comprised of the contract documents. Contract Documents - The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda,change orders,and supplementary agreements, Contractor - The individual, partnership, corporation, association, joint venture, or any combination thereof,who has entered into a contract with the County. Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. General Dates- The written instructions,provisions,conditions, or other requirements appearing on the drawings,and so identified thereon,which pertain to the performance of the work. Plans - The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules'thereon, or exact reproductions thereof, adopted'and approved by the County showing the location, character, dimension, and details of the work. Specifications -The instructions,provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. CADou ments and Settings\.Steve StewarMesktop\Pteasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-I ................................. .......... .......................... .......................... DIVISION F. GENERAL CONDITIONS (Continued) Subcontractor - An individual, partnership, corporation, association, joint venture, or any combination thereof, who contracts with the Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the County or its authorized agents and to execute and direct the work on behalf of the Contractor. Supplemental Instruction - An instruction given during the course of the work (See Section 16- B). Work - The famishing and installing of all labor, materials, articles, supplies, and equipment as specified,designated, or required by the contract. SECTION 2. Governing Laws and Regulations: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction period. Work shall meet the requirements of Contra Costa County Ordinance, Title 7. C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall comply fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expenditure in excess of$25,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer, employed by the awarding body to whom authority to accept has been delegated, in abance of excavation, of a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches.. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. CADocurnents and Settinp\Steve StewarADesktop\Pleasant Hill specificationsTleasant Hill Project-Division F-General Conditions-doc DIVISION F-2 ............. DIVISIONF. GENERAL CONDITIONS (Continued) "The terms 'public works' and 'awarding body', as used in this section shall have the same meaning as in Labor Code Section 1720 and. 1722 respectively." SECTION 3. Patents and Royglties A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use Wand operation of any of the equipment or specialties used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County on completion of the work,if required. SECTION 4. Contractor's Relponsibility for Work and Public Utilities. A. The Work. Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the work by the action of the elements or from any other cause except as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all such damages to any portion of the work occasioned by any of such causes before its acceptance. B. Public Utilities: I. The Contractor'shall send proper notices, make all necessary arrangements, and perform all other services required in the care and 'maintenance of all public utilities. The Contractor shall assume all responsibility concerning same,for which the County may be liable. 2. Enclosing or boxing in, for protection of any public utility equipment, shall be done by the Contractor, Upon completion of the work,the Contractor shall remove all enclosures, fill in all openings in masonry, grouting the same'watertight, and leave in a finished condition. 3. All connections to public utilities shall be made and maintained in such manner as not to interfere with the continuing use of same by the County during the entire progress of the work. SECTION 5. Bonds and Insurance: A. The Contractor to wham the work is awarded shall within the time specified in Division B, Instructions to Bidders, enter into a contract with the owner on the Contra Costa County - Standard Form for the work in accordance with the drawings and Specifications, and shall furnish and file at the same time payment and performance bonds as set forth in the advertisement for bids,on farms set forth in Division D of these'Specifications. CADocuments and Settings\Steve Stewart\DesictopTleasant Hitt SgeciftcationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-3 ............I....................I....................I...............I...........................I................................................... ....... ......-....... .......... DIVISION F. GENERAL CONDITIONS (Continued) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, adequate Workers' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workers' Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workers' Compensation statute, or in case there is no applicable Workers'Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including Broad Form Property Damage and Blanket Contractual Liability, with a minimum combined single-limit coverage of $1,000,000.00, and coverage for owned and non-owned automobiles, with a minimum combined single-limit coverage of$500,000.00 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property,including the loss of use thereof, arising out of each accident or occurrence. Contractor'shall furnish evidence of such coverage, naming Public Agency, its officers, and employees as additional insureds, and requiring 30 days'written notice of policy lapse or cancellation. D. Fire Insurance: The Public Agency will be responsible for Fire Insurance. E. Certificates of Insurance: Certificates of such Workers! Compensation, Public Liability, and Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be cancelled until at least thirty days prior written notice has been given to Contra Costa County. F. Performance Bond: One bond shall be in the amount of one hundred percent (100%) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one year from the date of acceptance of the work against faulty or improper materials or workmanship that may be discovered during that time. Said bond shall be issued on the form set forth in Division D of these Specifications. G. Payment Bond: One bond shall be in the amount of one hundred percent (100%) of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this contract and of all C-0ocurnents and Settings\Steve StewarMesktopTleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-4 ........................................ ............... DIVISION F. GENERAL CONDITIONS(Continued) amounts under the Unemployment Insurance Act. Said bond shall be issued on the form set forth in Division D of these Specifications. SECTION6. Subcontracting, A. The Contractor shall be responsible for all work performed under this contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the'fulfillment of this contract and shall keep the work under his control. When any subcontractor fails to prosecute a portion of the work;in a manner satisfactory to the Architect or Engineer, the Contractor shall remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. Although the specification sections of this contract may be arranged according to various trades, or general grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate disputes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public record of the awarding authority setting forth the'facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Public Contract Code. "Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors'State License Board. SECTION 7. Time of Work and Damages: A. The County will designate the starting day of the contract on which the contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obligates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal(Bid Form)for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 2 1 B. If the work is not completed within the time required, damage will be sustained by the County. It is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay, and it is therefore agreed that the Contractor will pay to the County the sun of money stipulated per day in the Specifications for .each and every day's delay in finishing, the work beyond the time prescribed. If the Contractor fails to pay such liquidated damages the'County may deduct the amount thereof from any money due or that may became due the contractor under the contract. C. 'The work shall be regarded as completed upon the date the County has accepted the same in writing. C:\Docvments and SettingstSteve StewarMesktopTleasant Hill SpecifscationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-5 ........................................................I............................I...... ............................................ DIVISION F. GENERAL CONDITIONS (Continued) D. Written requests for contract time extensions, along with adequate justification, shall be submitted to the County not later than 10 calendar days following the delay. E. Any money due, or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. F. Should the County, for any cause, authorize a suspension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non- completion of the work after the adjusted time as required above. SECTION 8. Prowess Schedule: Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major subdivision of the work, and the contemplated dates of completion of such subdivision. The Contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally, a new schedule will be requested when schedule is more than thirty (30) days in error). SECTION 9. Temporary Utilities and Facilities: A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon completion of the work shall remove all temporary piping. B. The Contractor, at his>own cost, shall furnish and install all meters, all electric light and power equipment and wiring, all gas meters, gas equipment and piping that is necessary to perform his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, wire for, install and maintain temporary electric light wherever it is necessary to provide illumination for the proper perfdrmance and/or inspection of the work. The lighting shall provide sufficient illumination- and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being performed. This temporary lighting equipment may be moved about but shall be maintained throughout the work, available for the use of the Engineer, Project Inspector, or any other authorized representative of the County whenever required for inspection. D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the workers. These facilities shall be of an approved type conforming to the requirements of the County Health Department, and shall be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered arid/or upon completion of work. E. The County will pay directly to the utility companies connections fees, annexation fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associated with the temporary services are required they will be paid by the Contractor. CADocurnents and Settings\Steve Stewart\Desktop\Pleasunt Hill Specifications\Pleasant Hill Project-Division F-General Conditions.doe DIVISION F-6 ........... DIVISION F. GENERAL CONDITIONS (Continued) - County will not VU for water, gas, telephone and electricity consumed on the project until after the County makes written request to the utility companies that billings be sent to the County. (Normally, the County will make these requestsafter the project is accepted as complete.) F. See Supplementary General Conditions for Variations to the above requirements. SECTION 10. Permits The Contractor shall snake application for all permits that are required for the performance of his work by all laws,''ordinances, rules,'regulations, or orders, of any body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not required to pay any charges associated with permits except for reinspection charges or for encroachment permits for work performed in public right of ways. SECTION 11. Conduct of Work: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, .materials of proper quality, and egmprnent to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor'shalt personally superintend the work arid- shall maintain a competent superintendent or foreman at all times until the job is accepted by the County. This superintendent shall be empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction. He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels,and construction. F. Where' work of one trade joins, or is on other work, there shall be no discrepancy or incomplete portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be permitted. Should improper work of any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. G. The Contractors shall anticipate the 'relations of the various trades to progress of the work and shall see that required anchorage or 'blocking is 'furnished and set'at proper times. Anchorage and blacking for each trade shall be a part of same, except where stated otherwise. H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. I. Watchmen, at Contractor's option, shall be 'maintained during the progress of the work as required, at the expense of the Contractor. CADocurrients;and Settings\Steve StewarADesktopTleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-7 DIVISION F. GENERAL CONDITIONS (Continued) J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a disorderly or improper manner, he shall be discharged immediately on the written request of the Engineer/Architect, and such person shall not again be employed on the work. K. Once having started the work, the Contractor shall proceed with dispatch and without interruption until the project is completed. L. Precautions shall be exercised at all times for the protection of persons(including employees) and property. The safety provisions of applicable laws,building and construction codes shall be observed. Machinery, equipment, and all hazards shall be guarded or eliminated in accord with recommended safety provisions established by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall protect hazards with adequately constructed guard rails and/or barricades and shall provide lanterns, warning lights, and the like, as necessary. The Contractor shall eliminate attractive nuisances from the work and from the site. To this end he shall so dispose, store, guard, and protect the premises and all work, materials, equipment and hath permanent and temporary construction as to preclude the unauthorized use thereof by children or others and particularly to eliminate passible consequent injury to unauthorized persons. M. Activities which are inherently loud and which might disturb neighbors (such as use of helicopters to hoist materials and equipment; use of earth moving equipment; use of pile driving equipment)shall not begin before 8:00 a.m. and shall not continue past 6:00 p.m. N. In no case shall the County or Construction Manager be responsible for construction means, methods, techniques, sequences or procedures or for safety precautions and programs in connection with the other work nor shall the County or Construction Manager be responsible for Contractor's failure to employ proper safety procedures. SECTION 12. Responsibility_For Site Conditions: The following shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in Section 3, in the Instructions to Bidders: A. If, during the course of the work, the Contractor encounters active utility installations which are not shown or,indicated in the plans or in the specifications, or which are found in a location substantially different from that shown, and such utilities are not reasonably apparent from visual examination, then he shall promptly notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to make such adjustment, rearrangement, repair, removal, alteration, or special handling of such utility, including repair of the damaged utility. For the purposes of the foregoing, "active" shall mean other than abandoned, and "utility installations" shall include the following: Steam, petroleum products, air, chemical, water, sewer, storm water, gas, electric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accordance with Section 21,relating tochanges in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts without instructions from the County, then he shall be liable for any or all damage to such utilities or tither work CADocurnents and Settings\Steve Stewart\Desktop\Pleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-8 DIVISION F. GENERAL CONDITIONS (Continued) of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his awn cast. B. If the contract requires excavation or other work to a stated limit of excavation beneath the surface, and if during the course of the work the County orders a change of depth or dimensions of such subsurface work due to discovery of unsuitable bearing material or for any other cause, then adjustment to contract price for such change will be made in accordance with Section 21. Except for the items of cost specified therein, the Contractor shall receive no compensation for any other cost,damage,or delay to him due to the presence of such unsuitable bearing material or ether obstruction. SECTION 13. Inspection: A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof and the shops where work is in preparation. This obligation shall include maintaining proper facilities and safe access for such: inspection.. 'there the contract requires work to be tested, it shall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notifying the County where and when such work is in readiness for inspection and testing. ,Should, any such work be covered without such test and approval, it shall be uncovered at the Contractor'sexpense. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County, of such intention at least two working, days prior to performing such work,,or such other period as may be specified, so that the County may make necessary arrangements. C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work and materials not meeting such requirements shall be ,made good and; unsuitable work or materials may be rejected, notwithstanding that such work or materials have been previously inspected or that payment has been made. D. Construction review of the Contractor's performance by the County is not intended to include the review of the adequacy of the contractor's safety measures, in, on, or near the construction site. SECTION 14. Resection.of Materials: A. The Contractor shall promptly remove from the premises all materials condemned by the County as failing to conform to the Contract, whether incorporated in the work or not, and the Contractor shall promptly replace and reexecute his oven work in accordance with the Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such<condemned work and materials within reasonable time,,'fixed'by writtennotice,the County may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expenses of such removal within ten (la) days thereafter, the County may upon ten (1'0) days written notice, sell such materials at auction or at private sale and shallaccount for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. CADocunvnts and Settinp\Steve Stcwart\Desktop\Plvasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-J ............. 11-........................... .......................................................... ..... DIVISION F. GENERAL CONDITIONS(Continued) SECTION 15. Interpretation of Contract Requirements: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any requirement occurring in any one of the documents is as binding as though occurring in all. B. Conflicts in the Contract Documents: In case of discrepancies or conflicts in information or requirements within the drawings, within the specifications, or between the drawings and the specifications, the most expensive requirement shown or specified shall be the basis of the contract. C. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts, materials, or equipment, but there exists an accepted trade standard for good construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. 1. "Minor detail" shall include the concept of substantially identical components, where the price of each such component is small even though the aggregate cost or importance is substantial, and shall include a single component which is incidental, even though its cost or importance may be substantial. 2. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type, composition', strength, size, and profile of the parts or materials otherwise set forth in the contract documents. SECTION 16. Clarifications and Additional Instruction: A. Notification by Contractor: Should the Contractor discover any conflicts, Omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents,or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing through the Construction Supervisor, and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage,defect or added cost. B. Supplemental Instructions: During the course of the work the Construction Manager may issue Supplemental Instructions regarding the work. These Supplemental Instructions will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Supplemental Instruction involves no change in contract time or price. Performance, partially or in full, of a Supplemental Instruction shall constitute a waiver of claim for a change in contract time or price for the work covered by the Supplemental Instruction,unless a Change Order has been issued. C. Change Orders: See Section 21. CADocurnents and Settings\Steve StewarMesktopTleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-10 . . . . ... .. DIVISION F. GENERAL,CONDITIONS (Continued) SECTION 17. Product and Reference Standards: A. Product Designation: When descriptive catalogue designations, including manufacturer's - name" product brand name, or model number are referred to in the contract documents, such designations shallbe considered as beim these found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first'invitation to bid shall be considered as part of this contract. SECTION 18. Substitutions,Materials.Articles, and Equix�rnent: A. Within fifteen 15 dA s after the si 'ng of the Contract the Contractor shall submit for royal to theCount a co fete list of all materials it_is ro osed to use under this cop i4ct, which differ in any respect from materials specified. This list shall include all - materials which are proposed by the Subcontractors as well as by himself for use in work of his Contract and which are not specifically mentioned in the Specifications. B. Substitutions: Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard., If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he 'shall make application,to the County in writing for any proposed substitutions. Failure to propose the substitution of any article within thirty-five(35)days after the signing of the Contract may be deemed sufficient cause for the denial of request for substitution. Such proposed substitution shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof: Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval, and use by other public agencies, material costs, and instaation costs and maintenance provisions and experience or other data:as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. 1. No such proposal will be considered'unless accompanied by.complete information and descriptive data necessary to determine the equality of the offered materials, articles, or equipment. Samples shall'be provided when requested by the County. 2. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equipment shall be upon the Contractor. The County shall be the sole judge as to such matters. In the event that the County rejects the use of such substitute materials, articles, or equipment, then one of the particular products designated bybrand>name shall he furnished. C. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, CADocutnents and Set ingsiSteve StewarMesktopTleasant Hill SpecificationsTleasant Hill Project-]XVision I~-General Conditions.doc DIVISION F-11 ............................................... ...................................... ................ ...................... DIVISION F. GENERAL CONDITIONS (Continued) preference shall be given to products made in California, in accordance with Section 4380 et. seq., of the government Code, State of California. D. Mechanical equipment, fixtures and materials shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items damaged during delivery shall be rejected. E. All materials shall be delivered so as to insure a speedy and uninterrupted progress of the work. Same shall be stored so as to cause no obstruction,and so as to prevent overloading of any portion of the structure, and the Contractor shall be entirely responsible for damage or loss by weather or other cause. F. Installation. Unless otherwise noted, all manufactured materials, products, processes, equipment or the like shall be installed in accordance with manufacturer's printed instructions or specifications. SECTION 19. Shop Drawings, Descriptive Data, Samples: A. The Contractor shall submit promptly to the County, so as to cause no delay in the work, all shop drawings, descriptive data and samples for the various trades as required by the specifications, and offers of alternatives, if any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades involved before they are submitted to the County for examination. B. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or nine (9) copies if no schedule is included in these documents. The drawings shall show completely the work to be done; any error or omission shall be made good by the Contractor at his own expense, even though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication,details and inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the number of copies as required in submittal schedule, or nine (9)copies if no schedule is included in these documents. The County will I examine such submittals, noting thereon corrections, and return three copies with A letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles, materials or equipment as required by the specifications. The work shall be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at Contractor's expense. E. The County will examine submittals, with reasonable promptness. Return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and substitutions from the contract plans and specifications, nor shall it relieve him from responsibility for errors in the submittals. A failure by the Contractor to identify,in his letter of transmittal, material deviations from the plans and specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County,the Contractor shall resubmit such shop drawings, descriptive data, and samples as may be required. CADocurnents and Setfings\Steve Stewart\Desktop\Pleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doe DIVISION F-12 DIVISION F. GENERAL CONDITIONS (Continued) F. if any mechanical, electrical, structural, or other changes are required for the proper installation, support or fit of substitute materials, articles, or equipment, or because of deviations from the contract plans and specifications, such changes shall not be made without the consent of the County and shall be made without additional.cost to the County. SECTION 20. Samples and Tests: The County reserves the right, at its own expense, to order tests of any part of the work. If, as a result of any such test, the work is found unacceptable, it will be rejected and any additional test required by the County shall be at Contractor's expense. Unless otherwise directed, all samples for testing will be taken by>the County from the materials, articles or equipment delivered, or from work performed, and tests will be under the supervision of, or directed by, and at such places as may be convenient to the County. Materials, articles, and equipment requiring tests shall be delivered in ample time before intended use to allow for testing, and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, including testing, shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination is concluded,unless otherwise directed by the County. SECTION 2l. Change Orders: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the plans and specifications will be made without authority in writing from the County. Changed work shall be performed in accordance with the original requirements of the Contract Documents and previous fully executed Change Orders. A Change Order may adjust the contract price either upward or downward in accordance with one, or a combination,of the following bases, as the County may elect: A. On a lump sum basis as supported by breakdown of estimated costs. B. On a unit price basis. C. On a cost-plus basis in accordance with the following conditions: 1. Mark-Ws: a) For work performed by the General Contractor an amount equal to the direct cost (as defined herein)of the work plus 15% of the direct costs for overhead and profit. b) For work performed by a sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 20% of the direct costs for overhead and profit. (Suggested breakdown: 15%to the sub-contractor, 5%to General Contractor.) c) For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 25% of the direct costs for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to General Contractor.) d) In no case will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiers actually existing. CADacurwnts and SettingsSteve Stewart\Desktop\P1mant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-13 .......................... DIVISION F. GENERAL CONDITIONS (Continued) e) For deleted work the mark-up shall be 10% of the direct costs or the agreed upon estimate thereof. 2. Direct Costs: a) Labor: The costs for labor shall include any employer payments to or on behalf of the workers for health and welfare, pension, vacation and similar purposes. Labor rates will not be recognized when in excess of those prevailing in the locality and time the work is being performed. b) Materials- The actual cost to the Contractor for the materials directly required for the performance of the changed work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. If the materials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. If, in the opinion of the County,the cost of materials is excessive, or if the Contractor fails to fin-nish satisfactory evidence of the cost to him from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to fivnish such materials as it deems advisable, and the Contractor shall have no claims for costs or profits on material ftu-nished by the County. c) FAMinment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In'coinputing the hourly rental of equipment, any time less than 30 minutes shall be considered one half hour. No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project in any other way than upon the changed work. Individual pieces of equipment having a replacement value cif$1.000 or less shall be considered to be tools or small eqyjimens, and no payment will be made therefor. For equipment owned,furnished,or rented by the Contractor,no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for CADocurnents and Settings\Steve StewarMesktopTleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-14 DIVISIONF. GENERAL CONDIT34NS(Continued) equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. 3. Allowable Time Extensions: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire workk is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers`S should be allowed for making the requested change. 4. R,ecords and Supportive Information: a) The Contractor shall maintain his records in such a manner as; to provide a clear distinction between the direct casts of extra work paid'for on a cost-plus basis and the casts of other operations. b) Contractor shall maintain daily records showing man hours and material quantities required for cost plus work. The Contractor shall use a form approved or provided by the County. The farms will be filled out in duplicate and the County's Inspector will review and a ch his-oproymg si afore to the form on a daythe work is performed. c) Rental and material charges shall be substantiated by valid copies of vendor's invoices. d) The Contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. 5. Failure to Agree as to Cost: Notwithstanding the failure of the County and the Contractor to agree as to cost:of the proposed change order, the Contractor,upon written order from the County,shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph 4 above and, when agreed to by the Contractor and the construction inspector, it shall become the basis for payment of the changed.work. Agreement and execution of the daily ,job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. SECTION 2 . Labor Every part of the work shall be accomplished by workers, laborers, or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTION 23. Occupaltcv by the County Prior to Acceptance: The County reserves the right`to occupy all or any part of the project prior to completion of the> work, upon written order therefor. In such event, the Contractor will be relieved of responsibility for any injury or damage to such pan as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting defective work or materials found CAI) cunvnts and Sotings\Steve Stewart\DesktopTleasant Hifi SpecificationsTleasant Hill Project-Division F-General Conditions.doe DIVISION F-15 DIVISION F. GENERAL CONDITIONS (Continued) at any time before the acceptance of the work as set forth in Section 26 or during the guaranty period after such acceptance, as set forth in Section 28. SECTION 24. Preservation and Cleaninu: A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, window and door coverings, boxings or other construction as required by the County. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed during construction, rubbish shall be removed, and at completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. C. Contractor shall clean, repair, replace and restore County property marred, damaged or defaced by the contractor or his Subcontractors. SECTION 25. PgMent of Federal or State Taxes: Any Federal, State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Contract and which are exempt from Federal Excise Tax, SECTION 26. Acceptance: A. The work shall be accepted in writing only when it shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include, but is not limited to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings -all as required by the contract documents. SECTION 27. Final Payment and Waiver to Claims: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full (i.e. release of retention) in accordance with the contrast. The farm, "Statement to Accompany Final Payment," shall be : completed, signed by the Contractor, and submitted to the County with the invoice for release of retention. SECTION 28. Guarantee Period A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of all contract documents, and further guarantees the work of the contract CADocusnents and SettingslSteve Stewart\Desktop\Pleasant Hill SpecificationsTleasant Hill Project-Division F-General Conditiots.doc DIVISION F-16 DIVISION F. GENERAL CONDITIONS (Continued) - to be and retrain free of defects in workmanship and materials for a period of one year from the date of acceptance of the contract, unless a logger guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced in so doing, that may prove to be not acceptable in its workmanship or material within the guarantee period specified, without any expense whatsoever to the County,ordinary wear and tear and unusual abuse or neglect excepted. B. The Contractor Further 'agrees that within ten (10) calendar days after being notified in writing by the County of any work not in accordance with,the requirements of the contract or any defects in the work, he will commence and prosecute with due diligence all work - necessary to'fulfill''the terms of this guarantee, and to complete the work within a reasonable period of time, and in the event he fails to so comply,he does hereby authorize the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon demand. The County shall be entitled to all costs, including reasonable attorney's fees, necessarily incurred upon the Contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an inunediate hazard to the health'or safety of the County's employees, property, or licensees, the County ,may undertake, at the Contractor's expense without prior notice, all work necessary to correct such hazardous conditions when it was caused by work of the Contractor - not being in accordance with the requirements of this contract. C. The General'Contractor'and each of the listed suit-contractors shall execute and furnish the County with the standard'guarantee form. D. Contractor's obligations under this Section 28 are in addition to and not in limitation of any other obligation of Contractor under the Contract Documents. Enforcement of Contractor's express warranties and guarantees to repair contained in the Contract Documents shall be in addition to and not in limitation of any other rights or remedies the Public Agency may;have under the Contract'Documents'or at law or in equity for defective work. Nothing contained in this Section 28 shall be construed to establish a period of limitation with respect to other obligations of Contractor under the Contract Documents. Establishment of the Guarantee Period'relates only to specific obligations of Contractor.to correct the Work and in no way limits either 'Contractor's liability for defective work or the time within which proceedings may be commenced to enforce Contractor's obligations under the Contract Documents. SECTION 29. Wage Rates: Pursuant to Labor Code Section 1773.2 the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem for each craft, classification, or type of worker'and said rates are specified in the Notice to Contractors for this work. Said rates are on file with the Public Agency and copies of said rates are available to any interested party on request. Pursuant to Labor Code Section 1773.2, said rates shall be posted at the job site. SECTION 30. Underground Service Alert: The Contractor shall notify Underground Service Alert (800) 642-2444, 48 hours prior to any excavation. SECTION 31. Archaeological Materials:' If archaeological materials are uncovered during grading, trenching, or other onsite excavation, earthwork within 100 feet of these materials shall be stopped until a professional archaeologist who CADocuments and SettingslSteve Stewart\Desktoptl'leasant Hill SpecifcationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-17 ................... DIVISION F. GENERAL CONDITIONS (Continued) is certified by the Society of California Archaeology, (SCA) and/or the Society of Professional Archaeology(SOPA) has had an opportunity to evaluate the significance of the "find" and suggest appropriate mitigation measures,if they are deemed necessary. SECTION 32. Payment of Withheld Funds: Upon the Contractor's request, the County will make payment of funds withheld to ensure performance under this Contract if the Contractor complies with the requirements of Public Contract Code Section 22300. Contractor shall deposit in escrow with the Treasurer-Tax Collector or with a bank acceptable to the County, securities eligible for the investment of funds under Government Code Section 16430 or bank or savings and loan certificates of deposit, upon the following conditions: A. The Contractor shall bear the expense of the County and the escrow agent, either the County Treasurer-Tax Collector or the bank,in connection with the escrow deposit made. B. Securities or certificates of deposit to be placed in escrow shall be of a value at least equivalent to the amounts withheld from the Contractor pursuant to this section. Securities shall be valued by the County Treasurer-Tax Collector,whose decision shall be final. C. The Contractor shall enter into an escrow agreement substantially similar to the form set forth in Section 22300 of the Public Contract Code, except the form will include provisions governing inter glia any decrease in the value of securities on deposit. The form will be furnished by the County, on written request by the Contractor. D. The Contractor shall obtain the written consent of the surety to such agreement. E. If the securities are not listed as eligible under Government Code Section 16430, Contractor shall have obtained approval of the securities by the County Treasurer-Tax Collector before bid opening." SECTION 33. Disputes: Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this contract shall be subject to final determination in writing by the Architectural Services Manager, County General Services Department, or in accordance with the applicable procedures(if any)required by the State or Federal Government. SECTION 34. Claims by Contractor: Pursuant to Public Contract Code Section 20104(a),all claims by Contractor of$375,000 or less are subject to Article 1.5 (commencing with Section 20104) of Chapter I of Part 3 of the Public Contract Code,which is incorporated into the contract and which provides as follows: ARTICLE 1.5 Resolution of Construction Claims §20104. (a) (1) This article applies to all public works claims of three hundred seventy-five thousand dollars($375,000)or less which arise between a contractor and a local agency. CADocurnents and Settings\Sttve Stewart\Desktop\Pleasant Hill SpecificationsTleasant Hill Project-Division F-General Canditions.doc DIVISION F-18 .......... ............- DIVISION F. G� CQNDULQNS(Continued) (2)This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240)of Chapter 1 of Part 2. (b)(1) "Public 'work" has the same meaning as in Sections 3100 and 3106 of the Civil Cade, except that"public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for(A)a_time extension, (B)payment of money or damages arising from work done by or on behalf of, the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to,or(C)an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d)This article,applies only to contracts entered into on or after January 1, 1991. §20104.2. For any claim subject to this article,the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 clays of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision,upon mutual agreement of the local agency and the claimant. (3)The local agency's written response to the claim, as fiu-ther documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1)For claims of over fifty thousand.dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claire or relating to defenses to the claim the local agency may have against the claimant. (2) If additional;information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the'claimant. (3)The local agency's written response to the claim, as fin-ther documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation,whichever is greater. CADocutnents and SettingslSteve StewaA\Dosktop\Ples=t Hill SpecificationslT}leasant Hill Project-Division F-General Gonditions.doc DIVISION F-19 DIVISION F. GENERAL CONDITIONS (Continued) (d) If the claimant disputes the local agency's written response, or the local agency fails to respond withinthe time prescribed,the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's'response or within 15 Mays of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e)Following the meet and confer conference, if the claim or any portion remains in dispute,the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division'3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled'from'the time the claimant submits his or her written claire pursuant to subdivision (a) until the time that claim is denied as a result of the meet andd confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods .for filing tart claims or actions specified by Chapter 1 (commencing with Section'900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title I of the Government Code. §20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator; shall be commenced within 30 days of the submittal, and. _. shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1)If the matter remains in dispute,the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.14) of Title 3 of Part 3 of the Code of Civil Procedure,notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section'2016)of Chapter 3 of Title 3 of Fart 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any ether provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law,and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable'hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good'cause,determines a different division. In no event shall these fees or,expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall,in addition to payment of costs and fees under that chapter,pay the attorney's fees of the other party arising out of the trial de novo. (c)The court may,upon request by any party,order any witnesses to participate in the mediation or arbitration process. CADocunvnts and Settinp\Steve StewarMesktopTleasant Hill SpeeifcationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-20 DIVISION F. GENERAL CONDITIONS (Continued) §20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 35. Toxic and Hazardous Materials and haste A. Asbestos: Operations which may cause release of asbestos fibers into the atmosphere shall meet the requirements of CAC Title 8, General Industrial Safety Orders, Section 5208. Some operations which may cause such concentrations include sanding, grinding, abrasive blasting, sawing, drilling, shoveling, or otherwise handling materials containing asbestos so that dust will be raised. Such materials can include resilient flooring, existing gypsum wallboard, asbestos-cement board, spray-cin fiber-proofing for steel, cement plaster, asbestos pipe insulation and acoustical sprays, tiles and boards. B. Toxic Materials: Operations which release toxic materials into the atmosphere shall meet the requirements of CACTitle 8, General Industrial Safety Orders. Some operations which may release such materials include use of adhesives,sealants,paint and other coatings. C. Lead based paint: Do not use lead based paint. Lead based paint is defined as: 1. Any paint containing more than five-tenths of one per centum lead by weight (calculated as lead metal in the total non-volatile content of the paint) or the equivalent measure of lead in the dried film of paint applied or bath; or 2. For paint manufactured after June 22, 1977, any paint containing more than six one- hundredths of one per centum lead by weight (calculated as lead metal) in the total content of the paint or the equivalent measure of lead in the dried filen or paint already applied. D. Hauling and disposal: Meet requirements of CAC Title 22, Division 4, Chapter 30, "Minimum Standards for Management of hazardous and Extremely Hazardous Wastes." E. Asbestus Prohibited; No products or materials containing asbestos shall be incorporated into the work without the prior written approval of the County. SECTION 36. Equal Employment Onnortunity: To the extent prohibited by law, the contractor agrees not to discriminate against any employee, subcontractor or applicant for employment on the basis of race, color, religion, religious creed, national origin, ancestry, sex, age, physical handicap, medical condition, or marital status, and agrees to comply with all laws, rules and regulations relating to equal employment opportunity. The Contractor further agrees to include language in all subcontracts requiring the subcontractors to the extent prohibited by law, not to discriminate against any employee, subcontractor or applicant for employment on the basis of race, color, religion, religious creed, national origin, ancestry, sex, age, physical handicap, medical condition, or marital status, and to comply with all laws, rules and regulations relating to equal employment opportunity. CADoccotnents wW Settings\Steve StewarMesktopTleasant Hill SpecifcationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-21 GUARANTEE We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed at (Address) California, for years)use from date of acceptance of contract by the 'Board of Supervisors. We agree to repair or replace to the satisfaction of the Public Agency any or all such work that may provedefective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions after being notified in writing, pursuant to Section 28 in the General Conditions of the Contract, we, collectively and separately, do hereby authorize the owner to proceed to have the defects'repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials'in the plans and specifications for this project. Section 28 in the General Conditions of the Contract fully applies to this Guarantee. SUBCONTRACTOR Date: Affix Corporate Seal) GENERAL CONTRACTOR Date: Affix Corporate Seal) NOTE: If the firm is not a corporation,add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. CADocurnents and Settings\Steve Stewart\DesktoplPleasant Hili SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-22 STATEMENT TO ACCOMPANY FINAL PAYMENT To: Contra Costa County County Administration Building Martinez,CA 94553 Re: Final Payment Project Dear Sir: The undersigned Contractor represents and agrees that the final payment includes all claims and demands,of whatever nature, which he/she has or may have against the County of Contra Costa in connection with the contract to construct the project designated above, and that final payment by Contra Costa County shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned hereby agrees that the final contract sum shown below is true and correct: Original Contract Price...................................... $ Net Change by Change Carders .......................... $ Less Forfeited Withheld Amounts..................... $ Less Liquidated Damages..................................($ FINAL CONTRACT PRICE............................. $ The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty ofperjury that the foregoing is true and correct. Dated , at(City) , California. CADocuments and SettingsiSteve StewarMesktop\Pleasant Hili SpecificationsTleasant Hill Project-Division F-General Conditions.doc DIVISION F-23 DNISION G S1.,TPPLEMENTARY GENERAL CONDITIONS 1. The following supplements shall modify, delete, and/or add to Division F, General Conditions. Where any section, article, paragraph, or subparagraph in the General Conditions is supplemented by one of the following paragraphs, the provisions of such section, article, paragraph, or subparagraph shall remain in effect and the supplemental provisions shall be considered as added thereto. Where any section, article, paragraph, or subparagraph in the General Conditions is amended, voided, or superseded by and of the following paragraphs, the provisions of such section, article, paragraph, or subparagraph not so amended,voided, or superseded shall remain in effect. 2. Section 9. TenorAU Utilities and.Facilities- Delete Paragraphs A through F. Replace with the fallowing: A. Electric power and water will be available at the site for use by the Contractor for work on this project at no cast to the Contractor. Installation of approved temporary connections to said utilities shall be provided by the Contractor, and same shall be removed at completion of work. B. Contractor's forces may not use the restrooms at the facility. C. Section 10. Permits -Add the following: A. Building permits shall be obtained from the City of Pleasant Hill Building Inspection Department(City). B. Building inspection agencies, whether state, county or city, are separate entities from the public agency referred to in the Contract and elsewhere in the bid documents. The Contractor shall assume no special consideration will be given by the building inspection agency having jurisdictionsimply because the Contract is with a public agency. C. Contractor shall be responsible for determining all inspection requirements of any building inspection, utility, fire district or other permitting agency having jurisdiction over the work and shall include in the progress schedule required by Division F General Conditions, Section 8 "Progress Schedule", time periods for activities including, but not limited to: inspections by, building inspection departments and fire districts, elevator inspections, boiler inspections, balancing of mechanical systems, and any inspections required to obtain permanent utilities including but not limited to water, gas, and electricity." END OF SUPPLEMENTARY CONDITIONS CADocuments and SettingslSteve Stewart\Desktop\Pleasant Hill Specifications1430214xxx Pleasant Bill Project-Division G-Suplemental General Conditions.doc DIVISION G- 1 SECTION 01000 GENERAL REQUIREMENTS PART GENERAL 1.01 GENERAL A. "These Special Provisions are additions or revisions of the General Provisions and Technical Provisions as contained in the City of Pleasant Hill and Contra Costa County Standard Specifications required to properly define or delineate this particular project. Therefore, any part of the Standard Specifications not specifically referenced within.these Special Provisions shall remain in force, unmodified, as set forth in the text of the General Provisions. B. The following items shall apply: 1. City of Pleasant Hill"City", 2. Luk and Associates "Engin' 3. Contra Costa County Fire Protection District"District". 4. Stewart Enterprises 11"Construction Manager". - 1.02 CONTRACT BONDS' A. The Contractor shall, simultaneously with execution of the contract, furnish a - combined surety bond in favor of the Contra Costa County to secure the faithful performance of the contract .and payment for labor, materials, equipment and supplies furnished for the work, each in an amount equal to one hundred (100) percent of the total contract bid price. In lieu of a combined surety bond, separate bonds in amounts equal to one hundred (1:00)percent of the total contract bid price for faithful performance and one hundred(100)percent of the totalcontract bid'price for payment of labor,materials,equipment and supplies furnished for the work may be substituted 1.43 CONTRACT DOCUMENTS A. The following documents are considered to be a part of these Contract Documents: I, Contract Proposal 2. Agreement 3. General Conditions of the Contract for Construction FHtE STATIONS#2 and#5 PLEASANT HILL,CA, JOB#001 0I000/1 GENERAL REQUIREMENTS SECTION 01044 4. Performance and Payment Band. 5. Legal Relations and Responsibilities. B. The following drawings are considered to be a part of these Contract Documents: I. Contract Drawings 2. City of Pleasant Hill Standard Plans. 3. Contra Costa County Standard Plans. C. The following specifications are considered to be a part of these contract documents: I. Contract Specifications. _. 2. City of Pleasant Hill Standard Specifications. I Contra Costa County Standard Specifications. 1.04 PRECEDENCE OF CONTRACT DOCUMENTS A. Precedence of Contract Documents shall be as set forth in the City of Pleasant Hill Standard Specifications. 1.05 CHANGES IN WORK A. Except for the purpose of affording protection against any emergency endangering health, life or property,the Contractor shall make no change in the work, or supply additionallabor, services or materials beyond that actually required for the execution of this Contract, unless pursuant to a written order from the District authorizing the change. No claim for an adjustment of the Contract price will be paid, unless so ordered. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0140012 GENERAL REQUIREMENTS SECTION 01000 1.06 TERMINATION OF CONTRACT A. If the Contractor refuses or fails to prosecute the work with such diligence as will ensure its completion within the time specified:, plus any extensions thereof, the County, by written notice to the Contractor, may terminate this Contract and the Contractor's right to proceed with the work. B. Upon such termination,the County may tame over the work and prosecute the same to completion, and the Contractor shall be liable to the County for any additional cost incurred by the County in its completion of the work, and the Contractor shall also be liable to the County for liquidated damages for any delay in the completion of the work. If the Contractor's right to proceed is terminated,the County may take possession of, and utilize in completing the work, such materials, tools and equipment as may be on the site of the work necessary therefor. 1.07 TIME OF COMPLETION A. The Contractor shall complete the work called for under this'Contract within sixty (60)working days from the date indicated in the Notice to Proceed. 1.08 LIQUIDATED DAMAGES A. If the work items are not completed by the date specified,including any extension of time for excusable delays, as provided herein, the County shall deduct from the Contract price Five Hundred. Dollars ($500.00) for each, working day of delay beyond the date of completion until the work is completed, as authorized per Public Contract Code Section 10226. 1.09 INSURANCE A. Insurance Requirements for Contractors. B. The Contractor shall procure and maintain for the duration of this Contract: 1, 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 the Contractor,his agents,representatives,employees or subcontractors, 2. The cost of such insurance shall be included in the Contractor's bid proposal. B. Minimum Scope of Insurance and Minimum Limits of Insurance: 1. See General Conditions C. Deductibles and Self-Insured Retentions: FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOS#001 0100013 ............ ............................................................ ...... GENERAL REQUIREMENTS SECTION 01000 1. Any deductibles or self-insured retentions must be declared to and approved by the County. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County,its officers, officials, employees, agents and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the County guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions: I. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: a. the County its officers, officials, employees, agents and volunteers are to be covered as insured with respect to liability arising out of automobiles owned, hired or borrowed by or on behalf of the contractor, and with respect to liability arising out of work or operations performed by or on behalf of the contractor including materials, parts or equipment famished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the contractor's insurance,or as a separate ownees policy. b. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the County, its officers, officials, employees,and volunteers. Any insurance or self-insurance maintained by the County, its officers, officials, employees, or volunteers shall be excess of Contractoes,insurance and shall not contribute with it. c. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled 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 the County. 2. Workers"Compensation&Employers'Liability Coverage: a. The insurer shall agree to waive all rights of subrogation against the County, its officers, officials, employees, and volunteers for losses paid under the terms of the employers' liability policy which arise from work performed by the Named Insured for the County. b. The insurance shall not be suspended, voided, canceled 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 the County. E. Acceptability of Insurers: 1. insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:V111. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01000/4 ----——------------- ......................................... GENERAL REQUIREMENTS SECTION 01000 F. Verification of Coverage: 1 The Contractor shall firrnish the County with original certificates and amendatory endorsements affecting coverage required by this clause. The endorsements are to be on farms provided by the County or on other than the County forms, provided these endorsements are to be received and approved by the County before work commences. All endorsements are to be received and approved by the County before work commences. the County reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. G. Subcontractors: 1. The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein, 1.10 PERSONAL LLABILITY A. .Neither the Project Manager, nor any ether officer or authorized employee or agent of the County, nor any authorized officer or employee of the County, State or any District shall be personally responsible for any liability arising under or by virtue of this Contract 1.11 CLAIMS&DAMAGES A. Pursuant to Government Code Section 895.4 :Contractor shall save, defend, indemnify and hold harmless the County, the District and their respective officers, officials, agents, employees and volunteers from and against any and all liability, claims, actions,_ damages, losses, expenses, causes of action or demands whatsoever against any of them, including related attorneys' fees arising out of or connected with any injury or death of any person or damage to property or other liability of any nature, arising out of or in any way connected with the work described herein, including the construction of the Project, caused in whole or in part by any negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The right of the District and the County to be defended indemnified, saved, protected and held harmless hereunder shall be unaffected by the concurrent negligence of the District,the County or any other person. 1.12 INSPECTION/TESTING/ACCESS TO SITE FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0100015 ........... ................ ............... GENERAL REQUIREMENTS SECTION 01000 A. The District, or its authorized representative, or the Construction Manager shall, at all times,have access to, and be permitted to observe and review all work,materials, equipment and other relevant data and records pertaining to this Contract. When the work is substantially complete, the Contractor shall notify the District or the Construction Manager that the work is ready for final inspection. Otherwise,the final inspection will be made on the working day prior to the completion of the Contract. The District, or its authorized representative, or the Construction Manager may inspect the production of material or the manufacture of products, at the source of supply. Plant inspection, however, will not be undertaken until the Construction Manager is assured of the cooperation and assistance of both the contractor and the material producer. The District,or its authorized representative, or the Construction Manager shall have free entry at all times to such parts of the plant as concern the manufacture or production of the materials. The District or the Construction Manager assumes no obligation to inspect materials at the source of the supply. The responsibility of incorporating satisfactory materials in the work rests entirely with the Contractor,notwithstanding any prior inspections or tests. Unless otherwise provided,all initial testing for compaction and materials shall be at no expense to the Contractor and shall be performed by the District, laboratory or in a laboratory designated by the District. Any re-testing required due to failed test or defective material or sample shall be at the Contractor's expense. When required by the District, the Contractor shall furnish, at no extra charge, certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. 1.13 LAWS A. The Contractor shall strictly adhere to the provisions of the Labor Code regarding minimum wages, the eight-hour day and forty-hour week, overtime, Saturday, Sunday and holiday work, and non-discritnination because of race, color, national origin, ancestry;religion,physical handicap,medical condition,marital status or sex and other characteristics specified in Government Code Section 12940 and in the Labor Code. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01000/6 GENERAL REQUIREMENTS SECTION 01000 1.14 APPRENTICES A. The Contractor shall comply with Section 1777.5 of the Labor Code relating to the employment of registered apprentices on work to be performed hereunder. 1.15 ENVIRONMENTAL REQUIREMENTS A. The Contractor shall comply with all air pollution and environmental control rules, regulations, ordinances and statutes which apply to the project and any work performed pursuant to the Contract. 1.16 AFFIRMATIVE ACTION AND EQUAL OPPORTUNITY A. There shall be no discrimination against any employee who is employed in the work covered by such contracts or against any applicant for such employment because of sex, race, religion, color, age, national origin or physical handicap, and that such provisions shall include but not be limited to: employment,upgrading, promotion or transfer,recruitment or recruitment advertising,layoff`or termination,rates of pay or other forms of compensation,and selection for training including apprenticeship. 1.17 EXISTING UTILITIES A. If the Contractor discovers subsurface installations not indicated in the Contract Drawings or Specifications, it shall immediately notify the Construction Manager and the owner of the installation. Such subsurface installations shall be located and protected from damage as directed by the owner. The Contractor shall bear full responsibility for damage to existing subsurface installations where the Contractor fails to comply with the requirements of the Government Code, California Administrative Code, or the Contract Drawings and Specifications to provide -- notification to the owners of subsurface installations. 1.18 NOTIFICATION TO UTILITIES/OWNERS OF SUBSURFACE INSTALLATIONS A. The Underground Service Alert(U.S.A.)is a regional notification center established to provide owners of subsurface installations advanced notification of proposed excavation and allow an owner that receives such notification to locate and field mark the approximate location of any affected subsurface installations. A minimum of two (2) working days prior to the commencement of any excavation, the Contractor shall contact U.S.A. by calling 1-800-227-2600. Contacting U.S.A. does not relieve the Contractor from its responsibility to determine the exact location and depth of subsurface installations. 1.19 ADVICE TO CONTRACTOR ON SPECIAL CONDITIONS FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01000/7 ................................ ....... GENERAL REQUIREMENTS SECTION 01000 A. The Contractor is required to maintain and promote safe project site conditions and a neat project site appearance at all times in connection with this Contract. Accordingly, strict interpretation of these specifications will be made toward that end and the Contractor is advised of the following special conditions: 1. The Contractor shall provide the District and the Construction Manager with the telephone number of one superintendent and two appointed alternates for after hours emergencies. 2. Hazardous work conditions shall be adequately barricaded and illuminated at all times. Should the work become improperly barricaded and/or illuminated after hours, the Contractor will be called upon to restore the work to a safe passable condition,as determined by the Construction Manager. B. Work marred or defaced by vandalism, or accidentally damaged by the public shall be removed and replaced at no additional cost or expense to the District. Defaced improvements shall be restored and or repaired to the satisfaction of the Construction Manager. C. Where the trackage or spillage of oils, solvents, paints and or other products causes objectionable markings on and or damage to City owned facilities, such markings shall be removed and such damage shall be restored, prior to acceptance of the contract as complete. All such facilities marked or damaged shall be cleaned, restored,or repaired in a manner acceptable to the Construction Manager. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01000/8 .......................... ... ................... SECTION 01010 SUMMARY OF WORK PART 1GENERAL 1.01 SCOPE OF WORK A. The work of this Contract consists in general of the construction of Pavement Repairs to Fire Stations#2 and<t#5 and Headquarters Facilities,Pleasant Hill, California. The'scope of work includes but is not necessarily limited to asphalt and portland cement concrete pavement Tepairs, underground fuel dispensing system removal and installation of above ground fuel dispensing system and general appurtenances.` 1.02 ENTIRE AGREEMENT A. The Contract consists of the Contract Documents and represents the entire and fully integrated Contract between the County and the Contractor. The Contract supersedes all prior negotiations, representations or agreements, whether oral or written. The Contract may be amended by written change order or written order for minor change issued by the District as hereinafter provided. The Contract shall not be construed to create a contractual relation of any nature or kind between any persons or entities other than between the County and the Contractor and its sureties. B. The Contract Documents consist of the following: (1) bidding documents consisting of Invitation to Bid, Instructions to Bidders, completed Qualification of Bidders, Descriptive Scope of Work, completed Proposal with attachments including list of subcontractors; (2) Contract Agreement; (3) surety bonds; (4) all conditions of the Contract generally consisting of the general conditions and any special provisions; (5) the Drawings or Plans; (6) the Specifications; (7) all Addenda issued prior to bid; and (8) all Modifications which shall consist of(a) a written amendment to the Contract signed by both parties, (b) a properly executed change order, (c) a written interpretation issued by the Construction Manager (d) a written order for a minor change in the Work'issued by the District. 1.03 INTENT OF PLANS AND SPECIFICATIONS A. The intent of the Contract Documents is to include all items necessary for the proper execution and completion'of the Work. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Work not - covered in the Contract Documents will not be required unless it is consistent therewith and is reasonably inferable therefrom as being necessary to:produce the intended results. "Words and abbreviations which have well-know technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01010/1 SUMMARY OF WORK SECTION 01010 B. The organization of the Specifications into divisions, sections and articles, and the arrangement of Drawings shall not control the Contractor in dividing the Work among subcontractors or in establishing the extent of Work to be performed by any trade. C. The Intent of the Plans and Specifications is to describe the details for the construction and completion of the Work which the Contractor undertakes to perform in accordance with the terms of the contract. Where the Plans or Specifications describe portions of the Work in general terms but not in complete detail, it is understood that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specifically stated, the Contractor shall furnish all tools, equipment and incidentals and perform all work that is to be performed in the best workmanlike manner to assure that the completed Work will be in accordance with the Plans and Specifications. D. In the event materials and/or equipment are to be furnished by the County, as designated in the Special Provisions or as agreed on, this shall not,relieve the Contractor of the above requirements to furnish all other labor, materials and equipment to complete the contract. E. By executing the Contract, the Contractor represents that he has visited the site, familiarized himself with the local conditions under which the Work is to be performed, and correlated his observations with the requirements of the Contract Documents. F. The Contractor shall, upon discovering any error or omission in the plans or specifications, immediately call it to the attention of the Construction Manager. 1,04 CHANGES INITIATED BY THE COUNTY A. The Work on the project shall be subject to change by additions, deletions or revisions by Owner as directed to Contractor in writing. Such changes or written direction shall not invalidate the Contract. Contractor shall not make any changes or modifications in the Work described or in any way cause or allow the Work to deviate from the Contract Documents without the written direction from the Owner. If Contractor makes any changes or other modifications in the Work described without written direction from Owner, such change or modification constitutes an agreement by Contractor that it will not be paid for that changed Work, even if it received verbal directions from Owner or any of Owner's representatives. in addition, Contractor shall be liable for any and all losses,costs, expenses, damages and liability of any nature whatsoever arising out of any change or modification it makes without written direction or authorization from County. It is ftirther understood that no change, modification to, or deviation from the Contract Documents shall release or exonerate, in whole or in part, any bond or any surety on any bond given in connection with the project, and no notice is required to be given by the County to such surety of any change,modification or deviation. B. When changes are initiated by the County through revisions to the plans and/or specifications, it will be assumed that the change in Scope of Work is insignificant unless FIRE STATIONS#2 and#5 01010/2 PLEASANT HILL,CA JOB#001 SUMMARY OF WORD SECTION 01010 the Contractor submits a claim therefore, within ten(10) working days or a change order is initiated by the County. 1.05 CHANGES REQUESTED BY THE CONTRACTOR A. Changes requested in the Plans and Specifications shall be made; in writing. Approved changes shall be made by written change orders except when emergency conditions dictate prompt action. Nothing herein shall be construed as granting a right to the Contractor to demand acceptance of such changes. B. The Construction Manager shall not be required to respond to an unlimited number of such written requests made by the Contractor. The Construction Manager shall expend a maximum total number of hours as delineated in the Agreement between Owner and Construction Manager for the purpose of responding to such written requests for information or clarification. More extensive time shall be an AdditionalService as described in the Agreement between Owner and Construction Manager. The Contractor may be charged for the design team's time to respond to unlimited requests and'reviews of proposed substitutions. 1.06 COMPENSATION A. The unit prices as set forth in the Contractor's accepted bid proposal shall be used in determining increases or decrease of compensation to be made for any alterations, deviations, additions or deletions. Where the unit price does not apply, compensation shall be based on one or more of the following methods: 1;. By unit'price bid in the Contractor's accepted proposal or as subsequently agreed upon. 2. By cost plus percentage or by cost plus a fixed fee. 3,. By Force Account as set forth herein. 1.07 CHANGE ORDERS A. Change orders shall be in writing and state the dollar value of the change or establish a method of payment, any adjustment in contract time, and shall be signed by the Contractor indicating his acceptance. If no emergency or protest exists,a contract change order will not become effective until the District approves it. 1.08 EXTRA WORD A. New and unforeseen work will be classed as extra work when determined by the Construction Manager that such work is not covered by any of the various items for which there is a bid price or by combinations of such items,the remaining portion of such FIRE STATIONS#2 and#5 PLEASANT BILL,CA JOB#001 0101013 SUMMARY OF WORK. SECTION 01010 work will be classed as extra work. Extra work also includes work specifically designated as extra work in the Plans or Specifications. B. The Contractor shall do such extra work and furnish labor, materials and 'equipment therefor upon receipt of an approved contract change order or other written order of the District. The Contractor shall not be entitled to payment without approved contract change order or written order of the District. C. Extra work will be paid for pursuant to this Section 01025. D. In addition to the requirements of any other Contract provision, the time allowed and the price agreed upon for changed and extra work shall be conclusive. Any cost of the work, direct or indirect, and any consequences of added time on the project, direct or indirect, shall be included in the signed change order. 1.09 PROCEDURE AND PROTEST A. A contract change order approved by the District may be issued to the Contractor at any time. Should the Contractor disagree with any terms or conditions set forth in an approved contract change order which he has not, or refuses to execute, he shall submit a written protest to the District within fifteen (15) days after the receipt of such approved contract change order and shall state therein any and all reasons for such protest. 1.10 CLAIMS FOR CONCEALED OR UNKNOWN CONDITIONS A. If conditions are encountered at the site which are(1) subsurface or otherwise concealed physical condition which differ materially from those indicated in the Contract Documents, or (2) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally ,recognized as inherent in construction activities of the character provided for in the Contract Documents, then notice by the observing party shall be given to the other party promptly before conditions are disturbed and in no event later than twenty-one(21) days after first observance of the conditions. The Construction Manager will promptly investigate'such conditions, and,if they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, will recommend an equitable adjustment in the Contract'Sum or Contract Time, or bath. If the Construction Manager determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Construction Manager shall so notify the Owner and Contractor in writing, stating the reasons. Claims by either party in opposition to such determination must be made within twenty-one (21) days after the Construction Manager has given notice of the decision. If the Owner and Contractor cannot agree on an adjustment in the Contract Sum or Contract Time, the adjustment shall be referred to the County for initial determination, subject to further'proceedings pursuant to Paragraph 1.09. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01010/4 SUMMARY OF WORK SECTION 01010 1.11 SITE CONDITIONS A. It is believed that information pertaining to conditions which may affect the cost of the proposed work is shown.on the Plans or indicated in the Specifications, however, the County dues not warrant the completeness or accuracy of such information. It is the Contractor's responsibility to ascertain the existence of any conditions affecting the cost of the work which would have been disclosed by reasonable examination of the site. B. Existing improvements visible at the job site, for which no specific disposition is made on the plans,;but which could reasonably be assumed to interfere with the satisfactory completion of the improvements contemplated by the plans, shall be 'removed and disposed of by the Contractor. C. Where an investigation of subsurface conditions has been made it is for design only. No guarantee, express or implied, is made about the adequacy or sufficiency of those investigations. Bidders must satisfy themselves of the conditions to be encountered. 1.12 ORDER.OF WORD, A. Contractor shall not start work until after receipt of notice to proceed, issued by the District. The notice to,proceed shall be in writing and deemed given when personally delivered or deposited in the mail(certified or registered)addressed to the Contractor. B. Unless otherwise provided, the Contract time shall commence upon the elate of the Contractor's receipt of a written Notice to Proceed when said Notice is delivered in person or deposited in the mail(certified or registered). C. Within 10 working days of receipt of a "Notice to ProceedW', the Contractor shall submit a Construction Schedule to the Construction Manager for approval in,accordance with the - provisions of Section 131 U of these special.provisions. D. Within 14 working days of receipt of a "Notice to Proceed",the Contractor shall submit to the Construction .Manager for approval, all drawings, brochures,or catalog sheets for all manufactured equipment, products and materials to be utilized in accordance with the requirements of these special provisions, E. To minimize public inconvenience and possible hazard and to restore streets,sidewalks and other work areas to their original condition and farmer state of usefulness as soon as practicable, the Contractor shall plan,schedule and prosecute the Work in a manner to fully accomplish said purposes. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0101015 ......................... ...................... ........... ............... .......... SUMMARY OF WORK SECTION 01010 1.13 TEMPORARY SUSPENSION OF WORK A. In the event the Construction Manager shall determine that the work is not proceeding in accordance with the Plans and specifications or any applicable rules and regulations, the Construction Manager may order the cessation of further work until the work proceeds in compliance with such requirernentg. All delays in the work occasioned by such stoppage shall not relieve the Contractor of anyduty to perform the work or serve to extend the time for its completion. B. The Construction Manager shall also have authority to suspend the work wholly or in part, for such period as he may deem necessary, due to unsuitable weather, or to such other conditions as are considered unfavorable for the suitable prosecution of the work. Such temporary suspension of work will be considered as justification for time extensions to the contract in an amount equal to the period of such suspension. C. in the event that a suspension of work is ordered as provided in this Section, the Contractor, at his expense, shall do all work necessary to provide safe conditions in accordance with Sections 1530, 1540, and 1570, during the period of such suspension. Should the Contractor fail to perform the work as specified,the County will perform such work and the cost thereof will be charged against the Contractor and will be deducted from monies due or to become due the Contractor under the Contract. 1.14 TERMINATION OF CONTRACT FOR DEFAULT A. The Owner may terminate the Contract at any time upon a determination that (a) the ply either properly skilled workers, a sufficient Contractor has failed or refuses to sup work force,proper materials or suitable equipment for the work on the project; or(b) the Contractor has disregarded laws, ordinances, rules and regulations, or orders of a public authority having jurisdiction; or (c) the Contractor has failed to prosecute the work diligently and in compliance with the schedule in accordance with the terms of the Contract document; or (d) the Contractor has otherwise materially breached the terms itten notice of termination of the Contract shall be and conditions of the Contract. Wr provided to both the Contractor and its surety. B. Upon termination, the Contractor shall cease all operations on the project and the Owner, without prejudice to any other rights or remedies, may take possession of all or any part of the Contractors materials, tools, equipment and appliances upon the premises and use the same for the purpose of completing such work. Owner also may hire such forces and liances and equipment and buy such buy or rent such additional machinery, tools, app additional materials and supplies at Contractor's expense as may be necessary for the proper completion of the work on the project; and/or Owner may employ other parties to carry out the Contract to completion, employ the necessary workmen, substitute other machinery and materials and purchase the materials contracted for in such a manner as the Owner may deem proper, and/or the Owner may annul and cancel the Contract and relet the work or any portion thereof. If requested by Owner, Contractor agrees to promptly assign to Owner such subcontracts, equipment rental contracts, materials, FIRE STATIONS#2 and#5 01010/6 PLEASANT HILL,CA JOB#001 .......................... SUMMARY OF WORK SECTION 01010 purchase contracts, and other contracts with third parties who were furnishing property and/or services for construction of the project as may be designated by Owner. C. when the Owner terminates the Contract for any of the reasons stated above, neither Contractor nor its surety shall be entitled to receive any further payments until the work has been finally completed. All costs and expenses, including cost of administering the Contract incurred in the completion of the work on the project, shall be charged to the Contractor and its surety. Any excess of costs arising therefrom over and above the Contract price shall be the responsibility of the Contractor and its sureties who will be liable therefor. The Contractor will be credited with the surplus, if any, remaining after all just claims have been satisfied and costs of completion have been paid. The decision to terminate the Contract for the reasons set forth ins this section shall be made by the. County Council and such decision shall be final and binding on the parties to the Contract. D. If Owner terminates the Contract as provided in this article, then Contractor agrees, if requested by Owner, to promptly assign to Owner such subcontracts, equipment rental agreements, materials, purchase agreements, and other agreements with third parties who are furnishing property and/or services for construction of the project, as may be designated by Owner. 1.15 TIME OF COMPLETION A. The Contractor shall complete all of the work called for under the Contract within the number of working days set forth in Specification Section 01000.1.07, GENERAL REQUIREMENTS TIME OF COMPLETION. B. A working day is defined as any day, except Saturdays, Sundays, and legal holidays and days on which the Contractor is specifically required by the Special Provisions to suspend operations, and except days on which the Contractor is prevented by inclement weather,or conditions resulting immediately therefrom, adverse to the current controlling operation or operations, as determined by the Construction Manager, from proceeding with at least seventy-five percent(75°!x)of the normal labor and equipment force engaged on such,operation or operations for at least five (5) hours toward completion of such operation or operations. C. Should the Contractor prepare to begin work at the regular starting time in the morning of any day on which inclement weather or the conditions resulting from the weather, or the condition of the work, prevents the work from beginning at the'usual starting time, and the crew is dismissed as a result thereof, and the Contractor does not proceed with at least seventy-five percent (75%) of the normal labor and equipment force engaged in the current controlling operation or operations for at least five (5) hours toward completion of such operation or operations, the Contractor will not be charged for a working day whether or not conditions should change thereafter during said day and the major portion of the day could be considered to be suitable for such construction''operations FIRE STATIONS#2 and#5 PLEASANT HILL.,CA TOB#001 01010/7 ............... .......... ................ ..................... SUMMARY OF WORK SECTION 01010 D. The current controlling operation or operations as used in the above paragraph is to be construed to include any feature of the work considered at the time by the Construction Manager and the Contractor, which, if delayed, will delay the time of completion of the Contract. E. Determination of each non-working day, except Saturdays, Sundays, legal holidays, and days on which the Contractor is specifically required by the Special Provisions to suspend construction operations, shall be made and agreed upon during such day by conference between the Construction Manager and the Contractor, and in the event of failure to agree, the Contractor will be allowed ten (10) days in which to file a written protest setting forth in what respects he differs from the Construction Manager,otherwise the decision of the Construction Manager shall be deemed to have been accepted by the Contractor as correct. 1.16 LIQUIDATED DAMAGES A. It is agreed by the parties to the Contract that time is of the essence in the completion of this work and that in case all the work called for under the Contract is not completed before or upon the expiration of the time limit as set forth in these specifications, damage will be sustained by the County, and that it is impracticable to determine the actual damage which the County will sustain in the event of and by reason of such delay; and it is, therefore, agreed that the Contractor will pay to the County the sum set forth in the General Conditions per day for each and every day's delay beyond the time prescribed to complete the work; and the Contractor agrees to pay such liquidated damages as herein provided, and in case the same are not paid, agrees'that the County may deduct the amount thereof from any money due or that may become due the Contractor under the Contract. B. It is further agreed that in case the work called for under the Contract is not finished and completed in all parts and requirements within the number of working days specified, the County shall have the right to increase the number of working days or not, as he may deem best to serve the interest of the City, and if he decides to extend the said number of working days, he shall further have the right to charge to the Contractor, his heirs, assigns, or sureties and to deduct from the final payment for the work all or any part, as he may deem proper, of the actual cost of engineering, inspection, superintendence and other overhead expenses which are directly chargeable to the Contract, and which accrue during the period of such extension, except that cost of final surveys and preparation of final estimate shall not be included in such charges. C. The Contractor will be granted an extension of time and will not be assessed with liquidated damages or the cost of engineering and inspection for any portion of the delay in completion of the work beyond the time named in the Special Provisions for the completion of the work caused by acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, shortage of materials and freight embargoes. The Contractor shall have the responsibility for applying for extensions of time for delays arising from the above stated causes within ten (10) days from the beginning of any such FIRE STATIONS#2 and#5 01010/8 PLEASANT HILL,CA JOB#001 SUMMARY OF WORK. SECTION 01010 delay. The Contractor shall have the burden of documenting, as the County may require, the basis for the request for extension of time. The request shall be submitted to the County whose findings thereon shall be final and conclusive. U. Upon the submission of satisfactory proof to the County by the Contractor, shortage of material will be acceptable as grounds for increasing the number of working days. In order that such proof may be satisfactory and acceptable to the County, there must be a showing that the Contractor has made every effort to obtain such materials from all known sources within reasonable reach of the proposed work. It shall be within the authority of the County to decide whether or not an increase in the number of working days will be granted, and his decision shall be final and conclusive on both parties to the Contract, and if such increase is granted, the Contractor will not be assessed with liquidated damages nor the cast of engineering and inspection during such increase. Only the physical shortage of material will be considered under these provisions as a cause for extension of time, and no consideration will be given to any claim that material could not be obtained at a reasonable, practical, or economical cost or price, unless it is shown to the satisfaction of the Construction Manager that such material could have been obtained only at exorbitant prices entirely out of line with current rates, taking into account the quantities involved and visual practices in obtaining such quantities. E. If the Contractor is delayed in the completion of the work by reason of changes made under Section 1010, or by failure of the County to acquire or clear right of way, or by any act of the Construction Manager not contemplated by the Contract, an extension of time commensurate with the delay in the completion of the work thus caused will be granted and the Contractor shall be relieved from any claim for liquidated damages, or engineering and inspection charges or other penalties for the period covered by such extension of time; provide that the Contractor shall notify the Construction Manager in writing of the causes of the delay within 10 days from the beginning of any such delay. The Construction Manager shall ascertain the facts and the extent of the delay, and his findings thereon shall be final and conclusive. 1.17 MINIMUM WORK PERCENTAGE TO BE PERFORMED BY CONTRACTOR A. Unless stated otherwise in the Special Provisions, the Contractor shall perform with his own organization contract work amounting to not less than thirty percent (30%) of the original total contract price, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such 'Specialty Items" so performed may be deducted from the original total contract price before computing the amount of work required to be performed by the Contractor with his own organization. When items of work in the Construction Manager's Estimate, the proposal form, or other listing as may be provided by the Construction Manager, are preceded by the letter (S), said items are designated `.`Specialty Items." Where an entire item is subcontracted, the value of work subcontractedd will be based on the contract item bid price. When a portion of an item is subcontracted, the value of work subcontracted will be based on the estimated percentage of the contract item bid price, determined from information submitted by the Contractor, subject to approval by the Construction Manager. FIRE STATIONS#2 and#S PLEASANTHILL.,CA JOB#001 01010/9 .............. .............. SUMMARY OF WORK SECTION 01010 1.18 SUBCONTRACTING A. The Contractor shall give his personal attention to the fulfillment of the Contract and shall keep the work under his control. B. No subcontractor will be recognized as such, and all persons engaged in the work of construction will be considered as employees of the Contractor and he will be held responsible for their work, which shall be subject to the provisions of the Contract and specifications. 1.19 MATERIAL&EQUIPMENT STORAGE A. The Contractors attention is directed to the requirements of Section 1600 of the Standard Specifications. Storage within the traveled right-of-way is subject to all of the requirements as set forth in the General Special Provisions, Technical Special Provisions and Standard Specifications relating to public safety, public convenience, maintenance of the site of the work, and the operation and maintenance of the right-of-way. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01010/10 SECTION 01015 GEOTECHNICAL INFORMATION PART1 GENERAL 1.01 GENERAL A. Geotechnical information was obtained only for the Owner's use and is not a part of the - Contract Documents. B. Bidders should visit the site and acquaint themselves with all existing conditions. Prior to bidding, and as necessary during construction, bidders may make their own geotechnical investigations and survey. Prior to the bid opening, such investigations shall be performed under time schedules and arrangements reviewed in advance by the City. 1.02 INFORMATION A. Soils Report: Entitled"Pavement Evaluation Report Fire Station#2, File NO. 27127 GEO dated March 27, 2443 prepared by Kleinfelder Incorporated, hereinafter referred to as the Soils Report which is on file at Contra Costa County Fire Protection District Headquarters and is available for review. B. Soils Report: Entitled "Pavement Evaluation Report Fire Station #S, File NO. 27128 GEO dated. March 27, 2043 prepared by Kleinfelder Incorporated, hereinafter referred to as the Sails Report which is on file at Contra Costa County Fire Protection District Headquartersand is available for review. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILI.,CA JOB#001 0101511 SECTION 01425 MEASUREMENT AND PAYMENT PART1 GENERAL 1.41 BID PRICES A. The bid prices pard for the various items of work included in the Contract Proposal, shalt be considered as full compensation for all labor, materials, equipment, tools, and incidentals to the items of work described to complete all items of work specified in accordance with the Contract Documents for Contract and no additional compensation will be allowed therefor. 1.02 PARTIAL PAYMENTS AND RETENTION A. In accordance with the provisions of§ 9203 Pub. Con. C.A and Section B-9,paragraph E. of the General Provisions, District shall make progress payments to Contractor in the amount of 90% of the percentage of actual work completed plus a like percentage of the value of material installed. - B. By no later than the 25th day of each month, Contractor shall submit to District, via the Construction Manager, a claim on the progress payment schedule furnished by District for the total amount of the work.' (Forms are attached at the end of this section.) C. The Construction Manager shall review Contractors monthly claim. If the claire is properly filed and the validity of the claim is not disputed or has been settled or agreed upon,the Construction Manager shalt approve Contractor's monthly claim. D. Payment to Contractor shall be in accordance with the provisions of § 9242 Pub. Can. C.A. As provided for in § 9203 Pub.Con. C.A.,the District shall withhold 10 percent of the contract price until final completion and acceptance of the project The District shall pay Contractor, the balance not retained, as aforesaid, after deducting therefrom all previous payments and all sums to be kept or retained under the provisions of the Contract or the Law. E. No payment of such claim shall be construed as acceptance or approval of any part of the work. F. Pursuant to Section 22300 of the Public Contracts Code, the Contractor may (upon request and at it's sole expense) substitute securities listed in Section 16430 of the Government Code in-lieu of any money withheld by the District as described herein above. FIRE STATIONS#2 and#5 PLEASANT DILL,CA JOB#001 01025/1 .......................... .............. .......... MEASUREMENT&PAYMENT SECTION 01025 1.03 CHANGES IN WORK A. Except in the event of urgent necessity for the purpose of affording protection against any emergency endangering health, life or property, the Contractor shall make no change in the work of this Contract, provide any extra or additional work, or supply additional labor, services or materials beyond that actually required for the execution of this Contract,unless pursuant to a written order from the District authorizing the change. B. It is presumed that all work performed by the Contractor under this contract is included in the contract price unless the District has signed a written extra work order directing the contractor to perform additional work and specifying the consideration to be paid. No project Construction Manager, inspector, superintendent, foremen or other employee of the District of Antioch is authorized to sip extra work orders. The only person authorized to sign extra work orders on behalf of the District is the Construction Manager. No claim for an adjustment of the Contract Price will be paid, unless so ordered. 1.04 PROPOSAL REQUEST A. When construction changes are necessary, they will originate with a Proposal Request issued by the Construction Manager to the Contractor. B. The Proposal Request will be numerically sequential. C. Proposal Requests may be issued due to changes requested in the project by the Engineert,the Construction Manager, the Owner or the Contractor. D. Proposal Requests are not Change Orders; some requests may become Change Orders. E. The Contractor shall prepare suitable backup in response to the Proposal Request as rapidly and accurately as possible. 1.05 CONTRACTORS BACKUP A. Following receipt of a Proposal Request, the Contractor shall prepare a proposal which, if accepted,will become backup for a Change,Order. B. The backup shall identify each item of work affected by the proposed change, value of the change and a summary of overhead,profit and total cost. C. Subcontractors' costs shall be substantiated by their labor and materials backup with profit and overhead indicated separately. D. For proposals which increase the Contract Sum, Change Orders shall be computed as follows: FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01025/2 ........... MEASUREMENT&PAYMENT SECTION 01025 1. The following markups shall be added to the contractor's casts and shall constitute the markup for all overhead and profits. a. On Labor, 33% b. On Materials, 15°10 c. On Equipment Rental, 15% d. On Other Items and Expenditures 15% 2. To the sum of the costs and appropriate markups provided for in this subsection, two percent shall be added as compensation for bond and liability insurance. 3. A three percent markup shall be made by reason of the performance of extra work by a subcontractor or other forces. E. For proposals which decrease the Contract Sum: 1. Use values for labor and materials only. 2. It is not required to reduce the Contract Suri with profit and overhead. F. For proposals which combine an increase and decrease. 1. Identify each decrease value of labor and materials. 2. Identify each increase value of labor and materials. 3. Add decrease and increase values for each subcontractor; apply profit and overhead to net increase only. 4. Add decrease and increase values for all work excluding subcontractors' profit and overhead values; apply contractors'profit and overhead to net increase only. G. CHANGE ORDERS 1. Following receipt and acceptance of Contractors' Backup, the Construction Manager will prepare and issue Change Carder forms. 2. Change Orders will adjust Contract Sum and Contract Time as applicable. 3. Upon execution by the Owner,the Change Order will be the official order to change the Contract Documents. - 4. Form of Change Order shall be of the District's choosing. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0102513 .......... ................... .................. MEASUREMENT&PAYMENT SECTION 01025 5. The Owner may authorize the Contractor to proceed with work covered by a Change Order while the Change Order is being processed. H. SUPPLEMENTAL INSTRUCTIONS 1. From time to time it will become necessary for the Construction Manager to issue supplemental instructions to the Contractor for -minor changes not affecting Contract Sum or Contract Time. 2. Where change is considered to not be minor, or where the instructions affect Contract Sum or Contract Time, it is incumbent upon the Contractor to advise the Construction Manager before proceeding with the work and request a Change Order. 1.06 FINAL PROGRESS PAYMENT, ACCEPTANCE AND,RETENTION RELEASE A. Upon completion of the work of the improvement work, Contractor shall submit a final claim. The payment due the contractor for work performed and materials furnished shall be determined from the final measurements approved by the Construction Manager and the contract prices bid by the Contractor, including such extra work as may have been properly authorized. All prior partial quantities and payments shall be subject to correction in the final payment, and no payment shall be construed to be an acceptance of any work or materials. B. Release of withheld funds (retention) shall be in accordance with the provisions of§7107 Pub. Con C.A. and §§3196-7-8-9 Civil Code. Upon the adoption of a resolution by the legislative body of the District accepting the improvement work as complete, a notice of completion shall be filed with the Office of the Recorder of the County of Contra Costa. No release of retention shall be made until a minimum of 35 days have elapsed following the recording of a notice of completion. The final payment of the work will be made to the Contractor, less any money required to be withheld where a stop notice has been filed with the District in a proper and timely manner in accordance with Civil Code §§ 3096, 3103, 3184. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01025/4 MEASUREMENT&PAYMENT SEC"T1ON 01025 1.07 CLAIMS A. A request by the Contractor for the payment of any additional compensation for any cause,an extension of time for the performance of work or any other relief with reference to the terms of the Contract, including any dispute or question relative to the Contract Documents, is a"claim",,which;must first be presented in writing by the Contractor to the District via the Construction Manager for consideration. B. There is no delay unless there is a delay to the critical path and the project completion is delayed beyond the contract completion date. Except for the additional compensation provided for in Section 01025, 1.07 "Claims", the Contractor shall have no claim for damage or compensation for any delay or hindrance. It is recognized that changes to the Contract are expressly within the contemplation of the parties. C. Notices of potential claim are,not acceptable for the purpose of timely notice to the District of claim. D. Any and all such claims by Contractor must be presented prior to the time the contractor shall have performed the work giving rise to the claim when based on an act or failure to act by the District, its agents, employees or representatives. In all rather instances such claims must be presented in writing within ten(10) days.after the occurrence of the event giving rise to the claim. E. All claims shall contain sufficient detail to enable the,Construction Manager to evaluate the basis, validity and computation of each such claim including, lett not limited to, evidence supporting the alleged claim and a current schedule showing the affect of the occurrence on the critical path. Contractor's noncompliance with any of the time and notice requirements contained in this section shall rendez the claim or claims invalid. - F. All claims submitted to the District must be certified as follows:. I being the (must bean officer)of (General Contractor), declare under penalty of perjury under the laws of the state of Californ a,;and do personally certify and attest that: I have thoroughly reviewed the attached claim for additional compensation and/or extension of time, and know its contents, and said Maim is matte in good faith;the supporting data is truthful and accurate, that the amount requested accurately reflects the contract adjustment for which the Contractor believes the District is liable; and further, that i am familiar with California Penal code Section 12560, et seq, pertaining to false claims, and fin-ther know and understand that the submission or certification of a false claim may lead to fines,imprisonment and/or other severe legal consequence. FIFE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01025/5 ............... ............. ..................... ................ ................. MEASUREMENT&PAYMENT SECTION 01025 G. Submittal of a claim properly certified, with all required supporting documentation, and written rejection or denial of all or part of the claim by the District, is a condition precedent to any action, proceeding, litigation, suit or demand for arbitration by the Contractor. 1. Contractor shall include these provisions in all subcontracts. The Contractor and the District contemplate that the.completion of the work may be delayed by weather, force, major, minor changes in plans and drawings, and actions of utilities and other third parties. The Contractor shall have no claim for damages or compensation for delay in completion of the work caused by any person or entity other than the District or due to any reason beyond the complete control of the District. Further, the Contractor shall have no claim for damages or compensation for delay in completion of the work caused by the District unless the delay is unreasonable under the circumstances involved. Any such delay shall be presumed not to be unreasonable unless the delay results from a cause which was reasonably foreseeable to the District and the District negligently or through willful misconduct failed to prevent such delay. Further, the Contractor shall have no claim for damages or compensation for delay in completion of the work if the work is completed within the number of work days stated in the special provisions and in any change orders, regardless of whether the Contractor's schedule indicated an earlier completion date. Further, the Contractor shall have no claim for damages or compensation for delay in completion of the work-resulting from a change order. Further, the Contractor shall have no claim for damages or compensation for delay in completion of the work if there was no delay in the critical path of the work. If the Contractor is entitled to bring a claim for delay pursuant to this section, any compensation or damages shall be limited to the actual loss incurred by the Contractor. Actual loss shall not include any item of expense other than idle time of equipment, necessary payments for idle time of day labor, the cost of extra moving of equipment and the cost of longer hauls. Compensation, if any, for idle equipment and day labor shall be determined pursuant to Section 8-1,09 of the State of California Standard Specifications, In no event shall the Contractor be entitled to compensation or damages which include profit, mark-ups, overhead (including but not limited to central office overhead and salaries of salaried employees), and costs for no-working days. END OF SECTION FIRE STATIONS#2 and#5 01025/6 PLEASANT HILL,CA JOB#001 .................... .................. ........... ................. MEASUREMENT&.PAYMENT SECTION 01023 v JUL 0 AZ CLC y, a= c a,CL Z a ocr , cs U 0 0 to °� m 0 a. u, 1 0 Uj i V E > y 00. � Q 'tTt o -- Eus CL cd m m - m .. tL o v ujUJI MC $ L z EI u c azo2 0 e - 6 a bD32 Ix 15 'i 3 y r Ui Cn tt7 8 c tG LC FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01025{7 ................................................. ............... .............. MEASUREMENT&PAYMENT SECTION 01025 z 0LL N z Cj Lu uj to CL W v M E c •� Q jq fe 0 in LL U. "a- CL = 0 ca z tri v3 cry to 1 0:9) w 19 olu. U. U. So. to I T I u. u. T I% o m = y z r 0 0 .......... FIRE STATIONS#2 and#5 01025/8 PLEASANT HILL,CA JOB#001 ................. .................................................... ......................................... MEASUREMENT&PAYMENT SECTION 01025 cq tu 0 eta 3 zul W a. at to tU W G •• t o OAC m z ~ � o o c *0 ca 0 0 c O U _ O CL s c O ci « � z 00 1 r FIRE STATIONS##2 and#5 PLEASANT HILL,CA JOB#€001 01025/9 SECTION 01040 COORDINATION/COOPERATION PART 1 GENERA 1.01 COORDINATION/COOPERATION WITH OTHER'S WORK/FORCES A. During the course of construction, if there should be construction underway by other farces or by other contractors within or adjacent to the limits of work specified or should work of any other nature be under way by other forces within or adjacent to said lirnits, the Contractor shall cooperate,with all such other contractors or other forces to the end that any delay or hindrance to either work be avoided. B. The right is reserved to perform other or additional work at or near the sites (including material disposal)at any time,by the use of other forces. _ C. When two or more contractors are employed on related or adjacent work,or obtain materials from the same material source, each shall conduct his operations in such a manner as not to cause any unnecessary delay or hindrance to the other. Each contractor shall be responsible to the other for all damage to work, to persons or property caused to the other by his operations,and for loss caused the other due to his unnecessary delays or failure to finish the work within the time specified for completion. D. The Contractor shall make all such notifications to the public as required by these Special Provisions. See Section 01060 "Permits, Notifications and Licenses" and Section;01570 "Traffic Control"of these special provisions. 1.02 COORDINATION/COOPERATION OF OWNWORK/FORCES A. Coordinate work of the various Sections of Specifications to assure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. B. "Verify characteristics of elements of interrelated operating equipment are compatible; coordinate work of various Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduits, as closely as practicable; make runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. In finished areas conceal pipes, ducts, and wiring in the construction. Coordinate locations of fixtures and outlets with finish elements. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB##041 41040/1 COORDINATION/COOPERATION SECTION 01040 E. Execute cutting and patching to integrate elements Of Work, uncover ill-timed, defective, and non-conforming work, provide openings for penetrations of existing surfaces, and provide samples for testing. Seal penetrations through floors, walls, and ceilings. 1.03 ACCESS PANELS A. Each trade is responsible for the amount and size of access panels required to complete their work. The kind of access panels are described in Specification Section 08305. Deliver panels to General Contractor in ample time for installation. B. General Contractor to arrange for receiving, storing, finishing, and installing all access panels supplied by other trades and those required by General Contractor. 1.04 REFERENCE STANDARDS A. For products specified by association or trade standards, Comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. The date of the standard is that in effect as of the Bid date, except when a specific date is specified. C. Obtain copies of standards when required by Contract Documents. Maintain copy at job site during progress of the specific work. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01040/2 SECTION 01445 CUTTING AND PATCHING PART1 GENERAL 1.41 REQUIREMENTS INCLUDED A. Requirements and limitations for cutting and patching of work. 1.02 RELATED REQUIREMENTS A. Section 41040-Materials and Equipment: Substitutions. B. Individual Specifications Sections: I. Cutting and patching incidental to work of the section. 2. Limitations on cutting structural members. 1.03 SUBMITTALS A. Submitwritten request in advance of cutting or alteration which affects: 1. Structural integrity of any element of project. 2. Integrity of weather-exposed or moisture-resistant element. 3. Efficiency,maintenance,or safety of any operational element.. 4. Visual qualities of sight-exposed elements. 5. Work of owner or separate contractor. B. Include in request: 1. Identification of project. 2. Location and description of affected work. 3. Necessity for cutting or alteration. 4. Description of proposed work, and products to be used. 5. .Alternatives to cutting and patching. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0104511 CUTTING AND PATCHING SECTION 01045 6. Effect on work Of Owner or separate contractor. 7. Written permission of affected separate contractor. 8. Date and time the work will be executed. PART 2 PRODUCTS 2.41 MATERIAL A. Those required for original installation. B. For any change in materials, submit request for substitution under provisions of Section 01300. PART 3 EXECUTION 3.01 GENERAL A. Execute cutting, fitting, and patching, including excavation and fill, to complete work, and to: 1. Fit the several parts together, to integrate with other work. 2. Uncover work to install ill-timed work. 3. Remove and replace defective and non-conforming work. 4. Remove samples of installed work for testing. $. Provide openings in elements of work for penetrations of mechanical and electrical work. 3.02 INSPECTION A. Inspect existing conditions, including elements subject to damage or movement during cutting and patching. B. After uncovering, inspect conditions affecting performance of work. C. Beginning of cutting or patching means acceptance of existing conditions. FIRE STATION'S#2 and#5 PLEASANT HILL,CA JOB#401 0104512 CUTTING AND PATCHING SECTION 01045 3.03 PREPARATION A. Provide supports to assure structural integrity of surroundings; devices and methods to protect other portions of project from damage. B. Provide protection from dements for areas which may be exposed by uncovering work. 3.04 PERFORMANCE A. Execute work by methods to avoid damage to other work, and which will provide proper surfaces to receive patching and finishing. B. Restore work with new products in accordance with requirements of Contract Documents. C. Employ original installer to perform cutting and patching for weather exposed and moisture resistant elements,and sight exposed surfaces. D. At penetrations of fire-rated wall or ceiling, completely seal voids with approved fire- rated material, full thickness of the construction element. E. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly,refinish entire unit. F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. END OF SECTION _ FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01045/3 SECTION 01050 CONSTRUCTION LAYOUT& STAKING PART 1 GENERAL 1.01 INCLUDED WORK A. The work in this section includes the furnishing of all labor, equipment, materials, tools, and incidentals and performing all operations in connection with construction survey and layout and all work necessary to provide for proper layout of the work. 1.02 RELATED WORK A. Contract Drawings and Specifications, the City Standard Specifications and Division 1 Specifications apply to the work of this section. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 GENERAL A. The purpose of this section is to amplify the Standard ,Specification to the degree and detail necessary to define construction layout and staking requirements of this project. 3.02 CONSTRUCTION STAKING A. Construction staking provided by Construction Contractor at Construction Contractor's expense. No construction staking is to be provided by others. PART 4 MEASUREMENT&PAYMENT 4.01 CONSTRUCTION STAKING A. The Construction;Contractor will pay for construction staking. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT KILL,, CA JOB#001 0105011 SECTION 01060 PERMITS,NOTIFICATIONS AND LICENSES PART GENERAL 1.01 PERMITS A. The Contractor will be required to obtain any and all permits required by the City of Pleasant Hill to dothe work in connection with the Contract. 1. Encroachment Permit:Contractor shalt apply to the City Engineering Division for an encroachment permit prior' to commencing with any work. The encroachment permit will be issued at no cost to Contractor. 2. Construction Water Permit: The contractor shall apply to the City Engineering Division for a hydrant meter for use in drawing water for construction uses. B. BUILDING PERMITS 1. The General Building Permit and Plan Check Fee: Paid by the Owner; the Contractor shall not include such fees in Contract Sum. 2. Other permit fees, including encroachment permit fees shall be paid by the Contractor. 1.02 LICENSES A. The Contractor and each subcontractor will be required to obtain a City Business License, at their sole cost and expense, prior to commencing any work covered by this Contract. 1.03 NOTIFICATIONS A. The Contractors shall be responsible for notification of residences and businesses in advance of construction work. FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01060/1 PERMITS,NOTIFICATIONS AND LICENSES SECTION 01060 1.44 UTILITY FEES 1. Utility connection fees, meter fees, lateral fees, utility structure changes and tariffs, inspection fees and the like shall be paid by the Owner; the Contractor shall not include such fees in Contract Sum. 2. Contractor shall contact utility companies and ascertain their requirements. 3. Annexation fees, flood control fees, pollution district fees and the like shall not be included in the contract sum. PART Z PRODUCTS None this Section PART 3 EXECUTION 3.01 COMPLIANCE A. The Contractor shall at all times comply with the terms and conditions of any permit or license required by the City or other authority during the performance of the work of this contract. PART 4 MEASUREMENT&PAYMENT 4.01 PERMITS AND LICENSES A. Payment for obtaining all required permits and licerises shall be considered as included in the contract price bid for"Mobilization" and no additional compensation shall be made therefor. 4.02 CONSTRUCTION WATER USAGE A. Payment for hydrant meter rental and construction water usage shall be considered as included in the contract prices bid for the various items of contract work and no additional compensation shall be made therefor. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 010602 ,;: <. SECTION 01204 PROTECT MEETINGS PART1 GENERAL 1.41 RELATED DOCUMENTS A. The project plans and specification, which include Division 1 of these special provisions, apply to the work of this section. 1.02 DESCRIPTION OF WORD. A. The work includes the administration of project meetings. 1.03 RELATED SPECIFICATIONS A. Special Provisions—Coordination/Cooperation' B. Special Provision—Mobilization. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 COMPLIANCE A. The Owner shall be responsible for physical arrangements of the twice monthly progress meetings, and specially called meetings throughout the progress of the work. This shall include; 1. Provide meeting room with table and seating for six people. 2. Provide chalk or white board,3' x 4' minimum dimensions,with chalk:or markers. 3. Provide telephone. B. Representative of the contractors, subcontractors and suppliers attending meetings shall' be qualified and authorized to act on behalf of the entity each represents. C. The engineer may attend meetings to ascertain that work is expedited consistent with the contract documents and construction schedules. FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01200/1 ........................................................................ ............. ...................................... ............. PROJECT MEETINGS SECTION 01200 3.02 PROGRESS MEETINGS A. Attend regular twice monthly meetings. B. Attend called meetings as required by progress of the work. C. Location of the meetings: Project site. D. Attendance: 1. The Engineer, and/or his representative. 2. The Contractor. 3. Subcontractors as appropriate to the agenda. 4. Suppliers as appropriate to the agenda. E. Suggested Agenda: 1. Review, approval of minutes if previous meeting. 2. Review corrective measures requested at previous meeting. 3. Review of work progress since previous meeting. 4. Field observations,problems, conflicts. 5. Problems which impede construction schedule. 6. Progress schedule during succeeding work period. 7. Revisions to construction schedule. 8. Review submittal schedules;expedite as required. PART 4 MEASUREMENT&PAYMENT 4.01 PROJECT MEETINGS A. The contract price paid for"Mobilization" shall include full compensation for all project meetings, and no additional compensation shall be made therefore. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01200/2 ............. ...... SECTION 01300 SUBMITTALS PART 1GENERAL 1>.01 REQUIREMENTS INCLUDED A. Procedures. B. Construction Progress Schedules. C. Shop Drawings. D Product Data. F. Manufacturer's Instructions. G. Manufacturers'Certificates. H. Samples. 1. Field Samples. 1.02 RELATED REQUIREMENTS A. General Conditions. 1.03 PROCEDURES A. Deliver submittals to Construction ;Manager. Construction Manager will distribute as shown on the flow diagram at articlel.03L in this Section 01300. B. Transmit each item under the Project Transmittal Form (attached on Page 13000/5). Identify Project, Contractor, subcontractor, major supplier; identify pertinent Drawing sheet and detail number, and Specification Section number, as appropriate. Identify deviations from Contract Documents. Provide space for Contractor and Construction Manager review stamps. Contractor shall also state that each submittal complies with Part 2 "Products" of each specification Section for which the submittal is made. The characteristics of Part 2 must be individually referenced, by submittal page number in the submittal as conforming. FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01300/1 SUBMITTALS SECTION 01300 C. The Contractor shall review, approve and submit to the Construction Manager Shop Drawings, Product Data, Samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Owner or of separate contractors. Submittals made by the contractor which are not required by the Contract Documents may be returned without action. D. The Contractor shall perform no portion of the Work requiring submittal and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been approved by the Construction Manager. Such Work shall be in accordance with approved submittals. E. By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, filed measurements and field construction criteria related thereto, or will do so, and has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents. F. The Contractor shall not be relieved of responsibility for deviations from requirementsof the Contract Documents by the Construction Manager's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor' has specifically informed the Construction Manager in writing of such deviation at the time of submittal and the Construction Manager has given written approval to the specific deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Construction Manager's approval thereof. G. The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples or similar submittals, to revisions other than those requested by the Construction Manager on previous submittals. H. Submit initial progress schedules and schedule of values in duplicate within 10 days after date of Owner-Contractor Agreement. After review by Construction Manager,'revise and resubmit as required. Submit revised schedules with each.application for payment, reflecting changes since previous submittal. 1. Comply with progress schedule for submittals related to Work progress. Coordinate submittal of related items. J. After Construction Manager's review of submittal, revise and resubmit, as required, identifying changes made since previous submittal. Subsequent reviews or inspections made necessary by Contractor's failure to correct any final inspection items noted shall be paid for by the Contractor. The Construction Manager's, as well as his Consultants invoices to the Owner, will include a charge of$150.00 per hour, including travel time plus expenses. Cost of any such invoices will be deducted from the Contractor's Final Payment. FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 0130012 _. .. ._....__. ...._._.. .._...... . ........ ......... ... ._.... ......... _._........._.. . _. .__ .... . ....... _.__ . .... ..__ ..___ ....... ...._.............. SUBMITTALS SECTION 01300 FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01300/3 ........................................................................................................................................................................................................................................................... . ..... .... ..... SUBMITTALS SECTION 01300 K. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. L. Flow Chart attached. 1.04 SHOP DRAWINGS A. For all submittals, submit in the form of one reproducible and eight(8)prints. B. After review, reproduce and distribute in accordance with requirements in Article on Procedures,above. 1.05 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the Work. B. Submit the number of copies as required for shop drawings. C. Failure to submit as indicated in specification will result in withholding of project payments. 1.06 MANUFACTURER!S INSTRUCTIONS A. When required in individual Specification Section, submit manufacturer's printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for shop drawings. B. Failure to submit as indicated in specification will result in withholding of project payments. 1.07 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' certificate to Construction Manager for review, in quantities specified for shop drawings. B. Indicate material or Product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Construction Manager. D. Failure to submit as indicated in specification will result in withholding of project payments. 1.08 SAMPLES FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01300/4 ...................... SUBMITTALS SECTION 01300 A. Submit specified samples of manufacturers'colors, textures,and patterns for Construction Manager selection. Submit samples for selection of finishes within 30 days after date of contract. B. Submit samples to illustrate functional characteristics of the product, with integral parts and attachment devices. Coordinate submittal of different categories for interfacing work. C. Include identification on each sample,giving full information. D. Submit the number specified in respective Specification section; one will be retained by Construction Manager. Reviewed samples which may be used in the work are indicated in the Specification Section. E. Failure to submit as indicated in specifications will result in withholding of project payments. 1.09 FIELD SAMPLES A. Provide field samples of finishes at Project as required by individual Specifications section. install sample complete and finished. Acceptable samples in place may be retained in completed work. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED PART 4 MEASUREMENT ARID PAYMENT 4.01 SUBMITTALS A. Measurement and payment for submittals shall be considered as included in the prices bid for the various items in the Bid Proposal and shall be considered as full compensation for all labor,materials,tools, and incidentals required. END OF SECTION FIRE STATIONS#t2 and#5 PLEASANT HILL, CA JOB#441 01300/5 SECTION 41370 SCHEDULE OF VALUES PART1 GENERAL 1.131 REQUIREMENTS INCLUDED A. Within 15 days of award of bid, submit to the Architect a Schedule of Values allocated to the various portions of the Work. B. Upon request of the Architect, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the Architect, shall be used as the basis for the Contractor's Applications for payment. 1.02 RELATED REQUIREMENTS A. General Conditions. 1.03 FORM AND CONTENT OF SCHEDULE OF VALUES A. Type schedule on City of Antioch Progress Payment Sheet; Contractor's standard 8-1f2 inch x 11 inch forms of automatic printout will be considered by the Architect upon Contractor's request. Identify schedule with: 1. Title of project and location. 2. Architect and project number. 3. Name and address of Contractor. 4. Contract designation. 5. Date of submission. B. Schedule shall list the installed value of the component parts of the progress payments during construction. FIRE STATIONS##2 and#S PLEASANT HILL, CA JOB#001 001 01370/1 SCHEDULE OF VALUES SECTION 01370 C. 11'), the following as the format for listing the items: I. FS#2 Demolition 7. FS #5 Demolition 2. FS #2 Fuel Tank Removal 8. FS #5 Base Rock/Asphalt 3, FS#2 Fuel Tank Installation 9. FS#5 Site Concrete 4. FS #2 Base Rock/Asphalt 10. FS #5 Pavement Marking 5. FS#2 Site Concrete IL Overhead and Profit FS #2 Pavement Marking D, For each major line item, list sub-values of major products or operations under the item. h. No payment shall be made for work not installed. F. The sum of all values listed in the schedule shall equal the totalContractSum. PA,RT 2 PRODUCTS -40T USED < . EXECUTION END OF SECTIO FIRS;S ATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01370/2 SECTION 01400 QUALITY CONTROL PARTl GENERAL 1.01 SECTION INCLUDES A. Quality assurance and control of installation. B. References. C. Field samples. D. Manufacturers'field services and reports. 1.02 RELATED SECTIONS A. Section'01300- Submittals. B. Section 0'1410-Testing Laboratory Services. C. Section 01600-Material and Equipment. 1.03 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply fully with manufacturers'instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Construction Manager before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration,physical distortion or disfigurement. FIRE STATION#2 and#5 PLEASANT HILL,CA JOB#002 0240012 QUALITY CONTROL SECTION 41400 1.04 REFERENCES A. Should specified reference standards conflict with Contract Documents, request clarification for Construction Manager before proceeding. B. The contractual relationship of the parties to the Contract shall not be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.05 FIELD SAMPLES A. Install field samples at the site as required by individual specifications Sections. B. Acceptable samples represent a quality level for the work. 1.06 MANUFACTURERS'FIELD SERVICES AND REPORTS A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. Notify Owner and Construction Manager in advance of start-up of equipment. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers'written instructions. C. Submit report in duplicate within 15 days of observation to Construction Manager for review. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION FIRE STATION#2 and#5 PLEASANT HILL,CA JOB#001 01400/2 SECTION 01410 TESTING LABORATORY SERVICES PART 1GENERAL 1.01 REQUIREMENTS'INCLUDED A. Owner-provided testing laboratory services. B. Contractor provided'laboratory services. 1.02 RELATED REQUIREMENTS A. General Requirements B. Individual Specifications Sections: Inspections and tests required,and standards for testing. 1.03 REFERENCES A. ANSI/ASTM E329- Standard Recommended Practice for Inspection and Testing Agencies for Concrete,Steel, and Bituminous Materials as Used in Construction. B. Uniform Building Code, 1991 Edition. 1.04 SELECTION AND PAYMENT A. Owner will employ and pay for services of an independent testing laboratory to perform specified inspection and testing, 1.05 QUALITY ASSURANCE A. Comply with requirements of ANSI/ASTM'E329 and ANSI/ASTM D3740. B. Laboratory shall maintain a full-time registered Engineer on staff to review services. C. Laboratory authorized to operate in California. D. Testing equipment shall be calibrated at reasonable intervals with devices of an accuracy traceable to either NBS Standards or accepted'values of natural physical constants. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01410/1 ..............................................................................- .....................I--....................................... TESTING LABORATORY SERVICES SECTION 01410 1.06 LABORATORY REPORTS A. After each inspection and test,promptly submit copies of laboratory report to Owner and Contractor. Include: Date issued,Project title and number,name of inspector, date and time of sampling or inspection, identification of product and Specifications section, location in the Project, type of inspection or test, date of test, results of tests, and conformance with Contract Documents. When requested by Construction Manager,provide interpretation of test results. 1.07 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release,revoke, alter, or enlarge on requirements of Contract Documents. B. Laboratory may not approve or accept any portion of the Work, C. Laboratory may not assume any duties of Contractor. D. Laboratory has no authority to stop Work. 1.08 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location adequate samples of materials proposed to be used,which require testing. B. Cooperate with laboratory personnel,and provide access to Work. C. Provide incidental labor and facilities to provide access to work to be tested,to obtain and handle samples at the site or at source of products to be tested,to facilitate tests and inspections. D. Project Superintendent shall schedule testing lab,tests/inspections in concurrence with Construction Manager; the Project Superintendent shall notify the project inspector in sufficient time for him to verify readiness of work to be tested/inspected but not less than 48 hours in advance. 1.09 SCHEDULE OF TESTS A. Tests to be provided by contractor. WORK TYPE OF TESTS OR INSPECTIONS Reinforcement Tests: Where certificates and tests as specified in Section 03300 are not provided, test reinforcing bars at contractors expense before use in tension and bending as per ASTM A615. FIRE STATIONS#2 and#5 PLEASANT HILL, CA JOB#001 01410/2 ........................ ......................... TESTING LABORATORY SERVICES SECTION 01410 B. 'Tests to be provided by Owner. WORK TYPE OF TESTS OR INSPECTIONS Earthwork: Observation of all excavations and engineering control of all fills and backfills by Geotechnical Engineer. The Geotechnical Engineer shall submit a final report stating that all work was performed in accordance with the Contract Documents and Foundation Investigation Reports. Tests will include compaction tests on Subgrade, and Aggregate Base and a Hot Plant inspection of the Asphalt Cement batch plant. Concrete Slump Test: ASTM C 143 - 74 Concrete: Make,cure, and store test cylinders as Compression per ASTM C-31 and C-172 One cylinder C. Inspection by Geotechnical Engineer 1. Notification by contractor: In addition to tests and inspections called for in this section,notify Construction Manager for inspection and testing of various parts of the work as called for in applicable sections of the specifications. Notify 48 hours in advance to assure inspection prior to covering up or closing in of the work involved. Any work covered up before such required inspections shall be uncovered or removed at Contractor's expense. 2. Required Inspections(see applicable sections of specifications for details): a. Excavation b. Concrete forms and reinforcing steel. C. All concrete pouring. d. Mechanical,electrical and plumbing inspections shall occur as specified and prior to closing in of system or its components. D. Manufacturer's field services and reports. 1, When specified in individual specification sections,require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship,start-up of equipment, test, adjust, and balance of equipment as applicable, and to initiate instructions when necessary. 2. Individuals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers written instructions. FIRE STATIONS#€2 and#5 PLEASANT HILL,CA JOB#001 01410/3 ...................... ...... ..............-........ ............. TESTING LABORATORY SERVICES SECTION 01410 3. Submit report in duplicate within 30 days of observation to Engineer for review. PART 2 PRODUCTS NOT USED PARTS EXECUTION NOT USED PART MEASUREMENT AND PAYMENT 4.01 TESTING LABORATORY SERVICES A. Measurement and payment for"Tests to be Provided by Contractor"shall be considered as included in the prices bid for the various items in the Bid Proposal and shall be considered as full compensation for all labor, materials, tools, and incidentals required. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01410/4 ............... SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PARTI GENERAL 1.01 REQUIREMENTS INCLUDED A. Electricity,Lighting. B. Heat,Ventilation. C. Telephone Service. D. Facsimile Machine. E. Water. F. Sanitary Facilities. G. Barriers. H. Enclosures. I. Protection of Installed Work. J. Security. IC. Water Control. L. Cleaning During Construction. M. Field Office. N. Removal. O. Hours of Construction. P. ExistingConditions; 1.02 RELATED REQUIREMENTS A. General Conditions. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0150011 ................................I........................... ................................................................................................ ...... CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 01500 1.03 ELECTRICITY,LIGHTING A. Owner to provide temporary electric service at location as available through existing exterior electrical outlets B. Contractor to provide power outlets for construction operations, with branch wiring and distribution boxes. Provide flexible power cords as required. 1.04 HEAT,VENTILATION A. Not applicable. 1.05 TELEPHONE SERVICE A. Contractor to provide and pay for telephone service. B. Owner to provide telephone at twice monthly progress meetings. 1.06 FACSIMILE MACHINE A. Provide, maintain and pay for facsimile machine on dedicated phone line, capable of sending and receiving 11 inch by 14 inch documents. This may be provided by Contractor off site. B. Facsimile machine to remain in operation 24 hours a day with the capability of automatically receiving documents without supervision. 1.07 WATER A. Connect to existing service at street, coordinate with water district as required. 1.08 SANITARY FACILITIES A. Owner to provide sanitary facilities for use by contractor personnel. 1.09 BARRIERS A. Provide as required to prevent public entry to construction areas and to protect facilities and adjacent properties from damage from construction operations. 1.10 ENCLOSURES A. Provide temporary weather-tight closures of openings in exterior surfaces to provide acceptable protection for materials and to prevent entry of unauthorized persons. Provide doors with self-closing hardware locks. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01500/2 ............. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 015434 1.11 PROTECTION OF INSTALLED WORK A. Provide temporary protection for installed products. Control traffic in immediate area to minimize damage. 1.12 SECURITY A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or theft. B. Initiate security program in compliance with owner's system prior to job mobilization. 1.13 WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide and operate pumping equipment. 1.14 CLEANING DURING CONSTRUCTION A. Control accumulation of waste materials and rubbish;periodically dispose of off-site. 1.15 FIELD OFFICES AND SHEDS B. Storage shed: Provide container type storage shed,watertight and lockable. Size to suit. C. Locate shed in staging area. 1.16 REMOVAL A. Remove temporary materials, equipment, services, and construction facilities prior to Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary facilities. 1.17 HOURS OF CONSTRUCTION A. Conform to hours of construction noted as a condition on the building permit. 1.18 EXISTING CONDITIONS A. Protect physical features which are scheduled to remain, repair or replace should they become damaged. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#441 41504/3 ............. .............. .............. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SECTION 01500 B. Walk entire site perimeter with Construction Manager and Ownefs representatives prior to start of construction and before any equipment or materials are delivered to site. C. Note and mark condition of physical features. 1. Mark cracks in sidewalks and curbs with white spray paint where work is scheduled to remain. 2. Mark sidewalks and curbs with orange spray paint where work is scheduled to be removed. 3. Note conditions on site plan. 4. Take photographs if deemed necessary. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01500/4 SECTION 01545 MOBILIZATION PART1 GENERAL 1.01 INCLUDED WORK A. The work of this section includes preparatory work and operations required to mobilize for the work. 1.02 RELATED WORK A. Special Provisions-Coordination/Cooperation B. Special Provisions-Permits,Notifications,Licenses C. Special Provisions-Construction Schedule 1.03 REFERENCES/SPECIFICATIONS A. Contract Drawings and Specifications, the City and Contra Costa County Standard Specifications and Division 1 Specifications apply to the work of this section. PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 GENERAL A. Mobilization shall conform to the requirements of the Standard Specifications. PART 4 MEASUREMENT AND PAYMENT 4.01 MOBILIZATION A. The lump sum price paid for "Mobilization" shall be included as full compensation for mobilization as specified herein and no additional compensation will be made. B. Payment for mobilization will be included in demolition payment item. C. 25% of the mobilization amount is reserved for demobilization and will be included in overhead and profit. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0150511 SECTION 01530 BARRIERS AND ENCLOSURE PART1 GENERAL 1.01 BARRIERS AND ENCLOSURES A. The Contractor shall at all times; consistent with the ordinary and intended uses of the right- of-way, conduct the work and maintain the site of the work in a manner to provided for adequate and safe use by the public. B. The Contractor shall provide for the safe passage of public vehicular and pedestrian traffic at all times. C. All conditions which may reasonably be deemed by the Construction Manager to be hazardous shall be secured, pasted, barricaded and illuminated at all times as directed. _ Should the work become improperly barricaded and/or illuminated after hours, the Contractor will be called upon to restore the work to a safe condition as determined by the Construction Manager. If the Contractor fails to respond within a reasonable time as determined by the ConstructionManager the District shall proceed with the corrective measures as necessary and deduct all costs incurred from any payments made to the Contractor. D. The Contractor shall be solely responsible to provide for the protection of work in progress from damage resulting from inclement weather or the ordinary and intended use of the right- of-way. E. The Contractor shall be solely responsible to provide for the protection of equipment, materials or other property, either in use or stored on the site of work,from damage resulting from inclement weather or the ordinary and intended use of the right-of-way. 1.42 RELATED WORK A. The Contract Drawings and Specifications, which include Division 1 of these Special Provisions,apply to the work of this section. PART 2 PRODUCTS 2.41 Materials, products and equipment including signs, lighting devices, and barricades shall conform with the requirements specified. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#00I 01530/1 ............. ............ ....... .............. BARRIERS AND ENCLOSURES SECTION 01530 PART 3 EXECUTION 3.01 GENERAL A. The Contractor ftu-nish,install, and maintain in a workmanlike manner all such signs, lights, barricades, railings and enclosures including fencing to comply with the requirements specified herein. PART 4 MEASUREMENT AND PAYMENT 4,01 BARRIERS AND ENCLOSURES A. Measurement and payment for fiamishing, installing and maintaining and removing_barriers and enclosures shall be considered as included in the prices bid for the various items in the Bid Proposal and shall be considered as full compensation for all labor,materials,tools, and incidentals and no additional compensation shall be made. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#003 01530/2 -—------------- ....... .._. ... . ... . .... .... . _ ... .. ........ SECTION 01540 PROTECTION OF WORK AND PROPERTY PART GENERAL 1.01 PROTECTION OF WORK AND PROPERTY A. The Contractor shall at all times, consistent with the ordinary and intended uses of the right- of-'way and adjoining private parcels,conduct the work and maintain the site of the work in a manner to: I. Protect work in progress. 2. Protect existing public improvements and utilities. 3. Protect existing private improvements and private property. B. The Contractor shall be solely and completely responsible for conditions at the job site, including the safety of all persons and protection of all property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. 1.02 AFTER HOURS EMERGENCIES A. The Contractor shall provide the Construction Manager with the telephone numbers of one superintendent and two appointed alternates for after hour emergencies. 1.03 RELATED WORK A. The Contract Drawings and Specifications, which include Division 1 of these Special Provisions,apply to the work of this section. PART 2 PRODUCTS 2.01 Materials, products and equipment including signs, lighting devices, and barricades shall conform with the requirements of these Special Provisions and the Standard Specifications. PART 3 EXECUTION 3.01 GENERAL A. The Contractor shall schedule and conduct all operations to conform with the requirements of these Special Provisions. FIRE STATION#2 and#5 PLEASANT HILL,CA JOB#001 01540/1 .......................................................................................................... ..............................................................-........... ..........-... PROTECTION OF WORK AND PROPERTY SECTION 01540 B. The Contractor shall furnish, install, and maintain in a workmanlike manner all such signs, lights, barricades, barriers, railings and enclosures including fencing to comply with the requirements specified herein. C. The Contractor shall regularly sweep, wash or otherwise clean streets and sidewalks to prevent the accumulation, of dirt, loose rock, oil, debris or other deleterious material to prevent; nuisance dust; hazards to public vehicular and pedestrian traffic; damage to property;or the blockage or contamination of storm water collection facilities. PART 4 MEASUREMENT AND PAYMENT 4.01 PROTECTION OF WORK AND PROPERTY A. Measurement and payment for "Protection of Work and Property' shall be considered as included in the prices bid for the various items in the Bid Proposal and shall be considered as full compensation for all labor, materials, tools, and incidentals required to famish, install,maintain and remove all barriers and enclosures and to clean streets and sidewalks as specified herein. END OF SECTION FIRE STATION#2 and#5 PLEASANT HILL,CA JOB#001 01540/2 ................................... _.. .._.. ......... ......... .._........_...._. ..................... ........ ......... ................_.._.. _..._ _._..... . SECTION 01600 MATERIAL AND EQUIPMENT -- PART 1GENERAL 1.01 REQUIREMENTS INCLUDED A. Products. B. Transportation and Handling. C. Storage and Protection. D. Product Options. E. Products List. F. Substitutions. 1.02 RELA'T'ED REQUIREMENTS A. Section 01405 - Administrative.Provisions B. Section 01700-Contract Closeout 1.03 PRODUCTS A. Products include material,equipment, and systems. B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. 1.04 TRANSPORTATION AND HANDLING A. Transport products by methods to avoid product damage, deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. B. Provide equipment and personnel to handle products by methods to prevent soiling or damage. C. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.05 STORAGE AND PROTECTION FIRE STATIONS#2 and#5 PLEASANT HILI.,CA JOB#001 01600/1 MATERIAL AND EQUIPMENT SECTION 01600 A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather-tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products,place on sloped supports, above ground. C. Provide off-site storage and protection when site does not permit on-site storage or protection. D. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. E. Store loose granular materials on solid flat surfaces in a well-drained area. F. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement or damage. G. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged and are maintained under required conditions. 1.06 PRODUCT OPTIONS A. Products specified by Reference Standards or by description only. Any product meeting those standards. B. Products specified by naming one or more manufacturers with a provision for substitutions. Submit a request for substitution for any manufacturer not specifically named. 1.07 PRODUCTS LIST A. Within 15 days after date of Owner-Contractor Agreement, submit complete list of major products proposed for use,with name of manufacturer, tr4de name, and model number of each product. 1.08 SUBSTITUTIONS A. Only within_35 days after signing of Owner-Contractor Agreement will Owner consider requests from Contractor for substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of Contractor. B. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. Use of "Spec-Data" sheets is strongly recommended. FIRE STATIONS#2 and#5 01600/2 PLEASANT HILL,CA JOB#001 MATERIAL AND EQUIPMENT SECTION 01600 C. Request constitutes a representation that Contractor: I. Has investigated proposed product and determined that it meets or exceeds, in all respects, specified product. 2. Will provide the same warranty for substitution as for specified product. 3. Will coordinate installation and make ether changes which may be required for Work to be complete in all respects. 4. Waives claims for additional costs which may subsequently become apparent. D. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals without separate written request, or when acceptance will require substantial revision of Contract Documents. E. Owner will determine acceptability of proposed substitution, and will notify Contractor of acceptance or rejection in writing within a reasonable time. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED PART 4 MEASUREMENT AND PAYMENT 4.01 PROTECTION OF WORK AND PROPERTY A. Measurement and payment for "materials and equipment" shall be considered as included in the prices bid: for the various items in the Bid Proposal and shall be considered as full compensation for all labor,materials,tools, and incidentals required. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01600/3 SECTION 01700 CONTRACT CLOSEOUT PART1 GENERAL 1.01 SECTION INCLUDES A. Closeout Procedures. B. Final Cleaning. C. Adjusting.' D. Project Record Documents. E. Operation and Maintenance Data. F. Warranties. G. Spare Parts and Maintenance Materials. H. Extra.Materials. 1.02 RELATED SECTIONS A. General Conditions. 1.03 CLOSEOUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed,Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Construction Manager's inspection. B. Provide submittals to Owner that are required by governing or other authorities. C. Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sun remaining due. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01700/1 CONTRACT CLOSEOUT SECTION 01700 1.04 FINAL CLEANING A. Execute final cleaning prior to final punch inspection. B. Clean site; sweep paved areas,rake clean landscaped surfaces. C. Remove waste and surplus materials,rubbish, and construction facilities from the site. 1.05 ADJUSTING A. Adjust operating Products and equipment to ensure smooth and unhindered operation. 1.06 PROJECT RECORD DOCUMENTS A. Maintain on site, one set of the following record documents; record actual revisions to the Work. Contract drawing set to be reproducible sepia set. I Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other Modifications to the Contract. 5. Reviewed shop drawings,product data, and samples. B. Store Record Documents separate from documents used for construction. C. Label and file Record Documents and samples in accordance with Section number listings in Table of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large,printed letters. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each Product section description of actual Products installed, including the following: I Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda, Modifications, Change orders, Field Directions and Supplementary Installations. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01700/2 CONTRACT CLOSEOUT SECTION 01700 F. Record Documents and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surfaceimprovements. 2. Field changes of dimension and detail. 3. Details not on original Contract Drawings. 4. Changes during actual construction. G. Submit document to Construction Manager prior to claim for final Application for Payment. 1.07 OPERATION AND MAINTENANCE DATA A. Submit two copies of completed volumes in initial form 15 days prior to final inspection. One copy will be returned after review with Construction Manager and Owner comments. Revise content of documents as required prior to final submittal. B. Submit three sets prior to final inspection, bound in 8-112 x'11 inch text pages, capacity expansion binders with durable plastic covers. C. Prepare binder covers with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when multiple binders are required. D. Internally subdivide the binder contents with permanent page dividers, 'logically organized as described below; with tab tilting clearly printed under reinforced laminated plastic tabs. E. Contents: Prepare a Table of Contents for each volume, with each Product or system description identified, type on 24 pound white paper. F. Part l: Directory, listing names, addresses, and telephone numbers of Construction Manager, Contractor, Subcontractors, and major equipment suppliers. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. Identify the following: 1. Significant design criteria. 2. List of equipment. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01700/3 ......... .._...... ......... ......... ..... _..... _... ....... ....._........................ _.. ..__..... _....... CONTRACT CLOSEOUT SECTION 01740 3. Parts list for each component. 4. Operating instructions. 5. Maintenance instructions for equipment and systems. 6. Maintenance instructions for finishes, including recommended cleaning methods and materials and special precautions identifying detrimental agents. Part 3: Project documents and certificates,including the following:` I. Shop drawings and product data. 2. Certificates. 3. Photocopies of warranties. 1.08 WARRANTIES A. Provide three duplicate copies. B. Execute and assemble documents from Subcontractors,suppliers, and manufacturers. C. Provide table of contents and assemble with durable plastic cover. D. Submit prior to final application for payment. E. For items of Work delayed beyond date of substantial completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of warranty period. 1.09 SPARE PARTS AND MAINTENANCE MATERIALS A Provide products, spare parts and maintenance materials in quantities specified in individual specification Sections. Tag for use and location. B. Provide in the same sequence as Products are delivered to site. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0170014 SECTION 01701 CONTRACT CLOSEOUT PROCEDURES PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. Administrative provisions for Substantial Completion and for final acceptance. 1.02 RELATED REQUIREMENTS A. General Requirements. B. Section 01005 w..Special Conditions. C. Section 01700- Contract Closeout. 1.03 SUBSTANTIAL,COMPLETION A. when Contractor considers Work or designated portion of Work is substantially complete, submit written notice with list of items to be completed or corrected. B. Should Architect inspection find. Werk is not substantially complete, he will promptly notify Contractor in writing, listing observed deficiencies. C. Contractor shall remedy deficiencies and send a second written notice of substantial completion. D. When Construction Manager finds Work is substantially complete he will prepare a Certificate of Substantial Completion in accordance with provisions of General Conditions. 1.04 FINAL COMPLETION A. When Contractor considers Work is complete, submit to Construction Manager written certification. 1. Contract Documents have been reviewed. 2. Work has been inspected by contractor for compliance with Contract Documents, 3. Work has been completed in accordance with.Contract Documents, and deficiencies listed with Certificate of Substantial Completion have been corrected.. 4. Equipment and systems have been tested, adjusted and balancedand are fully operational. FIRF STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0170111 CONTRACT CLOSEOUT PROCEDURES SECTION 01701 5. Operation of systems has been demonstrated to Owner`s personnel. 6. Work is complete and ready for final inspection. B. Should Construction Manager inspection find Work incomplete, he will promptly notify Contractor in writing listing observed deficiencies. C. Contractor shall remedy deficiencies and send a second certification of final completion. D. When Construction Manager finds work is complete, he will consider closeout submittals. 1.05 CLOSEOUT SUBMITTALS A. Evidence of Compliance with Requirements of Governing Authorities l. Certificate of Occupancy from City. 2. Certificates of Inspection required by City for plumbing, mechanical and electrical systems. B. Project Record Documents: Under provisions of Section 01700. C. Operation and Maintenance Data: Under provisions of Section 01700. L. Warranties: Under provisions of Section 01700. E. Spare Parts and Maintenance Materials: Under provisions of Section 01700. F. Evidence of Payment and Release of Liens: In accordance with Conditions of the Contract. G. Certificates of Insurance for Products and Completed Operations: In accordance with General Conditions. 1.06 STATEMENT OF ADJUSTMENT OF ACCOUNTS A. Submit final statement reflecting adjustments to Contract Sum indicating: 1. Original Contract Sure. 2. Previous change orders. 3. Allowances. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 01701f2 CONTRACT CLOSEOUT PROCEDURES SECTION 01701 4. Unit prices. 5. Deductions for uncorrected work. 6. Deductions for liquidated damages. 7. Deductions for reinspection fees. 8. Other adjustments to Contract Sum. 9. Total Contract Sure as adjusted. 10. Previous Payments. 11. Sum remaining due. 1.07 APPLICATION FOR FINAL PAYMENT A. Submit application for final payment in accordance with Provisions of Conditions of the Contract. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION FIRE STATIONS#2 and#5 PLEASANT DILL,CA JOB#001 01701/3 SECTION 01720 PROJECT RECORD DOCUMENTS PART1 GENERAL 1.01 INCLUDED WORK A. The work of this section includes the preparation and maintenance of project record documents. 1.02 RELATED WORK A. Special Provisions-Coordination/Cooperation B. Special Provisions-Mobilization PART 2 PRODUCTS NOT USED PART 3 EXECUTION 3.01 GENERAL A. Maintain at the site for the District,one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders. 5. Product data and samples. 3.02 MAINTENANCE OF DOCUMENTS AND SAMPLES A. The Contractor shall store record documents and samples at the site. B. Maintain documents in a clean, dry, legible condition and in good order. Record documents are not to be used for construction purposes. FIRE STATIONS#2 and#5 PLEASANT MILL,CA JOB#001 01720/1 PROJECT RECORD DOCUMENTS SECTION 01720 C. Make documents and samples available at all times for inspection by the Engineer. 3,03 RECORDING A. Label each document"PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. C. Drawings are to be legibly marked to record actual construction: I Depths of various elements of construction relative to top of curb or pavement. 2. Horizontal and vertical locations of underground utilities and appurtenances. 3. Field changes of dimensions and detail. 4. Changes made by change order. 5. Details not on original Contract Drawings. D. Specifications and addenda-legibly mark section to record: 1 Manufacturer, trade name, catalog number, and supplier of each product and item actually installed or constructed. 2. Changes made by change order. 3.04 SUBMITTAL A. At the close-out,deliver record documents to the Engineer. B. Accompany submittal with transmittal letter containing: I Date. 2. Project title and number. 3. Contractors name and address. 4. Title and number of each record document. 5. Signature of the Contractor or authorized representative. PART 4 MEASUREMENT AND PAYMENT FIRE STATIONS#2 and#5 01720/2 PLEASANT HILL,CA JOB#00 1 ........... PROJECT RECORD DOCUMENTS SECTION 01720 4.01 PROJECT RECORD DOCUMENTS A. The contract price paid for"Mobilization"shall include full compensation for project record documents,and no separate payment shall be made therefor. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0I72013 SECTION 41740 WARRANTIES AND BONDS PART GENERAL 1.01 GUARANTEE AND WARRANTY A. One Year Correction Period 1. If within one year after the date of District's acceptance of the Work or such lunger period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shalt promptly, without cost to District and in accordance with District's written instructions, either correct such defective Work, or, if it has been rejected by District, remove it from the site and replace it with nondefective Work. B. Failure to Comply Promptly 2. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage,District may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys and ether professionals)shall be paid by the Contractor. a. In special circumstances where a particular item of equipment is placed in continuous service before final acceptance of the Work by District, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Supplemental Agreement. C. Ownees Enforcement 1. In the event it is necessary for District to file suit to enforce any liability of Contractor pursuant to this Part, District shall be entitled to recover from Contractor, in addition to all other amounts found due and owing,cost of suit and expenses including,but not limited to, fees of engineers, arbitration costs, arising directly, indirectly or consequential out of any action, legal or equitable, caused by the successful enforcement of Contractor's obligations, all to be taxed as costs and included in any judgement rendered. FIRE STATIONS #2 and #5 PLEASANT HILL,, CA JOB #001 01740/1 .................................................— ..................................... ................................ .............................. .............................. ........................... WARRANTIES AND BONDS SECTION 01740 PART 2 PRODUCTS NOT USED PART EXECUTION 3.01 WARRANTY BOND A. Prior to County's acceptance of the Contract as complete, Contractor shall deliver to the District a Warranty Bond in the amount often(10)percent of the final contract amount. 3.02 GUARANTEE AND WARRANTY FORM A. Contractor shall execute and deliver to the District through the Construction Manager a copy of the Warranty Form included herein,before City's final acceptance of the work. PART 4 MEASUREMENT AND PAYMENT 4.01 GUARANTEE AND WARRANTY A. The contract price or price bid for "Guarantee and Warranty" shall include full compensation for the Contractor's guarantee of the improvement work in accordance with these special provisions. FIRE STATIONS #2 and #5 PLEASANT HILL, CA JOB #001 01740/2 ........................... WARRANTIES AND BONDS SECTION 01740 GI TARA1'I EE AND W2R ANTY FORM WARRANTY FOR. CONTRA COSTA.COSY FIRE PROTECTION DISTRICT We hereby guarantee the Contract or Project, which we have constructed, for a period of one (1) year after'the date of acceptance ofthe Work by the COUNTY OF CONTRA COSTA COUNTY. We agree that if any of the improvement work should fail due to any reason other than improper maintenance or improper operation, if any settlement of fill or backfill occurs,or should any portion if the work failto fulfill any of the requirements of the Specifications, we will, within five days after written notice of such defects,;commence to repair or replace the same together with any other work which maybe damaged or displaced in so doing. In the event of our failure to comply with the above mentioned conditions within a reasonable time alter being notified,or should the exigencies of the case require repairs or replacements to be made before we can be notified or respond to notification,we do hereby authorize the CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT to proceed to have the defect repaired and made good at our expense,and we will pay the cost therefor upon demand. The warranty provided herein shall not be in lieu of, but in addition to any warranties or other obligations otherwise imposed by the Contract Documents and by Law. Contractor: Signed: (Authorized Representative) -- Title: (Authorized Representative) Date: END SECTION FIDE STATIONS #2 and #5 PLEASANT HILL, CA JOB #O01 01740/3 SECTION 42065 REMOVALWORK PART1 -GENERAL 1.41 GENERAL,CONDITIONS' A. The requirements of the "General Conditions of the Contract", "Supplementary General Conditions", and of Division 1, "General Requirements", shall apply to all work of this Section with the same force and effect as though repeated in full herein. B. The following items shall apply: 1. City of Pleasant Bill"City" 2. Contra Costa County Fire Protection District"District,Owner" 3. Contra Costa County"County" 4. Stewart Enterprises ll"Construction Manager" 5. Luk and Associates"Engineer" 6. "Geotechnical Engineer"to be established for site testing and observation. C. Use of fire department facilities and utilities will not be permitted. Parking will be restricted at the station and contractor is not to interfere with station personnel and with district operations. D. Improvements are to be assumed unusable by fire department until completion of adequate cure time and contractor shall not proceed with work that will disrupt fire department operations prior to acceptance of contractor's previous work. E. City of Pleasant Hill is the building inspection agent. 1.42 SCOPE OF WORK A. Provide improvements which are indicated to be removed including the following principal items. I. Remove improvements that are indicated to be removed in the areas of neve construction and which are not indicated to be removed by others,including AC pavement and concrete pavement. B. Related requirements specified elsewhere include: 1. Clearing and excavating-Section 02200,EARTHWORK. 1.03 JOB CONDITIONS A. Work to be demolished may contain hazardous materials.The Owner shall retain and pay for FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0206511 .......... ......... ......... ......... ........ _. _ ._....... ........... ...... REMOVAL WORK SECTION 02200 the services of a Testing Agency to perform and report on tests for such suspected materials. If hazardous materials are encountered,the Owner will provide for subsequent testing and abatement under separate contract. B. The Work shall be conducted in an orderly manner and not so as to create nuisances. Removed material shall not be permitted to accumulate on streets or sidewalks nor to be washed into sewers. C. Asphalt concrete to be removed shall be disposed of off site in a mariner acceptable to the Owner. PART 2-PRODUCTS 2.01 MATERIALS A. Materials which are to be salvaged for reuse in the work shall become the property of the Contractor until reinstalled and accepted. B. Materials which are to be removed and not reused shall become the property of the Contractor. C. Removed and gnded pavement may be used as new aggregate base only with the approval of Geotechnical Engineer. PART 3-EXECUTION 3.01 PREPARATION A. Inspect existing conditions of work, including elements subject to damaging movement during removal operations. B. Be responsible for disconnecting or relocating utility services as required before starting removal work. C. Protect the safety of persons; protect improvements to remain, materials to be salvaged, adjacent properties,existing utilities,streets,and the like from damage. D. Perform installation of proposed utilities essential for continuous normal operation ofexisting facilities as determined by the owner. 3.02 REMOVAL OPERATIONS A. Remove all portions of improvements not to remain. B. Removed materials,which are not to be reused,shall be disposed of outside the site as they accumulate.Do not store,or otherwise dispose of such materials on the site. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 020G5i2 ::::::..::.::.,..,..:::::::..:::::....... ........ SECTION 02200 EARTHWORK PART 1 -GENERAL 1.01 GENERAL CONDITIONS A. The requirements of the "General Conditions of the Contract", "Supplementary General Conditions", and of Division 1, "General Requirements", shall apply to all work of this Section with the same force and effect as though repeated in full herein. B. Related requirements specified elsewhere include. 1. Removal Work Section 02065. 1.02 SCOPE OF WORK A. Clearing,grubbing and stripping B Grading,excavating,filling and backfilling. C. Driveway and parking areas. D. Dust alleviation and control. E. ErosionControl. F. Cleanup'and disposal of excess material. G. The Work shall include the provision of all labor,materials,tools,equipment and apparatus not specifically mentioned herein or noted on the plans, but which are obviously necessary to complete the Work specified 1.03 RELATED WORK IN OTHER SECTIONS A. Section 02065 -Removal Work Section 1.04 CODES AND STANDARDS A. Excavating,filling,backfilling,and grading work shall meet the applicable requirements of the Uniform Building Code and the standards and ordinances of state and local governing authorities. 1.05 QUALITY ASSURANCE A. All Work shall be done to the satisfaction ofthe designated representative of the Geotechnical Engineer. The Contractor shall notify the Geotechnical Engineer at least 48 hours prior to performance of any site earthwork. B. Finish surface of the site shall not vary more than 0.10 feet from that called for on the plans or detail drawings. C. Percentage of compaction specified shall be the minimum acceptable. The percentage FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02200/1 ........... ....................... . ............_ .................. ._. ......... - EARTHWORK SECTION 02200 represents the ratio of the dry density of the compacted material to the maximum dry density of the material as determined by the procedure set forth in ASTM Designation D1557,latest edition. D. Perform the work of this Section in compliance with applicable requirements of all governmental agencies having jurisdiction. E. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and the methods needed for proper performance of the specified work. F. Use equipment in adequate size,capacity and numbers to accomplish the specified work in a timely manner. G. Except as modified by the requirements herein or indicated on the Drawings,earthwork shall conform to the applicable requirements of the following codes and standards. Nothing contained herein shall be construed as permitting work that is contrary to code requirements. 1.06 PROJECT CONDITIONS A. General I. The Contractor shall familiarize himself with the soil conditions at the site. 2. No responsibility is assumed by the Owner,Engineer or Soils Engineer for subsoil quality or conditions. No claim for extra compensation,or for extension of time,will be allowed on account of subsurface conditions,except as provided elsewhere herein. 3. Existing grade conditions as shown on the plans by contours and spot elevations are accurate as could be obtained. The Contractor shall accept the site as it exists and complete the site work. B. Utilities: 1. If existing utilities are found to interfere with the permanent facilities being constructed under this Contract, immediately notify the Architect and secure his instructions. 2. Do not proceed with permanent relocation of utilities until written instructions are received from the utility company. C. Contractor shall accurately grade and prepare the site to the lines and grades called for on the pians and detail drawings with due provision for future surface improvements. x D. Material for site embankments,where required,shall consist of suitable excavated material if available,or such imported borrow material as may be required for the work conforming to the requirements of the specifications herein and approved by the Geotechnical Engineer. E. Contractor shall provide dust alleviation and control measures satisfactory to the Engineer at all times during the course of the work at no additional expense to the Owner. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02200/2 .1111 1111._. ......... ........: ......... ......... ......... ....... ......_..... ..... ........ ....... ...... .......... 111.1......._ ..._._._......._... EARTHWORK SECTION 02200 F. Contractor shall be solely responsible for the maintenance of graded areas until final acceptance thereof, and shall take such actions of whatever nature as may be necessary or required to protect the graded surface from erosion during installation and until final acceptance thereof by the owner. 1.07 DEFINITION OF TERMS A. FILL-all soil material placed to raise the natural grade of the site or to backfill excavations. B. ON-SITE FILL-that which is obtained from the required excavation on the site. C. IMPORT FILL - that which is hauled in from offsite borrow areas and conforms to the requirements set forth in Section 2.01. D. ENGINEERED FILL-fill upon which the Geotechnical Engineer has made sufficient tests and observations to enable him to issue a written statement that,in his opinion,the fill has been placed and compacted in accordance with the specification requirements. E. ASTM SPECIFICATIONS - State of California, Business and Transportation Agency, Department of Transportation,latest revision. F. OPTIMUM MOISTURE CONTENT-the ratio,expressed as a percentage,of the weight of the water in the soil material to the weight of the solids in the same soil material as determined by ASTM D-2216 and ASTM D-1557-91. - 1.08 TEST AND INSPECTIONS A. Contractor shall notify the Engineer and Geotechnical Engineer 48 hours prior to any fill or backfill operation. B. All soils work, material, and compaction will be tested and inspected by the Geotechnical Engineer for compliance with the Specifications. C. Soils Materials: 1. The Geotechnical Engineer will observe,test,and approve for use,all soils materials. 2. The Contractor shall provide sample of all proposed on-site and imported fill material for suitability tests by the Geotechnical Engineer prior to acquisition. D. Engineered Fill Tests and Inspections: 1. The Geotechnical Engineer will observe the grading operations during both the preparation of the site and during compaction of any backfill to insure conformance with the Specifications. 2. The Geotechnical Engineer will make observations and field tests to enable him to approve the site prior to placement of engineered fill. 3. The Geotechnical Engineer will observe, test, and approve the engineered fill material and its field placement;and backfill in trenches will also be observed,tested FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0220013 ................... ................-............ ........................................... EARTHWORK SECTION 02200 and approved. E. Compaction Control Test:Degree of compaction is the ratio,expressed as a percentage,of the dry density of the fill material as compacted in the field,to the maximum dry density of the same material as determined by ASTM D 155"7-91 test method. PART 2-PRODUCTS 2.01 GENERAL A. Contractor shall furnish all materials,tools,equipment,facilities,and services as required for performing the required excavating,filling,backfilling,and grading work,and trenching and backfilling for utilities. 2.02 SOILS MATERIALS A. Fill: 1 Material to be used for engineered fill and backfill shall be freefrom organic matter, clayey soils,and other deleterious substances,and of such quality that it will compact thoroughly without excessive voids when watered and rolled. Excavated on-site material will be considered suitable for engineered fill and backfill if it contains no more than 3 percent organic matter,is free of debris and other deleterious substances and conforms to the requirements specified above. Rocks of maximum dimension in excess of two-thirds of the lift thickness shall be removed from any fill material to the satisfaction of the Geotechnical Engineer. 2. Excavated earth material which is suitable for engineered fill or backfill, as determined by the Geotechnical Engineer,shall be conditioned for reuse and properly stockpiled as required for later filling and backfilling operations. Conditioning shall consist of spreading material in layers not to exceed 8 inches and ranking free off debris and rubble. Rocks and aggregate exceeding the allowed largest dimension, and deleterious material shall be removed from the site and disposed off site in a legal manner. 3. Geotechnical Engineer shall be notified at least 48 hours prior to the start of filling and backfilling operations so that it may evaluate samples ofthe material intended for use as fill and backfill. All materials to be used for filling and backfilling require the approval of the Geotechnical Engineer. B. import material-Where conditions require the importation of fill material,the material shall be inert, non-expansive soil or soil-rock material free of organic matter and meet the requirements of the Geotechnical Engineer. PART 3-EXECUTION 3.01 SITE CLEARING,GRUBBING, STRIPPING A. The Contractor shall accept the site in its present condition and shall remove from the area of FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02200/4 .......................................... .............. EARTHWORK SECTION 42200 the designated project earthwork all obstructions indicated on the Demolition Plan to be removed including existing underground utilities,if any,such as storm drains,water lines,gas lines,electrical lines, and any other matter determined by the Geotechnical Engineer to be deleterious. Such materials shall be removed from the site. Hales resulting from the removal of underground obstructions that extend below finish grades shall be cleared of all loose material and dished to provide access for compaction equipment.All underground utilities shall be removed to the property line or properly capped or plugged with concrete except as noted on plans.Where existing utility lines will not interfere with the proposed construction, they can be abandoned in place provided the lines are filled with lean concrete or cement to the property line.Voids resulting from demolition activities shall be properly backfilled with engineered fill. 3.42 PREPARATION A. The upper 12 inches ofsubgrade soil below planned pavements should be scarified,moisture conditioned and recompacted. Subgrade preparation should extend a minimum of 2 feet laterally beyond pavements and flatwork. B. Following moisture conditioning,the excavated onsite soil should be replaced as engineered fill and compacted as follows: I. Compact upper 12 inches of subgrade and entire fill to a minimum of 95 percent relative compaction at optimum moisture content. Engineered fill placed below a _ depth of 5 feet from the finish grade should be compacted to a minimum of 95 percent relative compaction.Fills should be placed in lifts no greater than 8 inches in uncornpacted thickness. 3.43 SITE GRADING A. Site grading shall consist ofgrading the site to the lines and grades called for on the plans and detail drawings.For setting and establishing fuaish elevations and lines,secure the services of a licensed surveyor. B. Contaminated imported materials shall became the property of the Contractor to be removed from the work site and:replaced with a like amount of suitable fill material imported by the Contractor from sources approved by the Geotechnical Engineer at no additional expense to the Owner. Damaged underlying native soils shall be repaired and recompacted under the supervision of and to the satisfaction of the Geotechnical Engineer at no additional expense to the Owner. 3.04 SITE DRAINAGE f EROSION CONTROL A. Contractor shall be solely responsible for provision of adequate site drainage at all times during the course of the Work. B. All site prepared areas and in.progress embankment within the Contract area detrimentally affected by surface runoff during the time of this Contract shall be reworked to the satisfaction of the Geotechnical Engineer at no additional expense to the Owner. C. All dewatering required prior to the start of grading work shall be performed by the - FME STATIONS##2 and.#5 PLEASANT HILL,CA JOB##001 02200/5 _ ..................... ................ ............._. . . ................. _ ........ ......... ............................_............_.. . EARTHWORK SECTION 02200 Contractor to the satisfaction of the Geotechnical Engineer at no additional expense to the Owner. D. Stormm water pollution prevention measures:Provide erosion control measures to prevent soil and debris from entering the storm drain system. Erosion control measures shall be in accordance with the guidelines outlined in the ABAG Erosion and Sediment Control Handbook..See Civil Engineering'Drawings for additional requirements which specify Best Management Practices(BMP'S)that control the entry of pollutants into storm water runoff. l. Contractor shall be responsible for ensuring that all Sub-Contractors are aware of all storm water prevention measures and their implementation requirements.Failure to comply with the approved construction BMP'S may result in the issuance of correction notices,citations,or a stop work order. 2. Machinery,tools,brushes,containers,etc.shall not be cleaned or rinsed in the street, gutter,storm drains, or streams. 3. All dirt,gravel,rubbish,refuse and green waste shall be removed from the sidewalk, street pavement,and storm drains adjoining the project.During wet weather,avoid driving vehicles on paved areas. 4. Broom sweep the sidewalk and public street pavement adjoining the project on a daily basis. Caked mud or dirt shall be scraped from these areas before sweeping. ortant for the long-term performance of planned structures.The E. Proper site drainage is imp site should be graded so as to carry surface water away from the building foundations at a minimum of 2 percent for paved areas and a minimum of 3 percent in landscape areas to a minimum of 5 feet laterally from the building. In addition, all roof gutters should be connected directly into a storm drainage system or drain on to an impervious surface sloping away from the building,provided it does not create a safety hazards. 3.05 DUST ALLEVIATION AND CONTROL A. Contractor shall be responsible for and shall provide pollution and dust abatement and control measures satisfactory to Owner continuously during the course of the work. B. Use means'necessary to control dust on and near the Work,and on and near off--site areas,if such dust is caused by the Contractor's operations during performance of the Work or if resulting from the condition in which the Contractor leaves the site. C. Thoroughly moisten surfaces as required to prevent dust being a nuisance to the public, neighbors,and to personnel performing other}work on the site. 3.06 TRAFFIC AND ACCESS A. Maintain traffic on roads and streets'adjacent to or leading to the site.The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to public traffic,and he shall have under construction no greater length or amount of work than he can prosecute properly with due regard to the rights of the public. Prior to commencing work,the Contractor shall submit to the agency exercising jurisdiction over the road or street a written FIRE STATIONS#2 and#5 02200/6 PLEASANT HILL,CA JOB#001 EARTHWORK SECTION 42200 traffic control plan, including proposed street or land closure tunes, for their approval and shall comply with the approved traffic control plan and all requirements of encroachment permit. B. Unless detours are permitted, all traffic shall be permitted to pass through the work with as little inconvenience and delay as possible. Street or land'closures shall only be made within the hours provided in the approved traffic control plan. Spillage resulting from hauling operations along or across the traveled way shall be removed immediately at the Contractor's expense. 3.07 PLACEMENT OF PLANTING SOIL A. Subgrade planting areas to receive soil from the onsite stockpiles or imported topsoil shall be in accordance with the requirements of the Engineer. 3.08 FIELD QUALITY CONTROL A. The Soils Engineer shall be commissioned by the Owner to inspect and approve subgrades and fill layers before further construction is performed thereon.The Soils Engineer will make a sufficient number of tests to enable the Soils Engineer to issue a written statement that,in his opinion the site has been graded and fill has been placed and compacted within compliance of these specifications. B. If,in the Soil Engineer's opinion,based on reports of testing service and inspection,subgrade or fills, which have been placed, are below the specified density, provide additional compacting and testing to the satisfaction of the Soils Engineer. C. :Reconditioning compacted areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify the surface, reshape and compact to the required density prior to further construction. D. The Soils Engineer will provide a written summary report listing the field density data together with an opinion regarding the quality of Work.The summary report will indicate the area of fill or embankment and the compaction density obtained, and the type or classification of fill material placed. E. Upon completion, remove temporary protection; restore work areas to original condition; leave site clean and orderly. 3.09 TREATMENT AFTER COMPLETION OF EARTHWORK A. After earthwork operations are completed and the Geotechnical Engineer has finished his observation of the work, no further excavation or filling shall be done except with the approval of and under observation of the Geotechnical Engineer. B. It shall be the responsibility of the Contractor to prevent erosion of freshly graded areas during construction and until such time as permanent drainage and erosion control measures have been installed. ENO OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#041 02200{7 SECTION 02513 ASPHALT CONCRETE PAVING PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. The requirements of the "General Conditions of the Contract", "Supplementary General Conditions",and of Division 1, "General Requirements",shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.2 SCOPE OF WORK A. This portion of work shall include all labor,materials,tools and equipment necessary or incidental to the completion of the pavement shown on the plans and as herein specified. B. Work specified in this section: 1 Subgrade preparation. 2. Soil sterilization. 3. Prime and tack coats. 4. Base Course. 5. Asphalt surfacing:new and overlay. 6. Seal Coat. 7. Slurry seal. 8. Pavement Reinforcement Fabric B. Related requirements specified elsewhere include: 1. Section 02200: Earthwork C. Except as may be modified by these specifications,this work shall conform to the Stateof California Transportation standard Specifications,latest w ition. D. The work shall include the provision of all materials,equipment and apparatus not specifically mentioned herein or noted on the plans,but which are obviously necessary to complete the work specified. 1.3 TESTS AND INSPECTIONS A. Contractor shall employ a testing laboratory to perform all tests and inspections as maybe required. B. Contractor shall provide Engineer with certified copies of test data and results to verify the FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02513/2 ASPHALT CONCRETE PAVING SECTION 02513 acceptability of the materials to be used. 1.4 GUARANTEE A. Contractor shall repair or restore to first class conditions any portion of the asphaltic paving in which weed growth,creeping,shoving,revealing,cracking, softening,excessive or uneven settlement due to improper placing,or defective materials that appear or become apparent within one(1)year from date of acceptance. PART 2- PRODUCTS 2.1 WEED CONTROL A. Responsibility of the effectiveness of the type of weed control used is the sole responsibility of Contractor. B. Use of borates and sodium chlorate,or other non-poisonous chemicals only, will be permitted. C. No weed control chemical shall be applied to areas designated for planting. 2.2 STRUCTURAL PAVEMENT SECTION A. Aggregate Base 1. Shall be Class 2 aggregate base in conformance with Section 26 of the Standard Specifications. The aggregate base shall be placed to the depth as shown on the plans and compacted to 95%compaction per ASTM D-1557. B. Asphaltic Concrete: 1. Paving asphalt to be mixed with aggregate shall be steam refined asphalt conforming to the provisions of Section 92 of the Standard Specifications for viscosity grade AR 4000. 2. Type B aggregate as specified in the Standard Specifications, Section 39, 1/2 inch maximum size,medium grading. 2.3 PRIME COAT A. SC-70 liquid asphalt conforming to Sections 39 and 93 of the Standard Specifications. 2.4 TACK COAT A. SS-1 asphalt emulsion conforming to Sections 37 and 94 of the Standard Specifications. 2.5 SEAL COAT A. Shall consist of an asphaltic emulsion,penetration type.Apply at the rate of 0.10 to 0.15 gallons per square yard. 2.6 PAVEMENT CRACK SEALANT FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02513/2 ASPHALT CONCRETE PAVING SECTION 02523 1. The pavement crack sealant shall be modified asphalt composition conforming to the following requirements: Test Test Method Requirements Softening Point ASTM D 36 180-degrees F. minimum Core Penetration at ASTM D 3407 30-dnun minimum 77-degrees F. Resilience at ASTM D 3407 30 percent minimum 77-degrees F. Flow ASTM D 3407 3-mm maximum 2. If asphalt ground rubber is used,the gradation of the asphalt ground rubber shall be such that 100 percent will pass a No. 8 sieve. 3. The material shall be capable of being melted and applied to cracks and joints at temperatures below 400-degrees F When heated,it shall readily penetrate cracks '/4-inch wide or wider. 2.7 PAVEMENT REINFORCING FABRIC A. Pavement reinforcing fabric shall be Mirafi,90ON as per construction plans. 2.8 SLURRY SEAL A. Asphaltic emulsion shall be a quick setting type conforming to the requirements of ASTM D- 401-40 and per CalTrans Standard Specifications. PART 3 - EXECUTION 3.1 INSPECTION A. Installer must examine the areas and conditions under which asphalt concrete paving is to be installed.Notify the Owner Representative in writing of conditions detrimental to the proper and timely completion of the work.Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to Geotechnical Engineer. 3.2 PREPARATION OF SUBGRADE A. Subgrade shall be scarified to a minimum depth of twelve(l2)inches wetted or dried to optimum moisturecontent and the entire area thoroughly compacted to not less than 95%as determined by procedures set forth in ASTM Designation D1557. The moisture of the subgrade shall be maintained until placement of aggregate baserock. The subgrade shall be in a stable,non-pumping condition at the time AB materials are placed and compacted. B. Compaction shall be by rolling to obtain a uniform,bard even surface of approved bearing with a grade tolerance of 0.04 foot. C. Remove all soft and unstable material and other portions of the subgrade which will not FIRE STATIONS#2 and#5 PLEASANT MILL,CA JOB#001 02513/3 ........... ......... ......... _. ....... _ ... ...._ ....... ......... ................................................................ ... ASPHALT CONCRETE PAVING SECTION 02513 compact readily,and replace with approved materials. D. Subgrade preparation and compaction shall be performed under the observation of the Soils Engineer. E. Subgrade preparation shall extend a minimum of 2 feet beyond concrete and asphalt paved area. F. Finish subgrade shall be within 0,04 foot above or below theoretical grade shown or established. 3.3 AGGREGATE BASE A. Prior to placing aggregate base,all debris and trash will be removed from all areas related to this work. B. Aggregate base shall be spread and compacted in conformance with:Standard Specifications Section 26 for Class 2 Aggregate Base.Finished aggregate base shall have the minimum depth as shown in the pavement design chart on the plans and finished grade shall not vary more than 0.05 foot above or below the established grade. The aggregate base shall be compacted to a density not less than 95 percent of that obtained in the laboratory according to Test Method ASTM D1557-78. C. Compaction shall be 95%relative compaction at optimum moisture content. Adequate drainage shall be provided such that the subgrade soils and AB materials are not allowed to become wet. 3.4 PRIME AND TACK COAT A. Prime Coat: 1. Prior to placement of asphalt concrete,apply prime coat to the aggregate base to all areas receiving asphalt concrete.Conform to Section 39 of Standard Specifications. B. Tack Coat: 1. Apply a"tack coat"to all vertical faces,against which asphalt concrete is to be placed. Conform to Section 39 of Standard Specifications. 3.5 PLACING ASPHALTIC CONCRETE A. Asphalt concrete shall be spread and compacted on the pry pared base in conformance with the lines, grades and dimensions shown on the drawing and as specified in Section 39 of the Standard Specifications. Spreading by blading equipment consisting of motor graders will not be permitted unless approved by the Engineer. B. AC paving shall meet the current CalTrans specifications for asphalt concrete 3.6 SEAL COAT A. Per Section 39-7.02 of the CalTrans Specifications. FIRE STATIONS#2 and 45 PLEASANT HILL,CA JOB#001 0251314 ASPHALT CONCRETE PAVING SECTION 02513 3.7 SLURRY SEAL A. Per Section 37-2 of the CalTrans Specifications. 3.8 AC OVERLAY A. Prior to overlaying existing pavements,crack-sealing operations shall be performed in accordance with the following: I. Crack sealing shall be performed on all pavement cracks 0.2 inches wide or wider. Cracks larger than 'l4-inch wide shall be routed to a depth of/:-inch prior to sealing. 2. Crack sealing shall be performed after any required pavement repair or grinding operations and prior to placing flexible pavement coatings,pavement reinforcing fabric,or overlay. 3. All pavement cracks not routed shall first be treated with a liquid herbicide product. 4. Immediately prior to performing crack sealing,the cracks shall be cleaned by the use ofhigh- pressure compressed air and shall be filtered of moisture and oils.Under damp conditions,a _ hot compressed air lance shall be utilized to dry the cracks as well. 5. Sealant material shall conform to the provisions of F'AR'T 2"Products"of this Section and shall be applied at the temperature and rate recommended by the manufacturer. 6. Sealant shall be applied to a slightly overfilled condition,then struck off with a guide-shoe, plate,or squeegee to produce a band of material two inches to four inches in width,centered over the crack. On pavements to be slurry or seal-coated,strike-off height shall be less than 1/8-inch above the pavement surface. 7. Extensively cracked pavement areas shall not be crack sealed unless specifically directed by the Engineer. This is necessary to avoid interference with proper adhesion of the flexible pavement coatings,pavement reinforcing fabric,or overlay and to avoid subsequent asphalt bleeding on the new surface."Where the Engineer determines excessive coating or thickness of pavement crack sealant by the Contractor, the Contractor shall perform the necessary pavement base repairs to correct the problem prior to placement of any flexible pavement coating,pavement reinforcing fabric or overlay. 8. Crack seal areas shall be protected from traffic until the material has sufficiently cured and does not track.Any damage or loss of material from freshly placed crack seal material shall be replaced by the Contractor. 3.9 PAVEMENT REINFORCING FABRIC A. Contractor shall install pavement reinforcing fabric as called for on the plans,per CalTrans - Standard Specifications Section 394.03, and as stated herein. B. Prior to fabric placement, a binder of paving asphalt shall be applied to the overlaid pavement surface with an amount covering the entire width of the placed fabric, and extending I„ beyond. C. Before placement,all large cracks and holes shall be repaired,or patched as described in the Section 3.8 of this Specification. FIRE STATIONS#2 and#5 PLEASANT BILL.,CA JOB#001 02513/5 ASPHALT CONCRETE PAVING SECTION 02513 D. Fabric shall be aligned and place with no wrinkles and shall overlap where edges of fabric meet one another. E. Contractor shall protect the fabric throughout construction process,being careful not to rip or tear the fabric as can happen when pavement machines turn on top of the fabric. 3.10 FLOOD TEST A. The Contractor shall test the paved areas for proper drainage by flooding with water in ample quantity to demonstrate the concrete shaping of the paving. B. Flood test to be made prior to the sealing and striping of the pavement.Owner to witness flood tests.Notify owner three(3)working days minimum prior to flood test. C. .Repair any areas in which excessive ponding occurs. Excessive ponding is defined as areas in which water stands more than 3/16"in depth.Any areas rewiring remedial overlay shall be overlayed with a 3/8"fine mix placed over a tack coat. This corrective work shall be done prior to the sealing and paint striping of the lot. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02513/6 SECTION 02515 CONCRETE SURFACE IMPROVEMENTS PART1 -GENERAL 1.01 GENERAL CONDITIONS A. The requirements of the "General Conditions of the Contract", "Supplementary General Conditions",and of Division 1,"General Requirements",shall apply to all work of this Section with the same force and effect as though repeated in full herein. 1.02 WORK INCLUDED A. Forming concrete surface improvements. B. Placing and finishing concrete surface improvements. C. Curing concrete surface improvements. D. Protecting concrete surface improvements. E. The Work shall include the provision of all labor,materials,tools,equipment and apparatus not specifically mentioned herein or noted on the plans, but which are obviously necessary to complete the Work specified. 1.03 QUALITY ASSURANCE A. All Work shall be done to the satisfaction of the Owner or Owner's representative and all subgrade shall meet the approval of the designated representative ofthe Geotechnical Engineer. B. No concrete for concrete surface improvements shall be placed until the subgrade for same has been approved by the Geotechnical Engineer and the forms and reinforcement for same have been approved by the Testing Laboratory. C. Related work specified in other sections: 1. Earthwork—Section 02200. 2. Asphalt Concrete Paving—Section 02513. D. Codes and Standards: I. Forming of Portland Cement Concrete roadway improvements shall conform to the applicable provisions of Section 73-1.04, 73-1.05A or 73-1.05B of the Caltrans Specifications. 2. Placing and finishing of Portland Cement Concrete roadway improvements shall conform to the provisions of Section 73-1.05, 73-1.05A, 73-1.05B or 73-1.06,of the Caltrans Specifications. 3. Curing and protecting of Portland Cement Concrete roadway improvements shall conform to the applicable provisions of Section 90-7 and 90-8, respectively, of the Caltrans Specifications. FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 0251511 ................... ................_. ......... ......... ......... ....................... ........................._..............__. CONCRETE SURFACE IMPROVEMENTS SECTION 02515 E. Damage to the street, curbs and gutters from construction activities shall be repaired to the satisfaction of the Owner or the Owner's Representative. 1.04 JOB CONDITIONS A. Where a portion of existing concrete surface improvements is to be reconstructed,the section to be removed shall first be separated from that to remain by means of a cut with an approved concrete saw to a minimum depth of one and one-half(1-1/2) inches at the first score line beyond the area to be replaced. B. All repairs to concrete surface improvements shall be made by completely removing and replacing the entire portion between the score lines or joints. C. Hand mixing of Portland Cement Concrete for use in concrete surface improvements shall not be permitted. D. Prior to forming for concrete surface improvements,the Contractor shall first secure approval of the subgrade from the Geotechnical Engineer. E. Prior to placing concrete for concrete surface improvements, Contractor shall first secure approval of the forms from the Owner or Owner's representative. PART 2 PRODUCTS 2.01 PORTLAND CEMENT CONCRETE A. Portland Cement Concrete for fixedformconcrete surface improvements shall be Class"A„ conforming to the requirements of Section 90 of the Caltrans Specifications. 1. Concrete compressive strength for other vehicular traffic pavement shall be a minimum of 3,000 psi. 2. Concrete compressive strength for other concrete surface improvements shall be a minimum of 2,500 psi. B. Aggregate gradation for concrete roadway improvements shall conform to the requirements of Section 90-3 of the State Standard Specifications for one and one-half(1-1/2)inch maximum combined aggregates. C. Supplier's certificates showing conformance with this specifications shall be delivered to the Engineer with each shipment of materials delivered to the job site. 2.02 EXPANSION JOINT MATERIAL A. Material for expansion joints in Portland Cement Concrete surface improvements and protective slab shall be premolded expansion joint fillers of the thickness called for on the plans conforming to the requirements of ASTM Designation D 1751.Expansion joint material shall be shaped to fit the cross section of the concrete prior to being placed. 2.03 REINFORCEMENT AND DOWELS FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02515/2 CONCRETE SURFACE IMPROVEMENTS SECTION 02515 A. Bar reinforcement for the concrete surface improvements and protective slab shall be deformed billet-steel bars of the size or sizes called for on the plans and shall conform to the requirements of ASTM Designation A615 for Grade 40 bars. Bar deformation shall conform to the requirements of ASTM Designation A305. Size and shape of bar reinforcement shall conform to the details shown or called for on the plans. B. Dowels,where noted or called for on the plans or detail drawings,shall be smooth billet-steel bars conforming to the requirements of ASTM Designation A615 for Grade 40 bars. C. Mesh for reinforcement for concrete surface improvements shall be cold drawn steel wire mesh of the size and spacing called for on the plans and shall conform to the requirements of ASTM Designation A82 for the material and ASTM Designation A 185 for the mesh.Size and extent of mesh reinforcement shall conform to the details shown or called for on the plans. D. Tie wire for reinforcement shall be eighteen(18)gauge or heavier black annealed conforming to the requirements of ASTM Designation A82. DART'3 -EXECUTION 3.01 PREPARATION OF SUBCrRADE A. Subgrade shall be scarified to a minimum depth of 12 inches wetted or dried to be at optimum moisture content and the entire area thoroughly compacted to not less than 95%as determined by procedures set forth in ASTM Designation D 15 57.Compaction shall be by rolling to obtain a uniform,hard even surface of approved bearing with a grade tolerance of 0.04 foot. B. Remove all soft and unstable material and other portions of the subgrade which will not compact readily,and replace with approved materials. C. Subgrade preparation and compaction shall be performed under the observation of the Soils Engineer. D. Subgrade preparation shall extend a minimum oft feet beyond concrete and asphalt paved area. 3.02 FORMS FOR.CONCRETE A. Forms for concrete surface improvements shall have a smooth and true upper edge and the side of form to be placed next to concrete shall have a smooth finish.Forms shall be constructed rigid enough to withstand the pressure ofthe fresh concrete to be placed without any distortion. B. All forms shall have been thoroughly cleaned prior to placement and shall be coated with an approved form oil sufficient to prevent adherence of concrete prior to filling. C. Form shall be carefully set to the alignment and grade required by the plans.Forms shall be rigidly held in place by stakes set at intervals satisfactory to the Engineer. Sufficient clamps, spreaders and braces shall be installed to ensure the rigidity of the forms. D. Forms for back and face of curbs,lip of gutters and edge of walks,valley gutters or other surface slabs shall be equal to the full depth of the concrete as shown,noted or called for on the plants or detail drawings. Composite forms made up from benders or thin planks of sufficient ply to FIRE STATIONS##2 and#5 PLEASANT HILL,CA JOB#002 0251513 _.................. _..._.... ......... _................. ......... _ ....................... ..........................__.. CONCRETE SURFACE IMPROVEMENTS SECTION 02515 ensure rigidity of the form in the shape required may be used on curves and curb returns. 3.03 EXPANSION JOINTS A. Expansion joints incorporating prernolded joint fillers for fixed farm concrete surface improvements shall be constructed at twenty(20)foot intervals and at the ends of curb returns. At each expansion joint,two(2)one-half by twelve inch(1/2"x 12")smooth slip dowels shall be installed in the positions shown or noted on the detail drawings. B. Expansion joints incorporating joint fillers for slip-formed concrete roadway improvements shall be constructed at all curb returns.At each expansion joint,two(2)one-halfby twelve inch(I/2" x 12") smooth slip dowels shall be installed in the positions shown or noted on the detail drawings. C. Slip dowels shall be oriented at right angles to the expansion joint and shall be held firmly in place during the construction process by means of appropriate chairs. D. Expansion joints and slip dowels shall be constructed in valley gutters and driveway approaches at all beginning and end points of curvature and in all positions indicated or called for on the detail drawings. E. Expansion joints for protective slab shall conform to details as shown on the plans. 3.04 WEAKENED PLANE JOINTS A. Weakened plane joints shall be constructed in concrete curbs,gutters and walkways between expansion joints at ten(10)foot intervals throughout.Depth of joint score shall be one(1)inch. 3.05 CONCRETE SURFACE CONSTRUCTION A. Concrete curb and gutter shall be formed, placed and finished in conformance with the applicable requirements of Section 73 of the State Standard Specifications as modified herein. 3.06 FIELD QUALITY CONTROL A. Finish subgrade for concrete roadway improvements shall be subject to the approval of the Geotechnical Engineer.No forms shall be placed prior to Contractor obtaining such approval. B. Forms for concrete surface improvements shall be subject to the approval of the Engineer.No concrete shall be placed prior to Contractor obtaining such approval. C. Variation of concrete roadway improvements from design grade and cross section as shown or called for on the plans shall not exceed the tolerances established in Section 73-1.05 and/or 73- 1.07 of the State Standard Specifications,as applicable. END OF SECTION FIRE STATIONS#2 and#5 0251514 PLEASANT HILL,CA JOB#001 ;<.: SECTION 02577 PAVEMENT MARKING PANT I GYRAL 10.1 WORK INCLUDED A. Cleaning and sweeping of pavement before application ofmarkings. B. Application of stripes and pavement markings on new pavements in the parking areas. C. The work shall include the provision of all materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are obviously necessary to complete the work specified. D. All on-site traffic striping shall be white paint unless noted otherwise. 1.02 QUALITY ASSURANCE A. All work shall be done to the satisfaction of the Owner or Owner's representative. B. Manufacturers certificates showing conformance with this specification shall be delivered to Owner with each shipment of materials and equipment delivered to the job site. C. Codes and Standards: 1. The standards, recommended methods and tests contained in the publications cited below shall determine the standards for the work to be done hereunder unless otherwise specifically designated on the plans: a. The State of California Maintenance Manual,latest editions. b; The State of California Traffic Manual, latest edition. c. The regulations, standards, and tests of the State of California Materials and Research Division. d. The State of California Standard Plans and Specifications. 2. Pavement striping and markings shall be placed in the locations shown on the plans and shall conform to the standards illustrated in the State of California Traffic Manual and Maintenance Manual. 3. Reference by manufacturers, brands or models is to establish type and quality of materials desired. Substitution of materials of equal quality will be permitted upon the prier written acceptance of the Construction Manager. 1.03 PROJECT CONDITIONS FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02577/1 PAVEMENT MARKING SECTION 02577 A. Asphalt concrete seal coat shall be thoroughly dry before application of striping or marking thereon. No striping shall be applied until pavement surfaces have been accepted for marking by the Owner or Owner's representative. B. Concrete shall be thoroughly cured before application of striping or marking thereon. No striping or marking shall be applied until concrete surfaces have been approved for marking by the Owner or Owner's representative. PART<2 PRODUCTS 2.01 PARKING SIGNS A. Parking sign panels shall be of the type,size, shape and pattern designated or called for on the plans and detail drawings. B. Posts for parking signs shall be two(2)inch I.D.steel pipe conforming to the requirements of Section 56-2.02A of the State Standard Specifications. C. Mounting hardware for parking signs shall conform to the applicable requirements and specifications contained in the State of California Department of Transportation"Standard Plans"publication, latest edition. D. Concrete bases for parking signposts shall be Class "B" Portland cement concrete of the shape and dimensions shown or called for on the plans and detail drawings. PART EXECUTION 3.01 PARKING SIGNS A. Parking signs shall be installed in conformance with the applicable requirements of the State of California Maintenance Manual. B. After erection, any damage to parking sign faces shall be touched up as required to the satisfaction of the Construction Manager. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02577/2 ........... SECTION 02700 SITE UTILITIES PART1 GENERAL 1.01 WORK INCLUDED" A. Trenching and other excavation. B. Ground water control, C. Pipe bedding. D. Backfill and compaction of backfill. E. Dust alleviation and control F. Cleanup and restoration of surface in improvedareas. G. The work shall include the provision of all materials, equipment and apparatus not specifically mentioned herein or noted on the plans, but which are obviously necessary to complete the work specified. H. Related work in other sections-Section 02200,Earthwork—Section 02065,R.emoval Work- Section 1500, General Requirements Mechanical, Section 15100,'Plumbing 1.02 QUALITY ASSURANCE A. All work shall be done to the satisfaction of the designated representative of the Geotechnical Engineer,and shall meet with the acceptance of the Owner or Owner's representative. B. Percentage of compaction specified shall be the minimum acceptable. The percentage represents the ratio of the dry density of the compacted backfill material to the maximum dry density of the material as determined by the procedure set forth in ASTM Designation - D1557. FIRE STATIONS#2 and#5 PLEASANT HILI,,CA JOB 9001 02700/1 ........................................................................................................................................................................................................... ................ .............. .. ................ SITE UTILITIES SECTION 02700 1.03 JOB CONDITIONS A. Locations of existing underground utilities and structures, insofar as they are known from information available from records and from the respective public utility companies,have been shown on the plans. The Engineer assumes no responsibility for the accuracy or completeness of said data,which is offered solely for the convenience of the Contractor. It shall be the Contractor's responsibility to verify the location of these,obstructions, and to locate any other underground utilities and structures which might necessitate a change in the location, line,or grade of the new work prior to commencement of the new work. B. During trenching operations, the Contractor shall famish, install, and operate adequate pumps or other devices as may be necessary to remove any seepage,storm water,or sewage that may be encountered during the progress of the work. All excavations shall be kept free from water during bedding,pipe laying,initial backfilling and when concrete is being placed, and thereafter until such water will do no damage to the work. C. Damage resulting from movement of the sides or bottom of trenches or other excavation which is attributable to the Contractor's acts or omissions,whether sides are braced or not, and any vortions of the area and work affected by such movement, shall be repaired or restored by the Contractor at his expense to the satisfaction of the Geotechnical Engineer and the Owner or Owner's Representative. PART 2 PRODUCTS 2.01 PIPE BEDDING AND BACKFILL MATERIAL A. Material for pipe bedding shall be granular material, clean and free of clay, silt or organic matter, and shall conform to the requirements of the City of Pleasant Hill Standard Specifications. B. Pipe bedding and backfill material for on-site shall be subject to the acceptance of the Geotechnical Engineer,and comply with City of Pleasant Hill requirements. PART EXECUTION 3.01 PREPARATION AND EXAMINATION OF TRENCHES A. Trench excavation shall include the removal ofall materials or obstructions ofany nature,the installation and removal of all sheeting and bracing,and the control of water,necessary to construct the work as shown. Excavation shall be by open cut. Trenching machines may be used,except where their use will result in damage to existing facilities. B. Trenches shall be dug to an even laying grade and to a depth sufficient to provide the FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02700/2 ........................... ............... .................. SITE UTILITIES SECTION 02700 indicated bedding and cover for the pipe. C. The minimum clear width of trench at the bottom of the pipe shall be 12 inches greater than the outside diameter of the barrel of the;pipe. D. The maximum allowable width of trench at the bottom of the pipe shall be the outside diameter of the pipe plus 24 inches inclusive of any trench bracing. E. If trench widths at the top of the pipe as above specified are exceeded by any amount for any reason, the Contractor shall provide at his own expense, stranger pipe, improved bedding conditions or concrete protection,as accepted to meet the load requirements ofthe condition. F. When the trench is in an existing paved area,the pavement shall be sawed or scored on neat lines parallel with and equidistant from the trench centerlines. Pavement between the lines shall be broken and removed immediately ahead of the trenching operations. The width of pavement removed shall he sufficient that the trenching operation does not damage the edges of the pavement left in place. G. To insure the safety of workmen and to protect and facilitate the work,sufficient bracing and sharing shall be installed in all excavations 5 feet deep or over. A bracing and shoring plan shall be prepared by State of California registered civil or structural engineer employed by the contractor.,The plan shall comply with the rules,orders and regulations of the California Division ofindustrial Safety and OSHA. Failure to complywith anyofthe above mentioned rules, orders and regulations shall be sufficient cause for the Owner or the Owner's representative to immediately suspend the work. No compensation for losses incurred by the Contractor for such a suspension will be allowed. Insofar as possible, sheeting shall not extend below the bottom of the trench. All sheeting,timbering,lagging and bracing shall be removed during backfilling,and in such a manner to prevent any movement of the ground or the piping or damage to other structures. H. Excess excavated material,unsuitable materials,or that not required for backfill,shall be the property of the Contractor and deposited off the site. , FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02700/3 SITE UTILITIES SECTION 42700 3.02 TRENCH EXCAVATION,ALIGNMENT AND PIPE LAYING A. All trenching, excavation,bedding and backfill shall be performed in accordance with the manufacturer's recommendations and as specified herein. Each section of pipe and each fitting shall be thoroughly cleaned out before it is installed. All pipe shall be carefully lowered into the trench by'suitable tools or equipment in such a manner to prevent any damage,particularly to coating. Approved slings shall be used to lower the pipe.Under no circumstancesshallpipe or accessories be dropped into the trench. Each section of pipe, before lowering into the trench,shall be examined for defects. Any defective,damagedor unsound pipe shall be rejected. B. The pipe shall be laid true to line with no visible change in alignment at any joint unless curved alignment is shown on the plan,in which case the maximum deflection at any joint shall not exceed the manufacturer's recommendation for the type of pipe and joint being used. C. All piping joints shall be in accordance with accepted best practice and as detailed in the manufacturer's installation manual. Both joint surfaces shall be clean before joints are made. Materials used in pipe joints shall only be that fiunished with the pipe or recommended by the manufacturer. D. Installation of all storm drain and sanitary sewer pipes in prepared trenches shall start at the lowest point with the spigot'ends pointing in the direction of flow. 3.03 BRACING AND SHORING A. Bracing and shoring shall be in accordance with the Dublin San Ramon Services District requirements. 3.04 PIPE BEDDING AND BACKFILL A. Pipe bedding and backfill material for on-site utilities shall be subject to the acceptance of the Geotechnical Engineer,and comply with City of Pleasant Hill requirements. B. Upon completion of bedding operations,and prior to the installation of pipe,Contractor shall notify the Geotechnical Engineer who will then inspect the bedding layer. Pipe laying shall not commence until the Geotechnical Engineer has accepted the bedding. 3.05 BACKFILLING(SPECIAL PROVISIONS) A. Backfilling for utility trenches and excavations shall consist of material placed one(l)foot above the top of the pipe to finish subgrade. B. Backfill shall be placed in loose lifts not exceeding eight (8) inches in thickness before compaction, and compacted by the use of pneumatic tampers or other mechanical means approved by the Geotechnical Engineer. Each layer shall be watered or dried,as required to FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#QUI 02700/4 .. :.... .... ,:.. SITE UTILITIES SECTION 02700 bring the soils near the optimum moisture content. Compaction equipment or methods that produce horizontal or vertical earth pressures which may cause excessive displacement or may damage the pipeline will not be permitted. Lifts ofbackfill material shall be compacted to not less than 90%of maximum dry density as determined by the procedure set forth. in ASTM Designation D157. The final eight inches (8") of backfill under pavement areas shall be compacted to not less than 95%compaction ofminimum dry density as determined by the procedure set forth in :ASTM Designation D1557. Jetting or ponding of backfill material will not be permitted. In non-pavement areas backfill shall be compacted to not less than 90%compaction of minimum dry density as determined by the procedure set forth in ASTM Designation D 1557. C. Utility backfill shall be inspected and tested by the Geotechnical Engineer during placement. Contractor shall cooperate with the Geotechnical Engineer and shall provide working space for such tests in operations. Backfill not compacted in accordance with these specifications shall be recompacted or removed as necessary and replaced to meet the specified requirements, to the satisfaction of the Geotechnical Engineer prior to proceeding with the work. D. One year guarantee: If,at any time during a period of one year dating from the date of final acceptance of the project,there should be any settlement of the trenches requiring repairs to be made, the Owner may notify the Contractor to immediately make such repairs at the Contractor's expense. 3.06 TEMPORARY PAVING A. All trenches shall be backfilled daily with a minimum oft inches of temporary asphalt unless final paving can be completed. Temporary asphalt shall be placed within 114 - inch of finished pavement grades. Steel plates may be used to cover open trenches in lieu ofbackfill and temporary asphalt as approved by the Construction Manager. END OF SECTION FIRE STATIONS#2 and#5 PLEASANT HILL,CA JOB#001 02700>5 SECTION 15000 GENERAL R.EQUIIR :MENTS-NIECHANICAL PART I -GENERAL 1.01 GENERAL,REQURFMENTS A. Requirements of feral Provisions, Supplementary Conditions, and Division 1 Specifications Sections apply to this Section. 1.02 DESCRIPTION A. The work in this Section applies to the work of this Division as specified in the following sections. 1. Section 15100,Plumbing 13. The work includes,but is not necessarily limited to the providing of work as shown and noted on the Drawings and specified herein. This Section describes the General requirements for the materials, equipment and installation applicable to all Sections of the work under this Division. The following summaryis included to indicate some items common to work. It isnot necessarily all inclusive. 1. Labor, material, equipment, tools, rigging, hoisting, temporary scaffolding, transportation,supervision,inspections,services,insurance,fees and taxes. 2. Repair of damage done to premises or other property as a result of the work and removal of debris left by those engaged in the wont.. 3. Preparation of submittal,'Shop Drawings,Project Record Drawings. 4. Prime coat painting as specified including,piping, ductwork, equipment and related items. 5. Identification of piping and equipment. g. Service connection to items installed by other Contractors and Trades. 1.03 RELATED'WORK A. Cast-ire-place concrete work except as specifically called for herein: Refer to Sect cin Q2300,CAs r-nwPLAcm CoNcREm FIRE STATION#2 PLEASANT HILL,CA 1500011 MECHANICAL SECTION 15000 B. Flashing sheet metal materials and labor: Refer to Section 07620, SHEET METAL AND TRIM. C. Finish painting of piping,ductwork and equipment: Refer to Section 0990 ,PAINTING. D. Electrical material and labor.Refer to Division 16,ELEC MCAL. 1.04 QUALITY ASSURANCE A. Work and materials shall be in full accordance with ,the latest males of the Administrative Code, State Fire Marshal,and Building Standards,the National Electric Code,the National Fire Codes,National Fire Protection Association;uniform plumbing and Mechanical Codes, Uniform Building code; and other applicable County ordinances,codes,laws and/or regulations. 1.05 REFERENCES A. Specified References 1. AGA: American national Cas Association 2. ANSI:American National Standards Institute 3. ASHRAE: American society of Heating, Refrigerating and Air-Conditioning Engineers. 4. ASME: American Society of Mechanical Engineers S. AABC:American Air Balance Council 6. OSHA: Occupational safety and health Administration 7. CISPI: Cast Iron Soil Pipe Institute 8. CS: Commercial Standards 9. IAPMO: International Association of Plumbing and Officials 10. NEPA:National Fire Protection Association 11. SMACNA: Sheet Metal and Air-Conditioning Contractor's Association xrosivr 1tso.ux-w.:m FIRE STATION##2 PLEASANT"HILL,CA 15000/2 MECHANICAL SECTION 15000 12, UL Underwriter's Laboratories,Inc. B. Provide without extra charge,any additional material and labor required to comply with the Regulations and Standards. 1.06 SUBMrI TALS A. Submit a complete list of materials and equipment. Submittals shall be approved before purchase. Refer to Architectural Section Q1 . B. Submit shop drawings to show installation of equipment piping & ductwork in greater detail under provisions of t?�1" OO. 1,07 DELATRY,STORAGE AND HANDLING A. Refer to Architectural Section for general.Requirements for material and equipment. 1.08 WARRANTY A. Submit warranties or guarantees to the Architect for equipment as required. Refer to &hon 0117 ;U, CLOSEOUT. Contractor shall guarantee material and workmanship for a period of one(1)year from date of acceptance, FART 2 EXECUTION 2.01 INSPECTION A. Contractor is responsible for complete, properly installed system, Installation and material shall comply with all rules,cues and regulations. 2.02 INSTALLATION A. Drawings are essentially diagrammatic.offsets,bends,unions,special fittings and exact locations are not indicated. B. Electrical work: Motors, electrical apparatus and wiring specified in this section shall conform to the National Electrical Manufacturer's standards and the National Electrical Code and bear the Underwriters'label of approval, FIRE STATION#2 PLEASANT FML,CA 15000/3 MECHANICAL SECTION 15000 C. Cutting and Patching: Sleeving, cutting and patching of rough construction for piping and ductwork shall be a part of the work. No cutting shall be done without Architect's approval. D. Cleaning and Closing: Piping, ductwork and equipment shall be inspected before placing and the interior cleaned before closing. Piping and ductwork shall be closed at the end of each day's work. E. Fabrication: 1. Manufacturers' Directions: follow Manufacturers!directions for equipment and devices installation. 2.03 EXCAVATION A. Trenches: Dig straight and true to line and grade, bottom smoothed of any rock points. where rock is encountered, excavate 3-inches below grade of the pipe and fill with sand properly compacted.Pipe shall be supported for the entire length of undisturbed original earth or compacted sand. The bottom of trenches shall be shaped or compacted for the pipe, hubs and couplings, using templates to fit the outside periphery of the lower third of the piping. Compaction requirements shall conform to the site work section. B. Shoring:Necessary shoring,sheeting and pumping shall be part of the work. C. Backfill:In accordance with soil report recommendations. 1. After piping has been installed, tested and approved, excavations shall be backfilled,tamped and compacted to 95 percent by compressed air tampers. 2. Backfill to 6-inches above crown of pipe shall consist of unwashed sand, with remainder of trench backfilledand mechanically tamped in 6-inches maximum layers of selected non-expansive structural fill(free of organic matter and rocks). 3. In any asphalt, concrete paved areas or slab floors backfill shall be made only to the suhgrade level. 2.04 COORDINATION AND APPROVAL A. Coordinate new work and existing conditions with other Contractors and Trades. If conflicts are discovered, a set of prints marked'with red pencil showing recommended installation methods shall be submitted to the Architect for approval prior to installation of work in question. N:YNZIY}rtlfo.7%IC-AW.47 FIRE STATION#2 PLEASANT HILL,CA 15000/4 MECHANICAL SECTION 15000 2.05 IDENTIFICATION A. Identification Markers shall be SEATON Nameplate Corp.. 1. Piping: a. Piping which is accessible for maintenance shall be identified with semi-rigid plastic identification markers as reviewed by the Architect Use of tape is not permitted. 2.06 PROJECT RECORD DOCUMENTS A. Provide and keep up to date a complete set of prints which shall be connected regularly and shall show every change from the original contract drawings, including change orders and existing condition.Refer to Section 01700,CLOSEOUT. 2.07 ADJUSTING AND CLEANING A. Provide labor/test equipment, disconnect equipment from the system that can be damaged by pressure. B. Thoroughly clean equipment and piping, free from rust, scale, fillings, plaster and dirt before and after covering and painting is done or systems are put in operation. END OF SECTION FII ,STATION#2 PLEASANT IHII..L,CA 1500015 SECTION 15100 PLUMBING FART 1 -GENERAL 1.01 GENERAL REQUIREMENTS " A. Requirements of General Provisions, Supplementary Conditions, Division 1 Specifications Sections and Section 15000 apply to this section 1.02 DESCRIPTION A. The work under this section includes everything necessary for or incidental to completing plumbing and piping work except as herein specifically excluded. B. Principal items of work include,but are not limited to,the following: I. Fuel system,including fuel tanks,piping,dispensers and leaf detection system. PART 2-PRODUCTS' 2.01 FUEL OIL(DIESEL)STORAGE AND DISTRIBUTION A. Provide above ground fuel tank and related equipment for storage of fuel oil (diesel). Work includes transfer of diesel fuel to generator sub-tank, concrete pad, tank placement, support, containment monitoring, gauges, piping,, testing, system start-up and operation instruction. Fuel system shall be installed :by a contractor with a minimum of five (5) years experience in installation of such systems. The work shall conform to the latest requirements of the California Administrative',code, city, county and all other government agencies having ,jurisdiction. contractor shall provide shop drawing for Architects review for complete fuel tank systems, including product data, installation lay-out and details, maintenance, operating and testing, instructions, detection, alarm, monitoring and pipe&tribution systems. Above ground storage tank accessories and monitoring system shall' be Convault as manufactured/configured by the Quikset'Organization,(no substitution). l. Suggested points of contact are: Mm2W.AiSW-Afs,m FIRE STATION#2 PLEASANT HILL,CA 1510011 PLUMBING SECTION 15100 a. Convault Tank Factory Representative: New Basis. Contact is Barbara Hatter, 1901 Isabel Avenue, Livermore, CA 94550. Phone No. (925) 426-1100. Fax No.(925)484-2591. b. Fuel System Accessories: Donlee Pump Co. Contact is Don Mathey, P.O.,Box 276,Ceres,CA 95307. Phone(209)537-9396. 2. Fuel Tank: a. Fuel tank shall be 1000 gallon, diesel. Tank shall include primary steel tank U.L. 142 with rust resistant primer, 1/4"thick Styrofoam insulation. Secondary containment shall consist of a 30 mil thick polyethylene membrane. Primary steel tank and the secondary contaminent shall be encased in six inches of monolithic, steel reinforced concrete. Concrete exterior shall be exposed aggregate finish. Furnish each section of tank with 2" vent riser, 2" pressure/vacuum vent cap, 6" emergency vent. Three 2"coupling or caps as required, 2"x 1"double tapped bushin&I" black pipe suction tube, 1"single poppet foot valve, 4"iron lockable fill cap with 7 gallon overfill/spill containment with fill limiter set at 900%, fuel level gauge, two wood gauge dip stick, two fill charts: concrete vaulted tank shall be labeled on all sides with DANGER- FLANI?4ABL.E LIQUIDS and name of Products DIESEL, GASOLINE. Such labels shall be written in red letters, a minimum of 3-inches in height and 1/2-inch wide on a white background. A sign prohibiting smoking or open flames within 25 feet shall be posted on all sides of the tank. Provide fuel emergency shut-off sign with minimum 2"lettering. 3. Fuel system accessories:Fuel dispensing systems shall be installed and operated in accordance with the provisions of the Uniform Fire Code, Article 79, and Addendum 17D. a. Diesel section: Provided diesel fuel dispensing system package including double tap bushing with suction tube, anti-syphon valve with pressure relief, fill cap, fill adapter, filter adapter , filter element, pump model FR702WW (18 gprn, 1/3 HP, 120 volt, single phase, explosion proof, U.L. listed), nozzle, nozzle swivel, hose assembly and maintenance valves. b. Diesel filet transfer supply/return: Provide foot valve, double poppet, suction pipe, supply/return tee,double tap bushing,fuel return fitting. N:Y9f IUaM/9lir-µt[y FIRE STATION#2 PLEASANT HILL,CA 15100/2 PLUMBING- SECTION 15100 4. Monitoring System: Provide complete fuel level and leak monitoring system for diesel and; gasoline storage tanks and' generator sub-base tank systems. Monitoring system shall be Warrick Control, model DMS 478-C-3, with 8 channels and 8 auxiliary contacts, liquid sensors model DLP-1 with transition nipples. Ifighdow level switch float assembly model FE1BLA)(B (2 floats)for each fuel tank section. Provide 120 volt electrical wiring and conduit, wiring and installation shall be per manufacturer insulation recommendation. All ,unction boxes and field wire terminations shall, be water proof, provide approved seal off"fitting at the point where the intrinsically safe sensor circuit wiring enters the hazardous area. 5. Underground fuel ;piping system. Enviroflex double-wall piping system, as manufactured by Total Containment,.Inc.. a. Suggested points of contact are. 1}., Factory Representative: Robert McNee, 908 Brown Street, Martinez,,:CA 94553. Phone No.(925)439-2771. 2) Total Containment, Inca Jiro Whelden, 3510 Standard Street, Bakersfield, CA 93308. Phone No. (800) 555-6785. Fax No. (805)322-3237. _ b. Both the primary and secondary piping systems shall be installed and integrity testedd in accordance with the manufacturer's published installation instructions, C. Design.: The Double-Wall Piping System shall consist of a UTAXC listed flexible inner primary pipe contained within a ULC listed flexible outer-containment> pipe,; each making connection within a series of surface access containment chambers. All piping nuns shall be continuous, whereby there shall be no fittings or piping connections for either the primary or secondarycontainment pipe which are not visible or accessible from abovegmund.. The secondary containment piping shall be sized to allow complete removal of the primary piping without excavation. The secondary containment system shall provide watertight containment of the tank's piping and its associated fittings: primary Piping is composed of three thermoplastic composites, surrounded by a protective polyester braid, FIRE STATION#2 PLEASANT HILJ,CA 15100/3 PLUMBING SECTION 15100 d. Product Compatibility: All the components of the Double-Wall Piping System shall be compatible with the products to be stored. e. Corrosion Resistance: All components of the Double-Wall Piping System shall be made of non-corrosive materials, or if metallic, such as the fittings and couplings,isolated from corrosion causing agents. f. Structural Integrity: The outer secondary containment system shall be of such design and materials to have sufficient strength to withstand the maximum underground burial loads and tested in accordance with AASHTO M294. The flexible inner primary piping system shall be capable of withstanding liquid pressure five times greater than the designed operating pressures, g. Integrity 'Testing: The outer secondary containment systems shall undergo an air pressure hold test(3 to 5 psi) after installation and before the final backfill. The flexible inner primary piping system shall be subject to 150% of working pressure or 75 psi air pressure for a minimum of 30 minutes and witnessed by the fire prevention bureau. Hold test prior to final backfill. h. Monitoring Capability: The design of the secondary containment system shall permit any leak in the primary piping system to flow from its source to a surface access containment chamber which shall be fitted with a leak detection system. i. Provide termination pipe sleeve assembly at pipe penetration through slab with pipe adaptor and water proof termination plug. j. Primary piping system shall be pressure tested at 150% of the working pressure (minimum 20 psi.). The test shall be maintained for a minimum of 30 minutes and witnessed by a representative of the Fire District. 6. Above Ground Fuel Piping: Fuel oil supply, return, fill, vapor and vent shall be black steel, standard weight, Schedule 40, seamless, or electric resistance welded, Grade A'or Grade B, ASTM A-53'or ASTM A-106. Fittings shall be malleable iron, black, 150- lb., threaded, ANSI B16.3. Prime and paint all exposed piping and fittings. PART 3 -EXECUTION FIRE STATION#2 PLEASANT HILL,CA 15100/4 PLUMBING SECTION 15100 3.01 PIPE A. Install all piping clean,free of tool marks,plumb with building lines and graded to drain and eliminate air pockets and to avoid conflict with structural members. Make ample provisions for expansion and contraction using special bends or swings where required. .Provide unions as required to facilitate convenient removal of valves and similar fittings. 3.02 OPERATION A. After completion, operate the different systems and equipment under their normal working conditions. B. Should any piece of apparatus or any material or work fail in any of these tests, irnmedately remove and replace with new materials and test the portion of the work replaced. END OF SECTION x'+mnwais.-ar..m FIRE STATION#2 PLEASANT HILL,CA 1514)4)15 SECTION 16000 ELECTRICAL GENERAL REQUIREMENTS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. The work covered in this division is subject to the condition of the division 1 - General requirements. 1. Provide conduit,wiring and fixtures for fuel tank installation including dispensing and leak detection equipment. 2. Provide site underground work for above described work. 3. Provide empty raceway system for future power, telephone, radio computer and data systems where noted. 4. Item not specifically shown or specified but required for complete operational system. 1.02 SCOPEOF WORK A. Furnish all labor, material and perform all operations,necessary and reasonably incidental to the complete installation,testing and adjusting of the above ground fuel Utak as;indicated on the plans and specifications. 1.03 REQUIREMENT OF THE REGULATORY AGENCIES A. Work and material shall comply with latest rules and regulations of the following. 1. California State Fire Marshal and OSHA 2. State of California Administration Code Title 24 3. National Electric code. 4. Regulations of local power and telephone companies. 5. All pertinent city and country codes. E. Most stringent codes or regulations shall govern. Nothing in these plans or specifications is to be construed to permit work not conforming with these codes. 1.04 DRAWING AND SPECIFICATIONS FIRE STATIONS #2 and#$ PLEASANT HILL,CA JOB#001 16400/1 ELECTRICAL GENERAL REQUIREMENTS SECTION 16000 A. Drawings shall be considered part of these specifications. Work and materials shown on drawings and not mentioned in the specification, and vice versa, shall be executed as if specifically shown or mentioned in both. Drawings shall be considered schematic in nature. Minor modifications of the work to comply with the structure as found shall be provided Manufacturer's drawings and instructions shall supplement specification and drawings. Connection to the equipment shall be according to equipment manufacturer's instructions. B. If any part of the drawings or specifications are not understood, apply to the owner for interpretation before proceeding with the bidding. C. "Utility connection fees, meter fees, lateral fees, utility structure changes and tariff's, inspection fees and the like shall be paid by the Owner;the Contractor shall not include such fees in Contract Sum." 1.05 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section. B. Without additional cost to the Owner,provide such other labor and materials as are required to complete the work of this section in accordance with the requirements of governmental agencies having jurisdiction, regardless of whether such materials and associated labor are specifically called for in these Contract Documents. C. Supervision: Contractor shall supervise the work from beginning to completion. All work is subject to inspection by the Owner or the Owner's representative. 1.06 SHUT'DRAWINGS AND SUBMITTAL A. Submit a complete list of materials and equipment. Submittals shall be approved before purchase. Refer to Architectural Section 41300. B. Shop drawings shall show: 1. Manufacturer,trade name,and description of the equipment specified. 2. Tag,mark or number by which item is identified with contract documents. 3. Physical size and arrangement of equipment. 4. Wiring diagrams for all equipment,showing all circuit devices,conductor sizes,types, and etc. 5. Finish materials and colors. FIRE STATIONS #2 and#S PLEASANT HILL,CA JOB#001 1600012 _. _... ......... ........: ......... ..__._.._... .. ... _. .. _.._. ..__. ...._.... _... ......_. __ ........ ......... ......... ....._ ELECTRICAL GENERAL REQUIREMENTS SECTION 16040 1.07 AS BUILT DRAWINGS A. Maintain a complete set "blueline prints" of contact electrical drawings farming a part of this contract. After work is installed, carefully draw on prints, in colored pencil, correct location of work installed, with dimensions from permanent walls, columns, etc.. Wiring diagrams and details corrected. Upon completion of project deliver corrected "as built" prints to the owner in good condition. 1.08 EXAMINATION OF SITE A. 'visit before submitting bid. Verify conditions,dimensions and locations shown on plans and cover all costs and work herein described,shown or reasonably implied. 1.09 PROTECTION AND CLEANING A. During construction,protect all work against dirt, water and mechanical or other damages. Upon completion,repair all broken, damaged or otherwise defective parts, or replace, at no added expense to the Owner.Remove all debris and unwanted excess materials from project site and leave site in a clean condition,satisfactory to the Owner. B. Upon completion of the work of this section, thoroughly clean all exposed portion of the electrical installation, removing all traces of sail, labels, grease, oil, and other foreign material. 1.10 GUARANTEE A. All work and materials under this contract shall be guaranteed'against faulty workmanship or defective material for a period of year from date of acceptance. 1.11 FEE AND PERMITS A. Owner is to pay for all licenses and permits required to perform the work. 1.12 MAIN ELECTRICAL SERVICE A. Underground. Type: 120/208 volts, 3 phase, 4 wire, as 'reconnect power to existing underground tank, dispensers and leak detection equipment to new above ground tank, dispensers and leak detection equipment. PART 2 PRODUCTS 2.01 MATERIALS EIRE STATIONS #2 and#5 PLEASANT FALL,CA JOB#001 16000/3 ELECTRICAL GENERAL REQUIREMENTS SECTION 16000 A. All materials shall be new, packed in original containers, installed and turned over free of rust,corrosion or defects. B. All materials shall have Underwriter's Laboratory label. C. Material shall be as specified, any substitution, shall be subject to the owner approval and shall be submitted to the owner before purchase and installation. 2.02 CONDUIT A. Rigid steel: Full weight, threaded hot-dip galvanized or sherardized steel conduit. Connectors shall be cast metal, electroplated. Insulated bashing and grounding bushings shall be as made by OZ or Thomas or Betts. Coated rigid steel shall he PVC coated in factory manufacturing process. B. Electrical metallic tubing: Hot-dip galvanized with cast malleable iron, electroplated, compression or set screw connectors and couplings. Connectors shall have insulated throat. C. Flexible metallic conduit: Galvanized steel 'strip spirally,"wound to provide interlocking design.Connectors shall be cast malleable iron with threadedhub and insulated throats. D. Liquid light flexible metallic conduit: "Sealtte" as made by Anaconda type VA or equal with cadmium plated cast malleable iron,threaded hub,insulated throat and neoprene gasket as made by T&B series 5331. E. PVC conduits shall be schedule 40 as made by Carlon. Conduits embedded in concrete may be type"EB". F. Conduit supports and hangers shall be"Kindrof',"Unistrut or approved equal. 2.03 OUTLET BOXES A. Boxes for interior shall be one-piece,galvanized steel 4"square or octagonal 1-1/2"deep. B. Boxes for exterior use or damp location:shall be cast metal-with threaded hub and neoprene gasket as made by"Grouse-Hindes"or"Appleton" . 2.04 PULL BOXES A. Code gauge, galvanized steel of required size. Cover shall be secured with cadmium plated machine screw, 6" on center. Exterior pull boxes shall be finished with one coat of Dichromate primer and two coats of baked enamel. B. Pull boxes at grade or concrete paving shall be as made by Brooks or Christy electrical and telephone boxes with traffic cover and hold down bolts. EIRE STATIONS #2 and#5 PLEASANT HILL,CA 1013#001 1600014 ELECTRICAL GENERAL MQUIREMEWS SECTION 16000 2.05 CONDUCTORS; A. Feeders and branch circuit wirings shall be THHN/'I1PWN 600 volt copper, number 8 or smaller shall be solid, 6 and larger shall be stranded. Non-metallic-sheathed cable (type W, armore&cable (type AC), or metal-clad cable (type MC) may be provided for conceded branch circuit conductors in wood frame construction,when permitted by code. B. Type THHN go degree stranded for the fixture wire and circuit runs within fixtures. C. Minimum conductor size#12 for power and 914 for control. D. Provide'color coding as required. E. Wire connectors: #10 and smaller, "3M" scotchlocks on T&B RP12, self-insulated. #8 and larger shall be T&B compression connector series 5400. F. Alurminwn conductors may be substituted only for No. 4 AWG and larger feeders. All aluminum Terminations must be made up with circumferential compression adapters, Bumdey "'Hip-Plug" or equal. Ampere ratings trust be equal to "copper indicated". Submit list of all proposed "Aluminum Feeders" for review before installing (indicate size of conductors and conduit)., G. Non-metallic sheathed cable(type NM), armored cable(type SC)or metal-clad cable(type _ MC)may be provided for concealed branch current conductors in wood frame construction when permitted by code. _ 2.06 WRUNG DEVICES A. :Receptacles:duplex, 3 pole grounding type Nema 5-20 R. as made by"Hubbell", "Bryant" ""Arnow Heart",specification grade: (Fed Spec/UL approved) General type_ Hubbell=5362 Grround fault protective Hubbell=GF-5362 Isolatedground Hubbell=IG 5362 B. Wall switches 24 Ampere 120/277 volt, specification grade, quite type, tumbler switch as made by HUBBELL,"Pass&Seymoue "Bryant"or equal; Single pale Hubbell# 1.221 Double pole Hubbell# 1222 Three way Hubbell# 1223 C. Craver - platen: As made by "'Pass epi Seymour", "Lev tc it or "Hubbellr', smooth, high impact thermoplastic,color as selected by the Architect. ME STATIONS ##2 and#5 PLEASANT HILL,CA JOB##Uf?1 l fr�U/5 ELECMCAL GENERAL REQUIREMENTS SECTION 16000 D. Weather proof cover-plates shall be Basketed, spring leaded,self closing suitable for damp and wet locations as described in NEC 410. PART 3 EXECUTION 3.01 INSTALLATION-GENERAL A. Work shall be performed only by competent and experienced workman in a manner satisfactory to the Architect. B. Coordination; 1. Coordinate as necessary with other trades to assure paper and adequate provision in the work of those trades for interface with the work of this section. 2. Coordinate the installation of electrical items with the schedule for work of mer trades to prevent unnecessary delays in the total work. 3. Where lighting fixtures and other electrical items are shown in conflict with locations of structural members and mechanical or other equipment,provide required supports and wiring to clear the encroachment. C. Before rough-in, contractor shall review with the Architect at the site the exact location of all outlets, fixtures, routing, excavations, and exposed conduits. Minor modification as to location of these items shall be done without increase in the contract price. 3.02 RACEWAYS A. General. All raceways shall be concealed except where exposed conduits are permitted by the Owner. Where cutting of the existing walls/ceilings and floors is necessary to conceal conduits, constructor shall patch the surface to match existing. Contractor may'install surface raceway in lieu of cut/patch,if allowed by the Ownert. Contractor shall verify the condition and exercise caution when cutting the existing surfaces to avoid structural damage and/or damage to the existing pipes, conduits and underfloor ducts.He is responsible to correct any damage caused by his work. B. Installation schedule: Location of use Raceway permitted Exterior exposed Rigid steel or IMC _ FIRE STATIONS #2 and#5 PLEASANT HILL,CA JOB#001 16000/6 ELECTRICAL GENERAL REQUIREMENTS - SECTION 16000 Interior exposed/concealed EMT, Rigid steel or IMC. MC cable allowed for 20 Amp branch circuits,in accessible ceiling area. Concealed or exposed Galvanized flex flee interior conduit Exposed flex exterior Liquid Tight flex or in the damp area conduit Under concrete stab or grade Coated rigid steel or,PVC schedule 40 C. Raceway size, where not indicated on the plans shall be in compliance with the National Electrical code.Minimum conduit size shall be 1/2 inch except 3l4 inch in concrete slab. -- U. Penetrations through concealed walls and footing shall be sleeved and caulked with grout or plastic compound. Penetrations thmugh fire rated wall or ceilings shall be caulked with approved fire rated material to maintain wall or ceiling fire rating. E. All conduit shall be installed with code radius bends with not more than four bends per run. Where more than four bends are required in a particular run, pullboxes shall be installed. Telephone conduit require p llbox so that no conduit is longer than 100 or contains more than two 90 degree bends. F. Conduit terminations:at cabinets and boxes shall be rigidly secured with locknuts and insulated bushings. ,All conduit ends shall be reamed after cutting and, if not secured to boxes or cabinets,shall be capped and protected during construction. - G. Spare or empty conduits shall be capped at dead ends and empty conduits shall have a 350 lb.nylon pullwire installed. H. Where rigid steel conduits are installed under floor slabs or underground, they shall be double wrapped with 3M Scotchwrap tape. Wrapping shall extend 12 inch above ground or slab. L Flexible conduit':shall be used for connection of recessed lighting fixtures., motors, heating and ventilating ;and plumbing equipment or locations where it is not practical to use rigid conduit or electrical metallic tubing. J. Exposed conduit shall be run parallel to,or at right angles to,building lines and center lines of beams and columns. Exposed conduit work shall be neat, of good appearance and free from irregularities and damage. K Conduit support: FIRE STATIONS #2 aM#5 PLEASANT'HILL,CA JOB#001 160UU/7 ELECTRICAL GENERAL REQUIREMENTS SEMON 16444 1. Support single nuns of conduit using galvanized pipe clamps. In damp or wet locations,install clamp-backs to space conduit off surface. 2. Support multiple conduit run using trapeze hangers (Approved construction channel), mounted to 3/8 inch diameter threaded steel rods secured to building structure. 3. Fasten conduit to the channel with clamps and provide lateral seismetic bracing for hangers. 3.43 INSTALLATION OF OUTLETS A. Install boxes as indicated. 3.44 INSTALLATION OF WIRE AND CABLES A. No mechanical meats shall be used for pulling in wire. B. All wiring shall be continuous from outlet to outlet,or from terminal to terminal.No splices will be permitted in conduits. C. Splices in wires and cables shall utilize approved type solderless connectors. In no case shall the insulation of the wire joint be less than the insulation value of the conductor. D. Securely tag all circuits, at the panel, switches, outlets and L boxes, noting the purpose of each.Mark wires with Brady"Quid-Label"wrap around wire markers. E. Color code all conductors. 3.48 GROUNDING A. The complete electrical installation, including the neutral conductor, metallic conduits and raceways boxes, cabinets and equipment shall be permanently and effectively grounded in accordance with all code requirements, whether or not such connections are specifically shown or specified.' B. The maximum resistance to ground shall not exceed 5 ohms, and the necessary number of ground rods shall be driven to accomplish this maximum resistance. C. System neutral grounded by connection to ground bus at one point only at main panel.At all other locations,system neutral shall have 600 volts insulation. D. Ground all electrical equipment and raceway systems. FIRE STAMNS #2 and#S PLEASANT HIM,CA JOB#441 16444/8 ELECTRICAL GENERAL REQUIREMENTS SECI`10N 16000 E. providecode 'rated capper ground jumper at all 'flexible conduit and locations where raceway system is electrically discontinuous. 3.099 EQU1PNIENNT'IDENTIRCA.TION _ A. Identify all disconnects and enclosed circuit breakers with an engraved'laminated phenolic labels secured to the equipment. Lettering shall be 114" minimum, white on black background B. Identification shall show name of each equipment. 3.10 CUTTING AND PATCH NG A. Provide`necessary cutting in connection with the electrical work and make repairs in a - manner satisfactory to the towner. B. Structural members shall not be drilled,bored'or notched. C. Cutting of holes in concrete and masonry,if required,shall be by core drill. D. Cutting shall be as indicated or only with approval of the mer. 3.11 EXCAVATION AND BACKFILL A. Dig trenches straight and true to line and grade. Bottom shall be completely smooth. Raceways shall be supported from undisturbed original earth. Minimum cover for all raceways or duct envelops shall be 2'- o" unless otherwise noted. Trench shall be kept free of water. Open trenches shall be protected with suitable barricades and warning lights. Excess earth shall be completely removed and disposed of. Trenches for the utility companies shall'conform to their requirements. B. Trenches shall be backfilled immediately after approval. Trenches shall be backfilled with sand and base rock to match adjacent surface. Exterior trenches shall be compacted to 90% and interior trenches to 95%compaction. C. After backfill and compaction,patch and pave the surface to match'existing. D. Trenches for utility shall be made per utility company requirements. 3.12 INSPECTIONS AND TESTS A. General: FIDE STATIONS #Z and#5 PLEASANT HAIL,CA JOB#301 1SUbUl9 ........... ......-.... ....... ........ ........ ...... .......... ELECTRICAL GENERAL REQUIREMENTS SECTION 16000 i. The electrical installation shall be inspected and tested to insure safety to building occupants,operating personnel,conformity to codes and contract document. 2. The contractor shall follow recognized safety procedures and technique during energizing and de-energizing of all equipment to ensure employee safety and protect the work. B. Tests: 1. Test cable mechanical connections to manufacturer's recommended values with a calibrated torque wrench. 2. Perform insulation resistance test on each new conductor with respect to ground and adjacent conductors. Applied potential to be 1000 volts de for I minute. Minimum insulation resistance value shall not be less than two inegoluns. 3. Perform continuity test to insure proper cable connection. 4. Grounding systems: The ground connection on each piece of equipment shall be checked for tightness, and the entire system shall be checked for continuity for proper voltage levels, s. measure voltages between phases and between phase wires and neutrals. 6. Test all motors for proper operation and rotation. 7. Prior to energizing the electrical Vstem, the neutral circuit sliall be checked for accidental,grounds.Any accidental grounds shall be corrected. 8. Written report of the test result shall be submitted to the Owner or owner representative before the systems are placed in service. 3.13 ACCEPTANCE A. Upon completion of work, arrange for inspection of electrical inspection system to be witnessed by the Owner representatives. Inspection conducted at the expense of and by contractor at the mutually agreed times Give arnple time but not less than S days notice to arrange for specified tests. B. Demonstration that all equipment Operate satisfactorily and as specified. C. Inspection of all equipment specified. 3.14 MAINTENANCE INSTRUCTIONS FIRE STATIONS #2 and#5 PLEASANT HILL,CA JOB#001 16000/10 ELECTRICAL GENERAL REQUIREMENTS SECTION 16M A. Upon completion of the contract, furnish three (3) complete sets of manuals containing manufacturer's instructions for maintenance and operation of each item and of equipment and apparatus provided under this contract, B. Thoroughly indoctrinate the Owner's operation and maintenance personnel in the contents of the operations and maintenance manual. END OF SECTION FIRE STATIONS #2 and#5 PLEASANT MLL,CA JOB#001 16000/11