Loading...
HomeMy WebLinkAboutMINUTES - 06132006 - C.72 I TO: BOARD OF SUPERVISORS CONTRA FROM: MICHAEL J. LANGO, DIRECTOR OF GENERAL SERVICES - COSTA - COUNTY DATE: JUNE 13, 2006 °°s--------����"� rq couN'�'i SUBJECT: APPROVE BID DOCUMENTS AND AUTHORIZE THE SOLICITATION OF BIDS FOR THE COGENERATION PROJECT AT THE MARTINEZ , DETENTION FACILITY, 1000 WARD STREET, MARTINEZ FOR THE SHERIFF-CORONER I SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION _ I 1. APPROVE the bid documents for the Cogeneration Project at the Martinez Detention Facility, 1000 Ward Street, Martinez, including the Plans, Technical Specifications, and General Conditions. I 2. DETERMINE that the project is a California Environmental Quality Act (CEQA) Class la Categorical Exemption; DIRECT the Director of Community Development, or designee, to file a Notice of Exemption with the County Clerk; and DIRECT the Director of General Services, or designee, to arrange for payment of the $25 handling fee to the County Clerk for filing the Notice of Exemption and a $25 handling fee to Community Development for administration processing costs. I 3. AUTHORIZE the General Services Director, or designee, to solicit bids from contractors to be received on July 20, 2006 at 2:00 p-m. and 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. FINANCIAL IMPACT I The contracted services will be funded with Williams Settlement money. Contra Costa County received $3.5 million for a legal settlement between the Williams Company and several California jurisdictions. These monies fund energy efficiency projects recommended in the Contra Costa County Strategic Energy Plan that will reduce the County's annual energy costs by $1.5 million. The Cogeneration Project is one component of the Strategic Energy Plan that will result in an estimated annual energy savings of$65,000. I I i I CONTINUED ON ATTACHMENT: X YES SIGNATU RECOMMENDATION OF COUNTY ADMINISTRATOR I RECOMMENDATION OF BOARD COMMITTEE L-'APPROVE OTHER SIGNATURES: ACTION OF BOON APPROVED AS RECOMMENDED O I I I I I VOTE OF SUPERVISORS C UNANIMOUS(ABSENT ) AYES: NOES: ABSENTS: ABSTAIN: I I MEDIA CONTACT: MICHAEL J.LANGO(313-7100) Originating Dept.:General Services Department cc: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT CVTHEMI CTION TAKEN Capital Projects Management Division AND ENTERED OES OF THE BOARD Accounting OF SUPERVISORTE SHOWN. CPM File: 250-0527/8.4.1 n / 250-0527/A.5 ATTESTED a� ,(7 County Administrator's Office JOHN N,CLERK OF THE BOARD OF SUPERVISORS County Counsel A NTY ADMINISTRATOR Auditor Controller Sheriff-Coroner(via CPM) BY DEPUTY Axiom Engineers(via CPM) H:\2005\2500527\05L027043b.doc LDR:TB Page 1 of 2 M382(10/88) I ` I ` I APPROVE BID DOCUMENTS AND AUTHORIZE THE 250-0527/B.4.1 OLICITATION OF BIDS FOR THE COGENERATION June 13, 2006 PROJECT AT THE MARTINEZ DETENTION FACILITY, 1000 WARD STREET, MARTINEZ FOR ITHE SHERIFF- CORONER BACKGROUND I In accordance with the County's Strategic Energy Plan to implement on-site generation opportunities, this project will install a 150kW cogeneration plant at the Martinez Detention Facility. The plant will generate electricity for internal use and offset natural gas use for domestic hot water and space heat. The completed project will cut energy costs by an estimated $65,000 per year. I Bid documents and specifications have been prepared by Axiom Engineers and filed with the Clerk of the Board by the Director of General Services. The cost estimate for the work is $235,000, and the prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors pursuant to the statutes of the State of California and applicable local law, which shall be the minimum rates paid on this project. I Upon the Board's authorization, the General Services Director, or designee, will solicit bids from qualified contractors in accordance with Section 4217.16 of the Government Code. Government Code Section 4217.16 allows a Public Agency to request proposals from "qualified persons" for energy projects and to award a contract based on cost, experience of the contractor, and other relevant performance considerations. The General Services Department has established a list of qualified contractors to seek bids from. Upon receipt of the bids, an evaluation will be conducted, and a determination made based on the best combination of cost, contractor experience and qualifications. The contract award recommendation will be brought before the Board at a future date. I I i I I I I I I I I I I I I I i I I I I I I I I i I I i I H:\2005\2500527\05L027043b.doc Page 2 of 2 M382(10/88) I i ' SPECIFICATIONS FOR COGENERATION PROJECT AT THE MARTINEZ DETENTION FACILITY, 1 1000 WARD STREET,MARTINEZ FOR THE SHERIFF-CORONER Budget Line Item -42 g No. 4402 55 Authorization No. 0928=WH255B ' June 13, 2006 PREPARED BY AXIOM ENGINEERS 2511 GARDEN ROAD, SUITE A-140 MONTEREY, CALIFORNIA 93940-5376 (831) 649-8000 FAX (831) 649-8038 FOR CAPITAL PROJECTS MANAGEMENT DIVISION GENERAL SERVICES DEPARTMENT CONTRA COSTA COUNTY J 1220 MORELLO AVENUE, SUITE 100 MARTINEZ, CALIFORNIA 94553-4711 (925) 313-7200 FAX: (925) 313-7299 ' FILE: 250-0527 LDRAb ' H:\2005\2500527\05LA27032x.doc 1 I I I i (Bidder) DIVISION C. PROPOSAL (BID FORM) BIDS WILL BE RECEIVED UNTIL THE 20th Day of July, 2006 at 2:00 p.m. in the Capital Projects Management Division, 1220 Morello Avenue, Suite 100, Martinez, CA 94553-4711. (1) TO THE DIRECTOR OF GENERAL SERVICES, MICHAEL J. LANGO, GENERAL SERVICES DEPARTMENT: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and.services for I COGENERATION PROJECTAT THE MARTINEZ DETENTION FACILITY, 1000 WARD STREET, MARTINEZ FOR THE SHERIFF-CORONER Budget Line Item No. 4402-4255 Authorization No. 0928-WH25513 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 sum: I . I , Dollars ($ ) (2) It is understood that this bid is based upon completion of the work within 90 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/she shall be liable to the Public Agency in the amount of$500.00 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. I (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. I (5) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsiblefor any errors or omissions on the part of the undersigned in making up this bid. I (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. I H:\2005\2500527\05L027036x.doc(12/9/03) DIVISION C - 1 i I i i DIVISION C. PROPOSAL (BID FORM) (Continued) I '(7) Attachments are: a) A list of the names and locations of the place of business of the subcontractors. b) Noncollusion Affidavit form! c) Bid security as required in.the Notice to Contractors. I Cash Bidder's Bond' Cashier's Check Certified Check I (8) The following addenda are hereby'acknowledged as being included in the bid: Addendum # dated Addendum# dated Addendum# dated (9) ; Firm NOTE: Have you By(signature) complied with the Division E Title Outreach Program and Mandatory Address Subcontractor Minimum requirements for Phone: Fax: this project? Federal Tax Payers I.D. or Social,Security No. Dated this day of , 20 ; (10) Licensed in accordance with an act providing for the registration of Contractors: Classification and License No. Expiration Date (11) Representations made herein are made under penalty of perjury. I HA2005\2500527\05L027036x.doc(12/9/03) DIVISION C - 2 i I • cn W � PA o IP f w U r ` o Q� � V cd des PA � O in 0 l � W A T ` I I ' I NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I State of California ' ss County of i I 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. I • Dated: Signed: I I . NOTE: THIS FORM MUST BE NOTARIZED CERTIFICATE OF ACKNOWLEDGMENT State of California ) I ss. 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 persori(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I WITNESS my hand and official seal. Dated: [NOTARIAL SEAL] Notary Public I li:\2005\2500527\05Lo27036x.doc(12/9/03) DIVISION C -4 i I I SPECIFICATIONS FOR I COGENERATION PROJECTI AT THE MARTINEZ DETENTION FACILITY, 1000 WARD STREET,MARTINEZ FOR THE SHERIFF-CORONER I Budget Line Item No. 4402-4255 Authorization No. 0928-WH255B 1 I i ' June 13, 2006 I PREPARED BY AXIOM ENGINEERS 2511 GARDEN ROAD, SUITE A-140 MONTEREY, CALIFORNIA 93940-5376 (831) 649-8000 FAX (831) 649-8038 i I ' FOR CAPITAL PROJECTS MANAGEMENT DIVISION GENERAL SERVICES DEPARTMENT CONTRA COSTA COUNTY 1220 MORELLO AVENUE, SUITE 100 MARTINEZ, CALIFORNIA 94553-4711 ' (925) 31!3-7200 FAX: (925) 313-7299 I I I FILE: 250-0527 I I LDR:tb I I I I I I i I H:\2005\2500527\05L027032x.doc I I i I I TABLE OF CONTENTS BIDDING REQUIREMENTS I I ' DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents ' Section 3 Examination of Plans, Specifications, and Site of Work Section 4 Bidding Documents ' Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Public Opening of Proposals ' Section 8 Irregular Proposals Section 9 Competitive Bidding Section 10 Award of Contract Section 11 Special Requirements Section 12 Execution of Contract Section 13 Failure to Execute Contract Section 14 Plan Holders List I DIVISION C. Proposal (Bid Form) ' CONTRACT FORMS DIVISION D. Forms Contract(Construction Agreement) Performance Bond ' Payment Bond I CONDITIONS DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity DIVISION F General Conditions Section 1 Definitions Section 2 'Governing Laws and Regulations Section 3 ;Patents and Royalties ' Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 'Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule H:\2005\2500527\05LA27033x.d6c TABLE OF CONTENTS 8/14/00 Page 1 of 3 I I I I Section 15250 Insulation Section 15701 Hot Water Heating System DIVISION 16 Electrical I '. Section 16010 General Electrical Requirements Section 16055 Through-Penetration Firestopping for Electrical Systems Section 16060 Grounding Section 16110 Conduits, Raceways and Fittings Section 16120 Line Voltage Wire and Cable Section 16130 Outlet, Junction and Pull Boxes Section 16475 Circuit Breakers Section 16480 1 Motor Controls DRAWINGS i 10 sheets, 24 x 36 inches, titled"Contra Costa County Martinez Detention Facility Cogeneration System, 1000 Ward Street, Martinez", dated April 19, 2006. I I I I I I D I I � 1 I 0 ' I 0 ' I I 1 H:\2005\2560527\051A27033x.doc TABLE OF CONTENTS 8/14/00 ! Page 3 of 3 i 250-0527B.4.1 NOTICE TO CONTRACTORS ' DIVISION A. NOTICE TO CONTRACTORS Page 1 of 3 (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 furnishing of all labor, materials, ' equipment, transportation and services for: COGENERATION PROJECT AT THE MARTINEZ DETENTION FACILITY, 1000 WARD STREET, MARTINEZ FOR THE SHERIFF-CORONER Budget Line Item No. 4402-4255 Authorization No. 0928-WH255B The County will only accept bid proposals from pre-qualified bidders. Bid proposals shall be sealed and shall be submitted to the Director of General Services, Capital Proiects Management Division Office, 1220 Morello Avenue, Suite 100, Martinez 94553-4711, on or ' before the 20 day of July, 2006 at 2:00 p.m., and will be opened in public immediately after the time due in the Capital Projects Management Division Conference Room, 1220 Morello Avenue, Suite 100, Martinez, California 94553-4711. ' 'The estimated construction contract cost is $235,000. The prime contractor for this project shall hold a valid Class C-4 and/or C-20 Contractor license. The work includes providing materials and services to install a 150 kW cogeneration system and interconnect it into the hot water and electrical systems of this facility. The County will purchase and deliver the cogeneration system equipment to the site. Contractor shall coordinate with controls contractor (contracted separately). Contractor shall coordinate access, equipment laydown and staging with the County. 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 County Capital Projects Management Division office, 1220 Morello Avenue, Suite 100, Martinez, California 94553-4711. Drawings and specifications (not including documents included by reference) and proposal forms, may be obtained by prospective bidders at the County Capital Projects Management Division office, upon payment of a printing and service charge in the amount of$25.00 (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 $10.00. Cash purchases are to be for the exact amount only. Checks shall be made payable to "The County of Contra Costa" and may be mailed to the Capital Projects Management Division, 1220 Morello Avenue, Suite 100, Martinez, ' California 94553-4711. The Capital Projects Management Division 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 County's log of contractor plan holders on the web at http://www.co.contra-costa.ca.us/depart/gsd/planhold/PlanHoldList.htm (updated daily at 4:00 p.m.), or by calling the Capital Projects Management Division at (925) 313-7200, or by submitting a written request via FAX No. (925) 313-7299. Requests for copies of the plan holders log cannot be accepted after 5:00 p.m. of the day before the bids are due. H:\2005\2500527\05LA27034xrcv.doe 12/9/03 DIVISION A- I 250-05278.4.1 NOTICE TO CONTRACTORS ;Page 2of3 ' Technical questions regarding the contract documents should be directed to the Capital Projects Management Division at telephone number.(925) 313-7200. 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 inthe amount of ten percent (10%) of the base bid amount, made payable to "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 theCounty 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 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 16436 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 (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 worker 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 Enterprises (WBEs), Small Business Enterprises (SBEs), Local Business Enterprises (LBEs), and Disabled Veterans Business Enterprises (DVBEs) by providing opportunities for participation in the performance of , construction contracts financed in whole or in part with County funds. MBE, WBE, SBE, LBE, and DVBE definitions and detailed information are included'in Division E of the Specifications. A pre-bid conference will be held on June 29, 2006, at 9:00 a.m., in the Contra Costa ' County Capital Projects Management Division office, 1220 Morello Avenue, Suite 100, Martinez, 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 immediately after the pre-bid conference.. A site inspection will be held at.the Contra Costa County Martinez Detention Facility, 1000 Ward Street, Martinez, California. The inspection tour will be conducted by a representative of the County's Capital Projects Management Division. H:\2005\2500527\05L027034xrev.doc 12/9/03 DIVISION A- 2 250-05278.4.1 NOTICE TO CONTRACTORS ' Page 3 of 3 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. BY ORDER OF THE BOARD.OF SUPERVISORS OF CONTRA COSTA COUNTY 1 JOHN CULLEN, Clerk of the Board of Supervisors and County Administrator By: 1 Deputy Dated: LDR:tb i 1 1 1 1 i H:\2005\2500527\05L027034xrev.doc 12/9/03 DIVISION 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: 1 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 thetype 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. SECURING 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 WORK: 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 those 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. H:\2005\2500527\05L.027035x.doe (Rev.06/02/04) DIVISION B - 1 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 i without interlineations, alterations or erasures. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these Specifications. B. 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 shall 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 1 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. H:\2005\2500527\05L027035x.doc (Rev.06/02/04) 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 (10%) 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. It is 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, plainly identified 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. WITHDRAWAL 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, telegraphic, or telephonic request to withdraw a bid proposal 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, including subcontractor listings for the three lowest bids, will also be available on the Internet the day after the bid opening The Internet address is: littp://www.co.contra- costa.ca.us/depart/gsd. ' 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. FIA2005\2500527\051-027035x.doc (Rev.06/02/04) DIVISION B - 3 . i 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 workjto.a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid ' directly for the materials or work. ii B., All bidders are out 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. If the Proposal (Bid Form) includes bid alternates, the lowest bid will be determined as specified in the Bid Form (see Division Q. However, once the lowest bid has been determined, the. County shall have the right to accept bid'alternates in any order or combination and may select any, all, or none of the additive or deductive items to include . in the contract. j 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, including without limitation the requirements for the Outreach Program ,and Mandatory Subcontracting Minimum requirements (see Division E). 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. j D. If the contract is awarded, but such award is later invalidated for any reason, ail 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 contraci 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 F) 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). H:\2005\2500527\05L027035x.doc (Rev.06/02/04) DIVISION B - 4 1 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 1 contract shall be binding upon the County until it has been executed by the Contractor and the County. 1 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. Prospective bidders may obtain copies of the County's log of contractor plan holders on the web at http://www.co.contra-costa.ca.us/depart/gsd/planhold/PlanHoldList.htm (updated daily at 4:00 p.m.). ' B. Copies of the plan holders list may be examined or obtained for no cost at the Capital Projects Management Division, 1220 Morello Avenue, Suite 100, Martinez, California, Monday through Friday between the hours of 8:00 am and 5:00 pm. C. 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. ' D. 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. H:\2005\2500527\05LA27035x.doe (Rev.06/02/04) DIVISION B - 5 I I (Bidder) I DIVISION C. PROPOSAL BID FORM) BIDS WILL BE RECEIVED UNTIL THE Nth Day of July, 2006 at 2:00 p.m. in the Capital Projects Management Division, 1220 Morello Avenue, Suite 100,Martinez, CA 94553-4711. (1) TO THE DIRECTOR OF GENERAL SERVICES, MICHAEL J. LANGO, GENERAL SERVICES DEPARTMENT: I The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for COGENERATION PROJECT, AT THE MARTINEZ DETENTION FACILITY, 1000 WARD STREET, MARTINEZ FOR THE SHERIFF-CORONER Budget Line Item No. 4402-42551 Authorization No. 0928-WH255B 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 sum: I Dollars ($ ) (2) It is understood that this bid is based upon completion of the work within 90 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/she shall be liable to the Public Agency in the amount of$500.00 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. I (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 riot 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. I r � I H:\2005\2500527\05L027036x.doc(12/9/03) DIVISION C - 1 1 I DIVISION C. PROPOSAL BID FORM)(Continued) (7) Attachments are: a) A list of the names and locations of the place of business of the subcontractors. b) Noncollusion Affidavit form. 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 NOTE: Have you By(signature) complied with the Division E Title Outreach Program and Mandatory Address Subcontractor Minimum requirements for Phone: Fax: this project? Federal Tax Payers I.D. or Social Security No. Dated this day of , 20 (10) Licensed in accordance with an act providing for the registration of Contractors: , Classification and License No. , Expiration Date (T 1) Representations made herein are made under penalty of perjury. H:\2005\2500527\05L027036x.doc(12/9/03) DIVISION C - 2 \ a \ o yQ v 7 � A A V o O Ul . O i \ 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 ) ) ss. , 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 H:\2005\2500527\05L027036x.doe(12/9/03) DIVISION C - 4 I File: /C.l.l 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: (See Sec.4) Completion Time: Within calendar days from starting date. (See Sec.5) Liquidated Damages: ' (See Sec.6) Public Agency's Agent:MichaI el J. Lango,Director of General Services (See Sec.7) Contract Price: ' (See Sec. 8) Federal Taxpayers I.D.or Social Security No.: 2. SIGNATURES&ACKNOWLEDGEMENT. 1 Public Agency, By: Date: Michael J.Lango,Director of General Services Contractor,hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 3700 concerning Workers'Compensation Law. I By: (Designate official capacity in the business) (CORPORATE SEAL) I By: (Designate official capacity in the business) Note 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 secretary, 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. 1 CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss. 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] I Notary Public I I (CC-1;Rev.2-92) I . I H:\2005\2500527\05L027037x.doc(2/11/02) DIVISION D - I Page 1 of 4 r I File: /C.l.l , 3. WORK CONTRACT,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 cost 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 1. 5. LIQUIDATED DAMAGES. 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 DOCUMENTS. 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) The 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 under this contract,provided the Contractor shows that all claims for labor and materials have been paid,no claims 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 3700 and the Workers'Compensation Law. 10. BONDS. 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 TO PERFORM. 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) 11:\2005\2500527\05L.027037x.doc(2/11/02) DIVISION D = 2 Page 2 of 4 I File: /C.l.l I 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 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 fully stipulated herein. 13. SUBCONTRACTORS. Public Contract Code Sections 4100-4114 are incorporated herein. 14. WAGE RATES. (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) This 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 least 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 minimum 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 day's 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. PREFERENCE FOR MATERIALS, 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. 1 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. I 19. NO WAIVER 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 contractlas 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 hereof. 1 20. HOLD HARMLESS & 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,agents and employees, together with any additional persons and entities, if any, listed in the Supplementary General Conditions (Division G) 1 (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 law or equity concerning these. I (d)The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract and attributable to the Contractor,subcontractor(s),or any off cer(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 covering any of these matters,or that the alleged damage resulted partly from any negligent or willful misconduct of any indemnitee. I 1 . I ' (CC-1;Rev.2-92) H:\2005\2500527\05L027037x.doc(2/11/02) DIVISION D - 3 Page 3 of 4 r File: /C:1.1 ' 21'. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705,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 final payment under this contract,all records relating to this contract or 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 governments,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 the 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 Board of Supervisors. In its County contractor 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 foregoing,Contractor may express its views on products to other contractors,the Board of Supervisors,County officers,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). 1 . 1 (CC-1;Rev.3-95) .(Form approved by County Counsel) H:\2005\2500527\05L07037x.doc(2/11/02) DIVISION D - 4 Page 4 of 4 , 1 PERFORMANCE BOND — PUBLIC WORK ' Bond No. Premium Any claim under this Bond should be Sent to the following address: i KNOW ALL MEN BY THE PRESENTS: I 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 ($ ) 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 doand perform the following work, to wit: i 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 required 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. I 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. I 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 moniesI due under the terms of this bond. SIGNED AND SEALED, this day of , 20 I (Principal) (Surety) By. (Signature) (Signature) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) I DIVISION D—5 I H:\2005\2500527\05LO27038x.doc I 1 I I 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 ($ ) 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: . i 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 s day of , 20 (Principal) (Surety) By: (Signature) (Signature) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) (SEAL AND ACKNOWLEDGEMENT OF NOTARY) DIVISION D - 6 H A2005\2500527\05 LA2703 8 x.doc DNISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater I I 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 (OBEs), Small Business Enterprises (SBEs), Local Business Enterprises (LBEs), and Disabled Veteran Business Enterprises (DVBEs). 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 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 I The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid ' participation by MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs which is anticipated by the County to produce levels of participation as stated in the proposal form. C. Definitions I . For purposes of this program, the following definitions shall apply: 1. "Minority or Women Business'Enterprise (MBE or WBE)" means a business enterprise 1 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 I b. A business whose management and daily business operations are controlled by one or more minority persons or women. i ' 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. i H:\2005\2500527\05L027039x.doc (Rev. 11/04/04)I DIVISION E- 1 DIVISION E. Outreach Pro 'am/MandatorY Subcontracting Minimum/Affirmative Action and a 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, firm, or corporation having a direct contract with the contractor for the performance 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. "Trucker" means a firm that performs hauling or trucking work with trucks owned or leased 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. Certification and Participation of Minority n W Business rise D p tv a d omen B ess Enterp s 1. If recognition is to be given to MBE/WBE 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. HA2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E- 2 , i DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment 1 Opportunity for Use on County-Funded Construction Contracts of$50,000 land Greater Applications for certification and/or directories of MBE/WBE certified firms are available at the following locations: i a. Contra Costa County Affirmative.Action Office, 651 Pine Street, 10th Floor, Martinez, CA 94553 Telephone: (925) 335-1045 Fax: (925) 646-1353 1 Email: brive@cao.co.contra-costa.ca.us i b. City of Oakland Office of City Manager, Contract Compliance& Employment Services 250 Frank H. Ogawa Plaza, Suite 3341, Oakland, CA 94612 Telephone: (510) 238-397,0 Fax: (510) 238-3363 c. Los Angeles County Metropolitan Transportation Commission Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012 Telephone: (213) 922-2600 ' Fax: (213) 922-7660 d. Port of Oakland 1 530 Water Street, Oakland, CA 94607 Telephone: (510) 627-1657 Fax: (510) 451-1656 ' e. Regional Transit Coordinating Council Includes the following agencies: 1 AC Transit(Alameda Contra Costa Transit District) Telephone: (510) 891-7176 Fax: (510) 891-4724 Email: sandy@pacbell.net i BART (Bay Area Rapid Transit District) Telephone: (510) 464-6110 Fax: (510) 464-7587 Email:jmackl@bart.dst.ca.us i County Connection(Central Contra Costa Transit Authority) ' Telephone: (925)676-1976 Fax: (925) 686-2630 Email : madrigal@cccta.org Metropolitan Transportation Commission Telephone: (510) 464-7777. ' Fax: (510) 464-7848 Email: bcecch@mtc.ca.us H:1200512500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 3 I DIVISION E. Outreach Pro am/Mandato Subcontracting Minimum/Affirmative Action and , 1�' rY g Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater ' Samtrans (San Mateo County Transit District) , Telephone: (650) 508-7939 Fax: (650) 508-7738 San Francisco Municipal Railway/San Francisco Public Transportation 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 Rights Commission 25 Van Ness Avenue, Suite 800, San Francisco, CA 94102-6033 ' Telephone: (415) 252-2500 Fax: (415) 431-5764 Webpage: http://www.sfliumanrights.org/ , (Note: Firm must be listed on their certification list, not their registry). g. Caltrans (California Department of Transportation) Division of Civil Rights, 1120 N Street, Room 2445, Sacramento, CA 9581'4 Webpage: http:/www.dot.ca.gov/hq h. U.S. Small Business Administration , Regional Office, 71 Stevenson Street, 20th Floor, San Francisco, CA 94105-2939 Telephone: (41.5) 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 paragraph. b. Work performed by a prime contractor will be considered for credit in computing any 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. 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. 1 H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 4 I DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment i Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater I d. Recognition for materials, and/or supplies is limited to 60 percent of the amount to be paid to the vendor, unless the vendor manufactures or substantially alters the materials/supplies. I e. MBE/WBE credit shall i not be given to a Joint Venture partner listed as a subcontractor by a Joint Venture bidder. f. MBE/WBE credit for brokers required for performance of the contract is limited to q the reasonable fee or commission charged, as not considered excessive, as compared with fees customarily allowed for similar services. I E. Good Faith Effort Documentation 1 I 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. I It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs 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, LBEs, ' and DVBEs 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, LBEs, and DVBEs (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 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. Indicator 1 2 3 4 5 6 7 8 9 10 Total Points 0 10 13 9 10 10 5 10 26 7 100 Each indicator(2-10) is evaluated on'a pass/fail basis, i.e., either full or zero points can be achieved for compliance with each item. I I I I H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E- 5 I I DIVISION E. Outreach Pro ram/Mandatory Subcontracting Minimum/Affmnative Action and , Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater 1 OUTREACH PARTICIPATION AND MSM No Points The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs, , SBEs, LBEs, and DVBEs which could be expected by the County to produce a reasonable level of participation by interested business enterprises, and to have the bidder meet the Mandatory Subcontracting Minimum for the project. , 2 ATTENDED PRE-BID MEETING 10 Points The bidder has attended the pre-bid meeting scheduled by the County to inform all bidders of the , requirements for the project for which the contract will be awarded. This requirement may be waived only if the bidder certifies in writing prior to the pre-bid meeting that it was already , informed as to those project requirements. 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 General Services Department, Capital Projects Management Division, 1220 Morello Avenue, Suite 100, Martinez California 94553. , 3 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 13 Points The bidder has identified; listed and selected specific work items in the project to be performed p p J ., by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs. 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, LBEs, and DVBEs. Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5. f 4 1 ADVERTISEMENT 9 Points , 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. Required Documentation: A copy of the advertisement and a proof of publication statement or , other verification which confirms the date the advertisement was published. Note: The advertisement must be specific to the project, not generic, and may not be a plan holder advertisement provided by the publication. It should include the County project name, name of bidder, areas of work available for subcontracting, and a contact person's name and telephone number, information on the availability of plans and specifications and the bidder's policy concerning assistance to subcontractors in obtaining bonds, lines of credit, and/or H:\2005\2500527\05L027039x.doe (Rev. 11/04/04) DIVISION E- 6 , i DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 sand Greater 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 110 Points a I 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, LBEs, and DVBEs 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, LBEs, and DVBEs 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 the 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. I 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.l above to obtain current copies of MBE/WBE directories for listings of certified MBE/WBE firms.) 6 FOLLOW-UP ON INITIAL SOLICITATION 10 Points i The bidder has documented efforts to follow-up initial solicitations made in Indicator #5 by ' contacting the MBEs, WBEs, OBEs, 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. i 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, date, and the result of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters. 7 PLANS,SPECIFICATIONS AND REQUIREMENTS 5 Points i The bidder has provided interested .sub-bid enterprises with information about the plans, ' specifications, and requirements for the selected sub-bid/subcontracting work. I Required Documentation: Include in Indicator 4 or 5, information detailing how, where, and ' when the bidder will make the requiredi information available to interested subcontractors. H:\2005\2500527\05L027039x.doc (Rev. 11/04/04): DIVISION E - 7 I I DIVISION E. Outreach Pro am/Mandato Subcontracting Minimum/Affirmative Action and ' �' rY g Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater , 8 1 CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 Points The bidder has requested assistance from organizations that provide assistance in the recruitment , and placement of MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs not less than fifteen (15) calendar days prior to the submission of bids. Any organizations which have been contacted must be listed in the required documentation. Required Documentation: A copy of each letter sent to outreach agencies requesting;assistance in recruiting MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs. 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 1 NEGOTIATE IN GOOD FAITH 26 Points ' The bidder has negotiated in good faith with interested MBEs, WBEs, OBEs, SBEs, LBEs, and DVBEs and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any , enterprise, as determined by the County. Required Documentation: a) Copies of all MBE/WBE/OBE/SBE/LBE/DVBE 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. BOND, LINES OF CREDIT,AND INSURANCE ASSISTANCE 7 Points ' The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs, , LBEs, and DVBEs 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 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 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 ' MBE/WBE subcontractor, supplier, manufacturer, or trucker intends to perform. The form H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 8 ' i 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 i 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. i 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 MBE/WBE/OBE/SBE/LBE subcontractors' participation was made is a condition for eligibility for award of the contract. i In the event that the Board considers awarding away from the apparent low bidder because ' of the bidder's failure to supplyladequate good faith effort documentation, the County shall afford the bidder an opportunity;to present further evidence prior to award of contract. i The Board specifically reserves the right, in its sole discretion, to waive any of the time requirements set forth in this Division E and to waive any other irregularities relating to compliance with the County's Outreach Program. G. Subcontractor Substitution i, ' 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: 1. 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 shall be in' writing and submitted to the County. The request shall give the reason for the substitution, the name of the subcontractor, supplier, trucker, or manufacturer, and the name of the replacement. i 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 withia firm of the same certification status (i.e., MBE for MBE 1 and WBE for WBE). i a. The Contractor shall call at lease 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: i i H:\2005\2500527\05L027039x.doc (Rev. 11/04/04), DIVISION E - 9 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 Name of the company called; contact person and telephone number; date and , time of contact. Response for each item of work which was solicited, including dollar , amounts. Reason for selection or rejection of sub-bid prospect. ' b. The Contractor shall submit all documentation of good faith efforts to the County ' for review and approval by the County Administrator's Office. H. Sub-Agreement Falsification Falsification or misrepresentation of a sub-agreement as to company name, contract amount, and/or actual work to be done by the sub-bidder/subcontractor will result in ' sanctions set forth in provisions pertaining to listing of subcontractors. I. Final Subcontracting Report Sub mittal/Verification of Performance Forms , The Contractor must submit the Final Subcontracting Report to the County Affirmative Action Office within fifteen (15) calendar days after the final inspection of the contract , work by the County. Failure to comply may result in the assessment of liquidated damages in the amount of five hundred dollars ($500.00) per calendar day by the Board of Supervisors. ' Upon completion of work, the Contractor shall submit a completed "Verification of Performance" form (see sample form at end of Division E) for each MBE/WBE prime , contractor, subcontractor, supplier, manufacturer, or trucker used on the projector listed in the bid. The form shall be signed by the MBE/WBE identifying the item(s) of work performed and the actual dollar amount received. Final payment for work done may be ' withheld until all MBE/WBE Verification of Performance forms are received. The Prime Contractor must explain in writing any total dollar amounts paid to MBE/WBE subcontractors, suppliers, manufacturers, or truckers that are less than the dollar amounts , shown on the respective Letter of Intent. J. Review of Records , Upon request, the Contractor and its subcontractors' and truckers shall promptly make available, for review by the County Administrator's Office, certified payroll records and ' copies of purchase orders, invoices, and/or contracts from suppliers and manufacturers. K. Prompt Payment ' The Contractor shall make prompt payment to its subcontractors, truckers, suppliers, and manufacturers in accordance with their contracts and legal relationships. H:\2005�2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 10 ' I DNISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 and Greater I SECTION 2. MANDATORY SUBCONTRACTING MINIMUM A. General ' Thisject is subject to the policies and rorequirements established by the Board of P q 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 i 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. I 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 ithe 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. I H:1201112100117\01L027039x.doc (Rev. 11/04/04 DIVISION E- I I I 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 , 5. '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 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. MSM Participation Recognition , 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. 3. 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 customarily 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. 1 . 1 H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E- 12 i ' DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affmnative Action and Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000 ' and Greater I ' PROPOSAL All good faith effort documentation must be submitted with the bid or within three (3) working days following the bid opening. ' Failure to submit the required goodl faith effort documentation within three (3) working days following the bid opening may render the bid non-responsive. I ' The bidder is required to subcontract the following minimum percentage of its bid: Mandatory Subcontracting Minimum (MSM) 18% Re uireriment 1 ' NOTE: Outreach Program information and/or assistance may be obtained through the County's Affirmative Action Office at (925) 335-1045. t I I I 1 I l i H:\2005\2500527\05L027039x.doe (Rev. 11/04/04) DIVISION E - 13 I 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 3. AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY ' The Contractor shall pay special attention to Division F General Conditions, Sections.36 Equal Employment Opportunity and Labor Code Section 1735 and these special provisions. ' A. Employment Goals 1. On projects of $1,000,000 or more it shall be the goal of each contractor and subcontractor to ensure that the overall minority composition of all persons employed ' specifically for the purpose of completing this contract shall reflect the overall minority composition of the labor force of Contra Costa County (25.7%) and 6.9% of the labor force for women employed specifically for the purpose of completing this contract. This requirement does not apply to current employees used on this contract. ' 2. The contractor shall make a maximum effort to achieve this employment goal within each trade by ensuring that the percentage of total hours worked within each trade by ' persons who are members of minority groups and women are in proportion to the 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. Specific Affirmative Action Steps 1. No contractor or subcontractor shall be found to be in noncompliance solely on account ' of its failure to meet its goals. The Contractor and subcontractor shall be given the opportunity to demonstrate that they have instituted these Specific Affirmative Action , Steps and have made every "good faith effort" to make these steps work toward the attainment .of the above employment goals. The contractor shall inform its subcontractors of their respective obligations under the terms and requirements of these ' special provisions. 2. The Contractor's and subcontractors' Affirmative Action Program must include specific , affirmative action steps to increase minority and women utilization. Any.contractor who fails to meet the employment goals outlined in Paragraph A "Employment Goals", above, must demonstrate to the satisfaction of the Contract Compliance Officer that a ' "good faith effort" was made to meet these goals. This effort must be at least as extensive and specific as the following: a) The Contractor shall notify the union (hiring hall) in writing that the employment goal of this project is not being met, and the Contractor shall solicit the union's assistance in meeting the specified goals. ' H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 14 ' i 1 DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and Equal Employment Opportunity for Use on County-Funded Construction iContracts 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 femalesl e) The Contractor shall solicit and sponsor members of minority groups and females ' for pre-apprenticeship training. I 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 td 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. i H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 15 DIVISION E.Outreach Pro am/Mandato rySubcontractin 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 1 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. ' H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 16 , i 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 I 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 thel 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 Board 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. I 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. i 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. I DS:GB:Is H:\2005\2500527\05L027039x.doc (Rev. 11104/04) 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/SUPPLIER/MANUFACTURER/TRUCKER ' Name of Prime Contractor . 1 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. MBE WBE SBE LBE DVBE , Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor Supplier _ Supplier _ Supplier _ Supplier _ Supplier Manufacturer _ Manufacturer Manufacturer _ Manufacturer _ Manufacturer ' _ Trucker _ Trucker _ Trucker _ Trucker _ Trucker _ Other _ Other _ Other _ Other _ Other Describe 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: $ Signature Position Title Date ' Name of Person Completing this Form Company Name Phone Number Fax Number H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E-!18 ' i Contra Costa County OUTREACH PROGRAM Affirmative Action Office ' 651 Pine Street, Martinez,CA 94553 (925)1335-1045 Fax(925)646-1353 VERIFICATION OF PERFORMANCE SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER/SUBCONSULTANT Name of Prime Contractor 1 2 I Name of Project 1 3. ' Project Number 4. The undersigned performed work in connection with the above project as(check one): ' Sole proprietorship Corporation Limited Liability Partnership Joint Venture I 5. Check the following which may apply. I MBE WBE SBE LBE DVBE _Subcontractor _Subcontractor i Subcontractor _Subcontractor _Subcontractor _Supplier _Supplier _Supplier _Supplier _Supplier Manufacturer _Manufacturer Manufacturer _Manufacturer _Manufacturer _Trucker _Trucker _Trucker _Trucker _Trucker Other _Other Other _Other _Other Describe Describe Describe Describe Describe _None of the Above Apply 1 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): I ' 7. Total Bid to Prime Contractor or Consultant: $ 8. Total Amount Received: $ 1 ' 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 I 12. ( ) Company Name Phone Number i FAX Number H:\2005\2500527\05L027039x.doc (Rev. 11/04/04) DIVISION E - 19 I I Contra Costa County :- JF: _ 10. A- `s -- Attention TA cou Special Notice Date: January 2004 1 ! To: Prime Contractors 1 From: Emma Kuevor Affirmative Action Officer 1 Subject: New Business Enterprise Category I On October 14, 2003, the Board of Supervisors approved the addition of the Disabled 1 Veterans Business Enterprise (DVBE) category to the County's Outreach Program. The definition of a DVBE is: I A Disabled Veteran Business Enterprise (DVBE) is a business entity at least 51% owned by one or more disabled veterans and whose daily business operations must be managedland controlled by one or more disabled 1 veterans(s); the disabled veteran(s)who manages and controls the business is not required to be the disabled veteran business owner(s); and the home office must be located in the U.S. (the home office cannot be a branch or subsidiary of a foreign corporation, foreign firm, or other foreign based- business). The disabled Veteran must be a California resident, have a service-connected disability of at least 10% or more and be an honorably discharged veteran of the U.S,. Military, Naval or Air Services. Whenever you see the listing of Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business Enterprises (SBEs), and Local Business Enterprises (LBEs), please add Disabled Veteran Business Enterprises (DVBEs) to the list of business enterprises. For example: MBE, WBE, SBE, LBE, and DVBE. 1 Contact the following agency for listing of DVBEs: State of California Department of General Services Procurement Division Small Business and DVBE Certification 707 Third Street, 1 st Floor, Room 400 1 P. O. Box 989052 West Sacramento, CA 95798-9052 (800) 559-5529 1 http://www.pd.dgs.ca.gov/smbus/certinq.htm If you have any questions contact: Affirmative Action Office County Administration Building 651 Pine Street, 10th Floor Martinez, California 94553-1229 1 (925) 335-1045 Fax: (925) 646-1353 H:12005\2500527\05L027039x.doc Attachment 1 t I I DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: 1 Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: iAddendum - 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. I Architect or En ig neer- Shall mean 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. iBidder - 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. I 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 Inspector, Construction Supervisor, Inspector, or Clerk of the Works - Shall mean the authorized agent of the County at the site of the work. I Contract - The contract is comprised of the contract documents. I 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. I ' Contractor - The individual, partnership, corporation, association, joint venture, or any combination thereof, who has entered,into a contract with the County. 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 Notes - The written instructions, provisions, conditions, or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. I 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. I 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. 1 I i ' H:\2005\2500527\05LO27040x.aoe (2/14/02) DIVISION F-1 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 furnishing 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/her ' 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 t 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 oustructural engineer, employed by the awarding body to whom authority to accept has been delegated, in advance 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 t 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. I "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." H:\2005\2500527\05L027040x.doc (2/14/02) DIVISION F-2 ' I i I DIVISION F. GENERAL CONDITIONS (Continued) SECTION 3. Patents and Royalties: ' A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and 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 Responsibility 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: ' 1. 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. i 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. j SECTION 5. Bonds and Insurance: ' A. The Contractor to whom 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 forms set forth in Division D of these Specifications. B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, adequate Workers' Compensation Insurance for all his/her 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. r H:\2005\2500527\05C.027040x.doc (2/14/02) DIVISION F-3 DIVISION F. GENERAL CONDITIONS (Continued) 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 amage 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 as additional insured Public Agency, and its elective and appointive boards, commissions, officers, agents, and employees together with any additional persons and entities, if any, listed in the Supplementary General Conditions (Division G), and requiring 30 days' written notice of policy lapse or cancellation, non-renewal, or material change in coverage. D. Fire Insurance: ' The Public Agency will be responsible for Fire Insurance. E. Certificates of Insurance: 1 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 amounts under the Unemployment Insurance Act. Said bond shall be issued on the form set forth in Division D of these Specifications. r HA1005\2500527\05L027040x.doe (2/14/02) DIVISION F-4 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 6. 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 I 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 21. 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 sum 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 1 amount thereof from any money due or that may become due the contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writin 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. H:\2005\2500527\05L027040x.doc (2/14/02) DIVISION F-5 . i DIVISION F. GENERAL.CONDITIONS (Continued) 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. Progress 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 i 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 performance 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 and/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 andt associated with the permanent utility services. If additional fees associated with the temporary services are required they will be paid by the Contractor. i H:\2005\2500527\05[.027040x.doc (2/14/02) DIVISION F-6 , i i DIVISION F. GENERAL CONDITIONS (Continued) I County will not Ray 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 requests after the project is accepted as complete.) I F. See Supplementary General Conditions for Variations to the above requirements. SECTION 10. Permits: I The Contractor shall make 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 re wired to pay any charges associated with permits except for reinspection charges or for encroachment permits for work performed in public right of ways. I 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. 1 B. The Contractor shall provide an adequate work force, materials of proper quality, and equipment 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 shall personally superintend the work and 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 rcheck 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 1 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 blocking 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 inspectthework. ' I. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the Contractor. H:\2005\2500527\05L.027040x.doc (2/14/02) 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 .. i 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 both permanent and temporary construction as to preclude the unauthorized use thereof by children or others and particularly to eliminate possible consequent injury to unauthorized persons. M. Activities which are inherently loud and which might disturb neighbors (such ilas 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 Architect 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 Architect 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/she 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.to changes 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/she shall be liable for any or all damage to such utilities or other work of the contract which arises from his/her operations subsequent to discovery thereof, and he/she shall repair and make good such damage at his/her own cost. H:\2005\2500527\05LO27040x.doe (2/14/02) DIVISION F-8 I DIVISION F. GENERAL CONDITIONS (Continued) B. If the contract requires excavation or other work to a stated limit of excavation beneath the a 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 other 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. Where 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's expense. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he/she 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/her obligations to fulfill his/her 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. Rejection 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/her own 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 written notice, 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 (10) days thereafter, the County may upon ten (10) days written notice, sell such ' materials at auction or at privates sale and shall account for the net proceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. I I i H:\2005\2500527\05LA27040x.doe (2/14/02) DIVISION F-9 I 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 asbinding 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 installingi 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/she 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/she shall remove and replace or adjust any work which is not in accordance therewith and he/she shall be responsible for any resultant damage, defect or added cost. B. Supplemental Instructions: During the course of the work the Architect and/or Engineer 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. ' ff:\2005\2500527\05L.027040x.doe (2/14/02) DIVISION F-10 i DIVISION F. GENERAL CONDITIONS (Continued) SECTION 17. Product and Reference Standards: I a 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 shall be considered as being those found in industry publications of current aissue 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. 8 SECTION 18. Substitutions, Materials, Articles, and Equipment: A. Within fifteen (15) days after the si ning of the Contract, the Contractor shall submit for approval to the County a complete list of all materials it is proposed to use under this contract, which differ in any respect from materials specified. This list shall include all materials which are proposed by the Subcontractors as well as by the Contractor for use in work of his/her 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/she 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 installation 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 by brand name shall be 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, preference shall be given to products made in California, in accordance with Section 4380 et. seq., of the government Code, State of California.. H:\2005\2500527\05C.027040x.doc (2/14/02) DIVISION F-I 1 1 DIVISION F. GENERAL CONDITIONS (Continued) 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 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. HA2005\2500527\05C.027040x.doe (2/14/02) 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 wilt 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. aSECTION 21. 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, aor 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-ups: 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 perfornied 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. H:\2005\2500527\05Lo27040x.doc (2/14/02) 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 furnish '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 furnish such materials as it deems advisable, and the Contractor shall have no claims for costs or profits on material furnished by the County. , c) Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing 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 of$1,000 or less shallbe considered to be tools or small equipment, 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 localitywhere 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 equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. H:\2005\2500527\05Lo27040x.doc (2/14/02) DIVISION F-14 DIVISION F. GENERAL CONDITIONS (Continued) a 3. Allowable Time Extensions: a For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work 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 should be allowed for making the requested change. 4. Records and Supportive Information: a The Contractor shall maintain his records in such a manner as top rovide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costs 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 forms will be filled out in duplicate and the County's Inspector will review and. attach his approving signature to the form on the day the 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 D 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. aSECTION 22. 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.. �I SECTION 23. Occupancy 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 part 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 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. x:\2005\2500527\05LO27040x.doc (2/14/02) DIVISION F-15 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 24. Preservation and Cleaning: 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. Payment 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 contract. The form, "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. ' to be and remain free of defects in workmanship and materials for a period of one year from the date of acceptance of the contract, unless a longer 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, thatmay prove to be not acceptable t HA2005\2500527\051027040x.doc (2/14/02) DIVISION F-16 a DIVISION F. GENERAL CONDITIONS (Continued) a 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 aupon 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. O Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate 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 sub-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 D 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 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. H:\2005\2500527\05L027040x.doc (2/14/02) DIVISION F-17 DIVISION F. GENERAL CONDITIONS (Continued) 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 i 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, whosedecision 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 alis 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 Capital Projects Division 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 1 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. (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 Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. H:\2005\2500527\05LA27040x.doc (2/14/02) DIVISION F-18 DIVISION F. GENERAL CONDITIONS (Continued) a (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of a 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 aspecifications 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. O §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. a (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 days of receipt of the claim, any additional documentation supporting the claim or arelating 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 further 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 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 further 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. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the 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 days of the local agency's B 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. H:\2005\2500527\05L027040x.doc (2/14/02) DIVISION F-19 D DIVISION F. GENERAL CONDITIONS (Continued) (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 claim pursuant to subdivision ' (a) until the time that claim is denied as a result of the meet and 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 tort 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 1 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 1141.10) 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 Part 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) i Notwithstanding any other 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. ' §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. HA2005\2500527\05L.027040x.doc (2/14/02) DIVISION F-20 a DIVISION F. GENERAL CONDITIONS (Continued) a SECTION 35. Toxic and Hazardous Materials and Waste 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, a 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-on fiber-proofing for steel, cement plaster, asbestos pipe ainsulation and acoustical sprays, tiles and boards. B. Toxic Materials: Operations which release toxic materials into the atmosphere shall meet the requirements of CAC Title 8, General Industrial Safety Orders. Some operations which may release such materials include use of adhesives, sealants, paint and other coatings. aC. Lead based paint: Do not use lead based paint. Lead based paint is defined as: a 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 both; or a 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 film 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." DE. Asbestos Prohibited: No products or materials containing asbestos shall be incorporated into the work without the prior written approval of the County. aSECTION 36. Equal Employment Opportunity: a 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. a a a H:\2005\2500527\05LA27040x.doc (2/14/02). DIVISION F-21 a GUARANTEE ' We hereby guarantee to the County of Contra Costa the , (Type of Work) ' which we have installed at (Address) California, foryear(s) 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 prove defective 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 Seat) ) GENERAL CONTRACTOR ' 1 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. x:\2005\2500527\05L)027040r.aoc.(2/14/02) DIVISION F-22 ' STATEMENT TO ACCOMPANY FINAL PAYMENT aTo: Contra Costa County County Administration Building Martinez, CA 94553 Re: Final Payment Project aDear Sir: The undersigned Contractor represents and agrees that the final payment includes all claims and a 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 Orders .......................... $ DLess Forfeited Withheld Amounts..................... $ Less Liquidated Damages...................................($ ) FINAL CONTRACT PRICE............................. $ Q 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. aI declare under penalty of perjury that the foregoing is true and correct. Dated , at(City) , California. a 0 a H:\2005\2500527\051.027040x.doc (2/14/02) DIVISION F-23 D DIVISION G SUPPLEMENTARY GENERAL CONDITIONS D1. 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. D 2. Section 9. Temporary Utilities and Facilities - Delete Paragraphs A through F. Replace with the following: "A.Electric power and water will be available at.the site for use by the Contractor for work on this project at no cost 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. D B. Contractor's forces may use the restrooms at the facility and shall leave them in a clean and orderly conditions." 3. Section 10. Permits - Add the following: "A.Building permits shall be obtained from the County Building Inspection Department. Permit fees will be paid by County. DB. 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 Q Contractor shall assume no special consideration will be given by the building inspection agency having jurisdiction simply 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." D4. Section 11, Conduct of Work—Add the following: D "O. Accessing Project (1) The contractor and his forces shall keep clear of the entrances to the buildings and otherwise do nothing that would inhibit the normal use of the facility. P. Parkin The Contractor may use the existing public parking facilities as available in the area. H:\2005\2500527\05L027041x.doc DIVISION G— 1 D Q. Security Requirements ' (1) Due to the restrictive nature of the existing facilities and program, the execution of all work shall conform to the requirements of the facility staff policies, and the ' following requirements: A. Each and every entry into the Detention Facility shall be made only with the approval and under the supervision of the Sheriff.or his deputy. Prior clearance in each instance shall be obtained before opening any locked door or gate or entering unauthorized area. B. All individuals admitted into the work area shall be identified by name and address on a list which shall be handed over to the Sheriffs Department prior to the work. ' C. Each contractor shall inform his/her workman and suppliers of the provisions of Section 2624 of the County ordinance Code which prohibits anyone, without the express permission of the Probation. Officer or his deputy, to ' communicate with, provide written material, '.weapons, 'instruments, drugs, tobacco, or alcoholic beverage to any inmate of the facility. D. Any person violating the provisions of this section shall be removed:from-the , project and not returned, in addition to any criminal-prosecution that may be initiated. E. Once the removal work within the facility begins replacement work shall be ' scheduled to be completed in as short a time as possible, and in a manner to allow the daily routine to be resumed without any decrease in security. , F. Maintain all areas clean of construction items, including tools, equipment, materials, and scraps." END OF SUPPLEMENTARY CONDITIONS LDR:tb , H:\2005\2500527\05Lo27041x.doc DIVISION G—2 a 20050208 a Contra Costa County Cogen SECTION 09900 aPAINTING PART 1 -GENERAL. 1.1 SCOPE A. Furnish all labor, materials, equipment, and services necessary to complete all painting work as indicated on the Drawings and/or as specified herein. Paint all exterior surfaces requiring paint for color or protection. Exclude prime coat of pre- primed items, providing touch-up only, as required. Factory and pre-finished items and painting specified in other Sections. B. The term "paint" as used herein includes primers, emulsions, enamels, epoxies; fillers, sealers, stains, and other applied coatings, whether used as prime, intermediate, or finish. All painted surfaces shall receive a minimum of two (2) coats of paint. C. Use only qualified journeyperson painters for the mixing and application of paint on exposed surfaces. No allowance will be made for lack of skill on the part of painters in the acceptance or rejection of painting.. aD. Comply with all pertinent. codes, regulations, and with "Standard Type 1" as. defined by the Painting and Decorating Contractors of America's "Modern Guide to Paint Specifications". E. Submit a complete list of all materials proposed to be furnished and installed for approval by the Owner before any paint material is delivered to the job site. This a shall in no way be construed as permitting substitution of materials for those specified or approved by the Owner. F. Prepare and deliver two. (2) identical sets of samples of the selected colors painted onto 8 1/2"x 11" x 1/4" thick materials. Whenever possible the material for samples shall be the same as the one on which the coating will be applied. G. Deliver all paint materials to the job site in their original unopened containers with all labels intact and legible. Store only approved materials at the job site in a suitable and designated area restricted to the storage of paint materials, and to protect paint materials and related equipment. Use all means necessary to protect paint materials before, during, and after application, and to protect the installed work and materials of all other trades. H. Upon completion, deliver to the Owner an extra stock .of paint equaling a approximately 10% of each color used in each coating material used, with all such extra stock tightly sealed in clearly labeled containers. aPART II - PRODUCTS 2.1 MATERIALS AND EQUIPMENT p A. All paint materials selected for coating systems shall be the product of a single manufacturer. Paint materials listed herein are the product of Kelly-Moore and 8 PAINTING 09900- 1 20050208 Contra Costa County Cogen require no further approval as to manufacturer or catalog number. Equivalent products of other major paint manufacturers may be used subject to approval by i the Engineer based on the materials list and manufacturer's recommendations. B. All paint materials and equipment shall be compatible in use. Finish coats shall be ' compatible with prime coats. Prime coats shall be compatible with the surface to be coated. All tools and equipment shall be compatible with coating to be applied. Thinners, when used, shall be only those recommended for that..purpose by the manufacturer of the material to be thinned. PART III -EXECUTION , 3.1 EXECUTION A. Prior to start of painting, carefully inspect the installed work of all other trades and , verify that all such work is complete to the point where painting may properly commence. In the event of discrepancies, notify the Owner immediately. B. Prior to all surface preparation and painting, completely mask, remove, or ' otherwise adequately protect all hardware, accessories, machined surfaces, plates, light fixtures, and similar items in contact with painted surfaces, but not scheduled to be painted. Spot prime all exposed nails and other metals which are , to be painted with a primer recommended by the manufacturer of the coating system. Before applying paint or other surface treatment, thoroughly clean all surfaces involved. Schedule all cleaning and painting so that dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces. C. Thoroughly clean all metal surfaces with solvent until they are completely free from dirt, oil, and grease. Thoroughly treat the surface of cleaned galvanized metal with phosphoric acid etch. Removeall etching solution before proceeding. Allow to dry completely before application of paint. ' D. Allow,sufficient drying time between coats. Modify.the material manufacturer's recommended: period to suit adverse weather conditions. Oil-base and oil- resinous solvent type paints shall be considered dry for recoating when the paint , feels firm, does not deform or feel sticky under moderate pressure of the thumb, and the application of another coat of paint does.not cause lifting or loss of adhesion of the undercoat. ' E. Comply with the manufacturer's recommendations as to environmental conditions under which the coating systems may be applied. Do not apply paint in areas where dust is being generated. ' F. Sand and dust between coats to remove all defects visible to the naked eye from a distance of 5'-0". Slightly vary the color of succeeding coats. G. Do not apply additional coats until the completed coat has been inspected and approved by the. Owner. Only inspected and approved coats of paint will be considered in determining the number of coats applied. , H. Following completion. of painting in each space, promptly reinstall all items removed for painting using only workers skilled in the particular trade. PAINTING. 09900 - 2 , D 20050208 Contra Costa County Cogen 1. During progress of the work, do not allow the accumulation of empty containers D .or other excess items, except in areas specifically set aside for that purpose. Prevent accidental spilling of paint materials and, in the event of such a spill, remove all spilled materials and the waste or other equipment used to clean up D the spill, and wash the surfaces to their original undamaged condition, all at no additional cost to the Owner. J. Upon completion of painting and prior to final inspection, visually inspect all surfaces and remove all traces of paint from surfaces not scheduled to be painted. K. All painting shall be guaranteed against defects in materials and workmanship for a period of one (1)year from the date of filing Notice of Completion.Any chalking, blistering, checking, alligatoring, bleeding, or peeling will be considered defective work and shall be refinished at no additional expense to the Owner. DPAINT SCHEDULE DAll reference numbers are Kelly-Moore unless otherwise noted. A. Insulated Pipe Semi-Gloss exterior, color 2 coats designation by Owner D B. Metal-Ferrous Shop Primed 1710 Kel-Guard Zinc Chromate Touch-Up 2 coats 1250 Acry-Lustre Acrylic Semi Gloss C. Metal-Galvanized 1722 Kel-Guard Galvanized Iron 1 coat Primer 2 coats 1250 Acry-Lustre Acrylic Semi- Gloss D **** END OF SECTION **** D D D D D � . e PAINTING 09900 -3 D 20050208 Contra Costa County Cogen SECTION 15050 aMECHANICAL GENERAL PARTI -GENERAL 1.1 GENERAL a A. The General Conditions and Supplementary General Conditions are hereby a part of this Section as fully as if repeated herein. 1.2 SCOPE A. The work includes, but is not necessarily limited to, the furnishing of all labor, materials, equipment, and services necessary for, and reasonably incidental to, a providing and installing complete cogeneration, hot water. heating systems, and other mechanical work as shown or indicated in the Drawings and Specifications. B. Consult all other Sections to determine the extent and character of this work aspecified elsewhere. C. Specifically refer to the following: Section 15250 Insulation Section 15701 Hot Water Heatinq Systems D. Make all connections to equipment requiringservice from systems installed under Y this Section. . 1.3 COORDINATION A. Before submitting a bid for the mechanical work the Contractor shall visit the site D and become familiar with all the work on other related Drawings and Specifications, and plan the work to provide the best possible assembly of the combined work of all trades. No additional costs will be considered for work which has to be relocated due to conflicts with other trades. B. If, after examination of the bidding documents relating to the work, the Contractor has queries concerning the nature and scope of the work or intent of the Specifications, he/she shall promptly request clarification from the Owner. After contract award, claims of ignorance of the intent and scope of the contract shall not be allowed. aC. Contractor is responsible for coordinating the schedule of inspections by Engineer at appropriate stages of construction such as rough-in, pre-final, and final, and at other times required by the Specifications or by the construction. Notify Engineer seven (7) days in advance of proposed site visit. Notification constitutes certification that construction is, or will be, complete and ready for inspection. 1.4 SAFETY a A. Contractors must conduct a weekly safety meeting with their employees and provide documentation as to attendance and topics of discussion. Engineer's MECHANICAL GENERAL 15050 - 1 8 20050208 Contra Costa County ' Cogen construction'support services do not constitute review or approval of Contractor's ' safety procedures. Contractor shall comply with all OSHA regulations. Contractor is required to obtain and pay for insurance required to cover all activities within Contractor's Scope of Work. 1.5 BUILDING LAWS ' A. Mechanical work shall conform to all requirements prescribed by governmental bodies having jurisdiction and is to be in accordance with the Uniform Building ' Code; all federal, state, and local codes and ordinances; all OSHA requirements; Uniform Plumbing Code, Uniform Mechanical Code, Uniform Fire Code, and National Fire Protection Association; California State Code Title 8, Title 21, , Title 24; and the Energy Conservation Standards. All work within sanitary areas shall comply with USDA standards for food production facilities. B. Should any part of the design fail to comply with such requirements, the discrepancy shall be called to the attention of the Owner prior to submitting bid. C. Should there be any direct conflict between the Drawings and/or Specifications ' and the above rules and regulations, the rules and regulations shall take precedence. However, when the indicated material, workmanship, arrangement, or construction is of a superior quality or capacity to that required by above rules and regulations, the Drawings and/or: Specifications shall take precedence. ' Rulings and interpretations of enforcing agencies shall be considered as part of the regulations. D. After a Contract is awarded, if minor changes or additions are required by the , aforementioned authorities, even though such work is not shown on Drawings or overtly covered in the Specifications, they must be included at the Contractor's expense. ' E. The Contractor is responsible to coordinate and make adjustments in his/her work with the full set of Contract Drawings and Specifications. , F. All piping, ducts, and equipment shall be securely anchored to building structure as required herein and by the Uniform Building Code. 1.6 PERMITS, FEES,AND UTILITIES ' A. The Contractor shall make 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. 1:7 PAINTING A. See Section 09900 for painting of piping, equipment, etc. , MECHANICAL GENERAL 15050-2 , a 20050208 Contra Costa County Cogen PART II -PRODUCTS a2.1 MATERIALS A. All materials used shall be new as listed in subheadings and indicated on a Drawings. Inspect all materials and immediately remove defective materials from the site. a B. All electrical materials shall bear the label of, or be listed by, the Underwriters' Laboratories (UL), unless the material is of a type for which label or listing service is not provided. aC. Substitution: 1. No substitute materials or equipment may be installed without the written approval of the Owner. 2. Use of substitute materials or equipment may require changes in associated materials and equipment. Contractor shall submit detailed Shop Drawings and installation instructions of substitute materials and equipment to Owner for approval. Such submittals shall address all changes required in other items. 3. All additional costs incurred by the substitution of material.or equipment, or the installation thereof whether Architectural, Structural, Mechanical, Plumbing, or Electrical shall be borne by the Contractor who substitutes Dthe materials or equipment in place of the items specified. . D. Quality of Materials: Pipe fittings and equipment may be taken from stock but the Contractor will be required to submit manufacturer's certificates identifying the material and equipment furnished as conforming with these Specifications and such codes and standards as apply to the equipment specified. Any material on the site which cannot be identified by manufacturer's mark shall be removed from Dthe site at Owner's request. 2.2 SUBMITTALS a A. The review of submittals and approval thereof by the Owner does not relieve the Contractor from compliance with the requirements and intentions of the Drawings and Specifications to which the submittals pertain. B. Material List: An itemized list of material and equipment which the Contractor proposes to use shall be submitted to the Owner with number of copies indicated and within time indicated. C. Shop Drawings and Product Data: 1. Submit all required Shop Drawings, product data, etc. at one time. Submittals shall be bound, tabbed, and properly indexed by Specification Section. 2. Each item shall be identified by manufacturer, brand, and trade name; model number, size, rating, and whatever other data is necessary to 8 MECHANICAL GENERAL 15050-3 a 20050208 Contra Costa County Cogen properly identify and verify the materials and equipment. The words "AS SPECIFIED"will not be considered sufficient information. , 3. Each submittal shall bear the Contractor's stamp and mark indicating the Contractor has reviewed and approved the submittal.. 4. Each submitted item shall refer to the Specification Section and paragraph in which the item is specified. ' 5 Accessories, controls, finish, etc. not required to be submitted or identified with the submitted equipment shall be furnished and installed as specified. , 6. Submittals shall be all inclusive with all items requiring submittals being submitted at the same time; individual submittals will not be accepted. 7. Place orders for all equipment in time to prevent any delay in construction schedule or completion of project. If any materials or equipment are not ordered in time, additional charges made by equipment manufacturers to complete their equipment in time to meet construction schedule, together with any special handling charges, shall be borne by Contractor. PART III -EXECUTION 3.1 DRAWINGS A. The Drawings show the general arrangement and location of the piping and , equipment. Work shall be installed in accordance with the Drawings, except for changes required by conflicts with the work of other trades. The Contractor shall ' provide for the support, expansion, and pitch of any rearranged piping in conformance with the intent of the Drawings, Specifications, and codes. B. Note that certain mechanical work is shown, wholly or in part, on Architectural ' Drawings. C. Mechanical Drawings are diagrammatic and are intended to show the ' approximate location of equipment and piping. Dimensions shown on Drawings shall take precedence over scaled dimensions on Drawings. All dimensions shall be verified in the field by the Contractor. D. The exact location of apparatus, equipment, and piping shall be ascertained from the Owner or the Owner's representative in the field, and work shall be laid out accordingly. Should the Contractor fail to ascertain such locations the work shall ' be changed at Contractor's own expense when so ordered by the Owner. The Owner reserves the right to make minor changes in the location of piping and equipment up to the time of installation without additional cost. E. It is the intention of the Drawings and Specifications that, where certain ' mechanical items such as unions, expansion joints, and other mechanical components are not shown, but where such items are required by the nature of ' the work, shall be furnished and installed. MECHANICAL GENERAL 15050 -4 , 20050208 Contra Costa County Cogen F. The Mechanical Drawings and Specifications are intended to supplement each other. Any material or labor called for in one shall be furnished even though not specifically mentioned in the other. G. Pipe and duct sizes shown are the minimum allowable and shall be increased in Qsize if required by code.or wherever necessary to meet unusual conditions. 3.2 RECORD DRAWINGS A. Record Drawings shall be maintained at all times showing the exact location of equipment, ductwork, control panels, piping mains, branches, valves, drains, clean-outs, etc. installed under all Sections. Obtain from the Owner, at cost, a complete set of prints. On these. prints systematically and accurately keep a dimensional record of all work installed differentfrom those shown on Drawings. Have these Drawings readily available for reference. 0 B. Record Set: When above information is complete and acceptable to the Owner transfer this information accurately to reproducible tracings, purchased at cost from the Owner for this purpose, and deliver to the Owner for final review. aC. Upon completion of the Owner's review of the Record Set the Contractor shall incorporate changes, as noted on the record set, including dimensions such as building waste inverts, valves, etc. Deliver transparencies with one (1) set of prints to the Owner. Deliver one (1) complete set of prints to building Owner within ninety(90)days of issuance of final occupancy report. a D. Inspector's Approval: Where a full-time inspector is employed by the Owner, the Record Drawing information shall be reviewed by the inspector during the course of construction and shall have the.inspector's approval before submission to the Owner. 3.3 MECHANICAL ACCEPTANCE TESTS D A. Documentation on standard State of California Acceptance forms and work sheets as listed on the project Certificate of Compliance shall be submitted to building department prior to issuance of temporary occupancy permit. B. Acceptance tests documents shall be signed by the California licensed professional designated by the building Owner, e.g. Architect, Contractor or Engineer of record. 3.4 DAMAGE A. Repair any damage to the building, premises, and equipment occasioned by the a work under this Section. B. Repair all damage to any part of the building or premises caused by leaks or breaks in pipe, or malfunctions ofequipment furnished or installed under this Section until the warranty period expiration date. 3.5 COMPLETE WORKING INSTALLATION A. The Drawings and Specifications do not attempt to list every item that must be installed. When an item is necessary for the satisfactory operation of equipment, MECHANICAL GENERAL 15050-5 20050208 Contra Costa County Cogen is required by the equipment manufacturer, or accepted as good practice, furnish without change in Contract cost. 3.6 STORAGE A. Provide proper protection and storage of all items and tools required for this work. ! 3.7 QUALITY OF WORK A. The quality of work shall be of a standard generally accepted in the respective trade. Use only.experienced,competent, and properly equipped workers. Replace work falling below this standard as directed by the Owner. B. Systems shall be worked into a complete and integrated arrangement with like elements arranged to make a neat appearing and finished piece of work, with adequate headroom and passageway.free from obstructions. Such systems shall be installed by laborers experienced in the respective trades involved. 3.8 CONCRETE WALLS AND CONCRETE FOOTINGS . A. Where pipes must pass through concrete walls and footings, they shall pass through SDR 35 PVC pipe sleeves with 1/2" annular space set in place at time of construction. B. Ducts shall pass through 10 gauge galvanized sheetmetal sleeves. Provide sheetmetal closure collars at duct penetration. , C. Sheetmetal sleeves set into concrete walls: Provide steel frame around opening where required by Structural Engineer. D. Coordinate core drilled openings with Owner . and General Contractor. Coordination shall include location, size, and spacing of openings. No slot openings will be allowed. Coordinate openings to avoid critical structural items such as reinforcing bars, tensioning tendons; etc. 1 E. Also see Paragraph 3.15. 3.9 ELECTRICAL REQUIREMENTS -CONTROLS AND COORDINATION WITH ' ELECTRICAL CONTRACTOR A. Mechanical Contractor shall coordinate with the Electrical Contractor on. furnishing and. installing of controls, motors, starters, etc. Coordinate means informing Electrical Contractor of items requiring electrical connection, providing copies of submittal data, installation data, scheduling work to insure efficient. progress, and. promptly supplying those items to be installed by Electrical Contractor. B. The specific requirements for electrical power and/or devices for each and every piece of mechanical and plumbing equipment requiring electrical service, supplied and/or installed under this Contract, shall be coordinated and verified with the Mechanical and Plumbing Drawings, the Mechanical and Plumbing Sections of these Specifications, and with the manufacturers of the mechanical and plumbing equipment supplied. This shall include the voltage, phase, and ampacity; conduit requirements; and exact location and type.of disconnect, i MECHANICAL GENERAL 15050-6 a " 20050208 Contra Costa County Cogen control, and/or connection required. Any changes from the Drawings and Specifications required as a result of this coordination shall be part of this Contract. C. Electrical Contractor shall furnish and install the following for all mechanical equipment: 1. Conduit and wiring for line voltage power to the equipment. 2. Disconnect switches. a 3. Manual motor starters. . 4. Magnetic motor starters when part of a motor control center. See Division 16 and Drawings for further information. D. The work under this Section shall include furnishing and installing all controls on low and manual line voltage, including thermostats, auxiliary switches, relay wiring, interlock wiring; equipment control panels and transformers; and controls conduit unless specifically indicated as part of other work. Materials and methods of the control installation shall be in accordance with the Electrical Specifications. E. The Mechanical Contractor shall review all wiring connections which have any influence on this equipment or work and verify that these connections are correct . before permitting any equipment to be operated which is furnished, installed, or modified under this Contract. 3.10 ELECTRICAL REQUIREMENTS - MOTORS AND EQUIPMENT FURNISHED UNDER THIS SECTION . A. Motors and motor control equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA). Motors and motor control equipment shall be as specified below. The work under this Section shall include: 1. Furnishing all motors, magnetic starters and automatic control devices for equipment. furnished and installed by this Contractor. Electrical Contractor shall provide magnetic starters at motor control center where indicated. 2. Installation of the above motors and control devices. Manual motor starters shall be furnished and installed by Electrical Contractor in accordance with Electrical Specifications. 3. Furnishing and installing line and/or low voltage interlock wiring shall be by the Mechanical Contractor. Installation of wire includes the connection of devices. All work shall be in accordance with the materials and methods specified in the Electrical Specifications. 4. Furnishing and installing completely wired equipment control panels with complete controls for automatic operation where indicated or when supplied with equipment. MECHANICAL GENERAL 15050-7 20050208 Contra Costa County Cogen ' 5. Furnishing and installing all control and interlock wiring-from equipment control=panels to .related remote devices, fans, motors, heaters, and ' controls. 6. Wire mounted on heat producing appliances shall be Type RHH or THHN ' (90`C). . 7. Except as noted above, disconnect switches, power circuits from electrical panelboard to disconnect switch, starters, and motors shall be . . furnished and installed under the Electrical Specifications. B. All motors furnished shall be designed, manufactured, and tested in accordance with the latest applicable standards of NEMA, ANSI, IEEE, and ASTM. Approved , manufacturers are Baldor Super-E or equal. 1. Each motor of 1/2Hp or less shall be wound for 120 V, single-phase , power, unless otherwise indicated, furnished with a manual starter, Square "D" Class 2510, type FG-1P (surface) & type FS-1P (flush), Westinghouse Type MS, or equal,with pilot light. ' 2. Each motor of 3/4Hp or larger shall be wound for 208 V or 460 V, 3- phase power, as specified unless otherwise; indicated, furnished with a magnetic starter, Westinghouse #11200, Square "D" Class 8536 or equal, with built in Hand/Off/Auto switch and pilot light. Each starter shall be horsepower rated and suitably matched to the motor that it will control, with the heater size ambient compensated and selected for 115% of the motors nameplated current rating. a. As a minimum requirement, all motors shall conform to the latest , applicable sections of NEMA Standard No. MG-1. All 3-phase motors greater than 3/4Hp must meet or exceed NEMA and CEE Premium EfficiencyTA° full load efficiencies per Table 1 below. ' The Consortium for Energy Efficiency (CEE), a national, non- profit public benefits corporation, promotes the manufacture and purchase of energy-efficient products and services. MECHANICAL GENERAL 15050 -8 a 20050208 Contra Costa County Cogen Table 1 Nominal Efficiencies For"NEMA PremiumTm" Induction Motors Rated 600 Volts Or Less (Random Wound) Open Drip-Proof Totally Enclosed Fan-Cooled HP 6-Pole 4-Pole 2-Pole 6-Pole 4-Pole 2-Pole 1 82.5% 85.5% 77.0% 82.5% 85.5% 77.0% 1.5 86.5% 86.5% 84.0% 87.5% 86.5% 84.0% 2 87.5% 86.5% 85.5% 88.5% 86.5% 1 85.5% 3 88.5% 89.5% 85.5% 89.5% 89.5% 86.5% 5 89.5% 89.50% 86.5% 89.5% 89.5% 88.5% 7.5 90.2%. 91.0% 88.5% 91.0% 91.7% 89.5% 10 91.7% 91.7% 89.5% 91.0% ' 91.7% 90.2% 15 91.7% 93.0% .90.2% 91.7% 92.4% 91.0%- 20 92.4% 93.0% 91.0% 91.7% 93.0% 91.0% 25 93.0% 93.6% 91.7% 93.0% 93.6% 91.7% 30 93.6% 94.1% 91.7% 93.0% 93.6% 91.7% 40 94.1% 94.1% 92.4% 94.1% 94.1% 92.4% 50 94.1% 94.5% 93.0% 94.1% 94.5% 93.0% 60 94.5% 1 95.0% 93.6% 94.5% 95.0% 93.6% 75 94.5% 1 95.0% 93.6% 94.5% 95.4% 93.6% 100 95.0% 95.4% 93.6% 95.0% 95.4% 94.1% 125 95.0% 95.4% 94.1% 95.0% 95.4% 95.0% 150 95.4% 95.8% 94.1% 95.8% 95.8% 95.0% 200 95.4% 95.8% 95.0% 95.8% 96.2% 95.4% 250 95.4% 95.8% 95.0% 95.8% 96.2% 95.8% 300 95.4% 95.8% 95.4% 95.8% 96.2% 95.8% 350 95.4% 95.8% 95.4% 95.8% 96.2% 95.8% 400 95.8% 95.8% 95.8% 95.8% 96.2% 95.8% 450 96.2% 96.2% 95.8% 95.8% 96.2% 95.8% 50096.2% 96.2% 95.8% 95.8% 96.2% 95.8% Where special enclosures or assembly are required, it will.be specified on the Motor Data Sheet. C. Motor starters for roof-mounted exhaust and supply fans or other equipment exposed to rain shall be NEMA Type 3,weatherproof. 3.11 ELECTRICAL EQUIPMENT ROOM PRECAUTIONS A. Ductwork or piping for mechanical systems shall not be installed in any. switchgear room, transformer vault, telephone room or electric closet except as indicated. In any case, no ductwork or piping for mechanical systems shall be installed in the space equal to the width and depth of any electrical service equipment, switchboards, panel boards, or motor control centers and extending MECHANICAL GENERAL 15050-9 i 20050208 Contra Costa County ' Cogen from the floor to a height of six feet above the equipment or to the structural .ceiling, whichever is lower. 3.12 CUTTING AND REPAIRING A. No.cutting shall be done except with Owner's approval. Cutting. of structural ' members or footings is prohibited without the prior written consent of the Structural Engineer. . B. Where cutting-of paving, walls, ceilings, etc. is necessary for the installation of the mechanical work, it shall be done under the direction of this Section. Damage . caused by this cutting shall.be repaired to match original and adjacent surfaces without additional expense to the Owner. Cutting of new construction shall be by . the installing Contractor of that construction as directed by this Contractor. 3.13 BELT AND COUPLING GUARDS -FAN GUARDS A. Provide guards for all belt-driven units, direct-connected units, and coupled units; and at chains, gears, shafts, couplings, keys, projecting set screws, and any other rotating or moving parts. Totally enclose all moving parts with guards. Guards shall be easily removable, center-split type, and constructed of welded angle iron and expanded metal. Rigidly support entire assembly with any necessary supplementary steel to prevent vibration. Prime coat entire assembly. Provide access openings for greasing, oiling, adjusting, checking of RPM, etc. All.guards shall comply with applicable codes. 3.14 PIPE AND VALVE IDENTIFICATION A. Identify all piping contents with letter legend on color background identifying hazard or use of material. , B. The pipe marker system shall conform completely with "The Scheme for. Identification of Piping Systems" (ANSI A13.1 1981 or latest edition). More specifically, the pipe marker must possess the following: i 1. ANSI specified color coded background. 2. ANSI specified color of legend in relation to background color. ' 3. ANSI specified legend letter size. 4. ANSI specified length of color field (marker length). MECHANICAL GENERAL 15050- 10 20050208 Contra Costa County Cogen C. The following tables will serve to clarify the above mentioned requirements: TABLE 1 Classifications of Hazards of Materials and Designation of Colors Materials Color of a Inherently Color of Letters Hazardous. Legend for Legend Flammable or Explosive Yellow Black . Chemically Active or Toxic Yellow Black Extreme Temperature or, Yellow Black Pressure (Gas Pressure above 90 PSIG and Fluid Temperature above 140°F) Radioactive Yellow Black Materials Color of a Inherently Color of Letters Low Hazard Legend for Legend Liquid or Liquid Admixture Green White Gas or Gaseous Admixture Blue White Color of Fire Quenching Color of Letters Materials Legend for Legend Water, Foam, CO2, etc. Red White. TABLE 2 meter .Len f Outside Dia -Length o . of Pipe or Color Size of Covering Field Letters 3/4" to 1' 1/4"- 8" 1/2" 1 1/2"to 2" 8" 3/4" 2 1/2"to 6" 12" 1 1/4" 8"to 10" 24" 21/2" Over 10 132". 3 1/2" MECHANICAL GENERAL 15050 - 11 20050208 Contra Costa County Cogen D. All pipes 3/4" I.D. and smaller shall be marked with 1 1/2" brass tags equivalent to valve tags. E. Provide flow markers consisting of labels similar to pipe markers with a large black arrow printed on same background color to indicate direction of flow. F. Place pipe marker and flow marker on each pipe on both sides of walls or floors , PP PP through which pipes pass. Place markers adjacent to valves and fittings or branch take-off and for exposed piping locate markers to be clearly visible to person standing on floor, and at not over 30'-0"intervals on all straight runs of pipe. G. All valves under 3/4" I.D.: 18 gauge brass identification tags 1 1/2" in diameter with depressed 1/2" high black filled letters above 1/2" black filled numbers. Tags shall be fastened securely. at specified locations. Valve tags shall show valve number, purpose, and normal condition (open or closed). . . H. Tag Locations: 1. Adjacent to each valve and fitting except on plumbing fixtures and equipment. ' 2. At each branch and riser take-off. 3. At each pipe passage through wall, floor, and ceiling construction. i 4. At each pipe passage to underground. 5. On all horizontal pipe runs, marked every 25'-0". . 3.15 VALVE TAGS AND CHART A. Furnish and install in each mechanical room a single typed valve chart identifying ' all valves with their respective tag.numbers, size, manufacturer, model number, service, and indicating whether each valve is normally open or normally closed. Chart shall be mounted in a neat sheetmetal frame with glass front. The frame shall be arranged so that valve. chart is removable. ,Provide three (3) additional copies of valve chart.in maintenance manuals. 3.16 SLEEVES AND SEALING A. Provide sleeves for all pipes and ductwork passing through newfloors, walls, , partitions, and any other building construction, of adequate diameter to allow minimum of 3/4" clearance all, around between sleeve and pipe or ductwork. Sleeves are not required for holes drilled through. existing floors, walls, or partitions (in which case leave specified clearance between hole and pipe. or ductwork). When pipe or ductwork is insulated, insulation shall pass continuously through sleeve with 3/4" clearance between insulation and sleeve or hole in existing construction. B. Lay out work prior to concrete forming. Reinforce sleeves -to prevent collapse during forming and curing. C. All floor sleeves required shall extend 1" above finished floor except through mechanical equipment room floors and shafts where sleeves shall extend 2" MECHANICAL GENERAL 150510- 12 20050208 Contra Costa County a Cogen above finished floor level. Sleeves through roof shall extend 8" above roof. Wall sleeves shall be flush with face of wall unless otherwise indicated. Waste stacks using carriers shall have.sleeves flush with floor and sealed. D. Sleeves shall permit free thermal expansion of pipe without binding or contact with structure. E. Do not support pipes by resting pipe clamps on floor sleeves. Supplementary amembers shall be provided so pipes are floor supported. F. Special sleeves detailed on Drawings shall take precedence over this Section. G. Pipe sleeves as scheduled below unless otherwise indicated: 1. Plaster or Drywall: 18 gauge galvanized steel 2. Concrete or Masonry Walls and Concrete Bases: See Paragraph 3.7. OH. Waterproof membraned floors, walls, concrete pits, foundation walls, etc. as detailed or specified in other Sections. I. Duct Sleeves: Should be as follows unless otherwise indicated. Sleeves specified or indicated at fire dampered penetrations shall take precedence over this article. 1. Plaster or Drywall: 18 gauge galvanized steel 2. Concrete Floors and Mechanical Equipment Room Floors: See Paragraph 3.7. J. Sealing of Sleeves or Holes: A1. Waterproof Sleeves or Holes in Floors and Walls: Caulk space between pipe and sleeves in exterior walls, foundations, walls, pits, etc. watertight using Link-Seal modular wall and casing seal, or as detailed. 2. Fire Rated Wall and Floor Sleeves or Holes (Insulated Pipe): Caulk space between pipe insulation and sleeve with 3-M brand Fire Barrier Caulk CP-25 or Dow/Corning #3-648 Silicon Foam, with thickness appropriate for floor or wall fire rating. Seal top of floor sleeve with Tremco Dymeric Sealant. 3. All other sleeves or holes: Sleeves shall be packed with safing insulation and sealed with Tremco Dymeric Sealant. 4. Trim.Plates: Provide minimum V trim plates at visible sides of openings on all exposed ducts passing through floors, walls, partitions, plaster furring, etc. unless otherwise specified or indicated. Plates shall be prime coated. a MECHANICAL GENERAL 15050 - 13 20050208 Contra Costa County ' Cogen 3.17 SUPPORTS A. All equipment, plenums, piping, and ductwork shall be mounted on, or suspended from, foundations and supports as specified and . indicated, and seismically braced to structure. , B. Vibration isolation and seismic restraints for vibration isolated equipment per Title 24. C. All piping, ducts, and equipment shall be securely anchored to building structure as required by the Specifications, SMACNA's "Guidelines for Seismic Restraints of Mechanical Systems", Title 24, and the Uniform Building Code. D. Earthquake restraints shall be capable of resisting 100% gravity lateral loads or as required by Title 24. E. Supplemental Supports: Provide supplemental supports to span building structural elements as necessary for equipment foundations and supports. Provide Shop Drawings to Mechanical and Structural Engineers for approval prior to installation. 3.18 INSTALLATION AND ALIGNMENT A. Fan and motor pulleys shall be carefully aligned and belt tension properly adjusted by manufacturer's representative or qualified mechanic in accordance with manufacturer's instructions. B. Pumps shall not be operated for testing purposes unless systems are filled. Any damage during set-up and testing shall be repaired at no additional cost to Owner. , 3.19 VIBRATION CONTROL A. Mechanical Balance: When equipment is installed and in normal operation, fans, pumps, motors, and drives shall be within the following maximum limits: 1. 600 RPM and Less: Three mils displacement, peak to peak. 2. Over 600 RPM: 0.10"per second. , B. Pulley Run=Out: When equipment is installed and in normal operation, pulley run- out in radial and axial directions not to exceed 0.001". C. Field Tests: If requested, test equipment to determine compliance with specified requirements. Measure vibration displacement and velocity in vertical direction relative to floor. Make measurements on bearing housings (not end caps) or ' other heavy structural element directly connected to bearing housing at each end of equipment. D. Field Balancing: Balance and retest equipment as required for compliance with specified requirements. MECHANICAL GENERAL 15050- 14 20050208 a Contra Costa County Cogen 3.20 ACCESSIBILITY A. General: Valves, damper operators, filters, thermometers, pressure gauges, clean-out fittings, and indicating equipment or specialties requiring reading, adjusting, inspection, repairing, removal, or replacement shall be conveniently Q and accessibly located with reference to finished building. ,Thermometers and gauges installed to be easily read from floor. B. Panels: No unions, flanges, valves, dampers, controls, or equipment shall be 4 placed in a location that will be inaccessible after the system is complete. Access panels or doors shall be provided where required whether or not shown on Drawings. OC. Access Panels in Walls or Ceilings: 1. Provide access panels in walls or ceilings. Milcor or approved equal, where indicated and where required to provide access to valves, dampers, and other appurtenances. Panels shall be style as selected by Owner and as directed by wall or ceiling construction. Panel size shall be a 24" x 24" unless indicated otherwise. Panels in acoustical barriers shall have same transmission loss as barrier. Panels in rated construction shall have same rating as construction in which installed. 2. Door panels shall be no lighter than 14 gauge steel. Doors shall be equipped with concealed spring hinges and flush, screwdriver operated locks, except that key operated locks shall be used for all access doors in walls where door is within 6'-0" of floor. Locks for all key operated doors shall be keyed alike. 3. Doors in ceramic tile surfaces shall be stainless steel or chrome plated. Doors in other finished surfaces shall be prime coated. 4. Doors in fire rated grease exhaust duct shafts shall be fire rated and openable without the use of tools. D. Equipment Spaces: Provide aisles between equipment and ducts, electrical gear, etc. for complete service.and inspection of equipment. Maintain minimum 6-6" headroom in all access aisles. Maintain minimum 36" clearance at all service panels. Provide minimum clearances at electrical equipment per NEC. Provide 36" wide, 3/4" thick plywood covered catwalks in attics from access door to equipment. 3.21 TESTING A. Test all piping, ductwork, equipment, and systems as called for in the Specifications. Notify Owner and inspection authorities prior to.testing so that they may be witnessed. Protect all personnel and equipment during testing. Where Specifications do not cover specific points or methods, conform to manufacturer's specifications. . 3.22 DEMOLITION A. Removal, storage, or disposal of existing equipment, plumbing fixtures, fans, radiators, piping, boilers, etc. shall be under the direction of the Owner. MECHANICAL GENERAL 15050- 15 20050208 Contra Costa County , Cogen B. Provide a detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. C. There is a possibility that materials containing asbestos may be encountered. Advise the Owner in a timely manner of its presence and in accordance with EPA regulations. 3.23 DUCTWORK OPENINGS A. Locating and sizing of all openings for ductwork through walls, roof, etc. shall be ' done under this Division. Framing of openings shall be done by the respective . trades in whose work the opening is made. ' 3.24 EQUIPMENT A. All equipment shall be accurately set and leveled. Supports shall be neatly placed ' and properly fastened. All equipment shall be fastened in place with bolts. B. Keep all openings closed with plugs or caps to prevent entrance of foreign matter. Protect all piping, ductwork, fixtures, and equipment against dirt, water, chemical, or mechanical damage both before and after installation. Any equipment or apparatus damaged prior to final acceptance shall be restored to original condition or replaced at the Owner's discretion and at no additional cost to the Owner. C. Start-up: Equipment shall be adjusted, lubricated, aligned, etc. prior to start-up.. Inspect each piece of equipment prior to start-up. Start each piece of equipment , in accordance with manufacturer's directions and warranty requirements. D. Finish: Protect all equipment and materials until in use. Any visible rust or corrosion shall be removed as directed prior to installation. All damaged factory painted finishes shall be cleaned and painted with manufacturer provided paint. 3.25 MANUFACTURER'S DIRECTIONS ' A. Materials and equipment. shall be installed in accordance with manufacturer's application and recommendations, requirements, and instructions, and in ' accordance with Contract Documents. Where manufacturer's instructions differ from those indicated or specified, they.shall be brought to Owner's attention for resolution prior to equipment ordering and installation.. B. Where requirements indicated in Contract Documents exceed manufacturer's requirements, Contract Documents shall govern. 3.26. FURRING AND PIPE SPACES ' A. Spaces provided in the design of the building shall be utilized and the work shall be kept within the furring lines established on the Drawings. B. Layout: Maintain maximum head room under piping and equipment. Contractor to coordinate line locations with beams, windows, etc. to provide maximum clearance. From Drawings, ascertain heights of suspended ceilings and size of pipe shafts in which piping is concealed, and location and size of structural members in and adjacent to pipe shafts. Coordinate piping installation with MECHANICAL GENERAL 15050 - 16 20050208 . Contra Costa County Cogen ductwork, lighting, and other equipment. Ensure necessary clearances on trim plates at exposed penetrations of walls and floors. If sufficient room is not available above suspended ceiling or vertical shafts obtain clarification from Owner before work is started. 3.27 SEISMIC RESTRAINTS A. General:All work, materials and methods used shall conform to the Drawings and Specifications. The following notes and SMACNA "Guidelines for Seismic Restraints of Mechanical Systems" shall be followed when specific details are not shown on the Drawings. Anchorage of equipment for which specific details are not shown on the Drawings shall be adequate to resist the forces based on the required"CP"factor. Such anchorage shall be approved by the Owner. B. All supports shall be in accordance with Specification Section 15140, Mechanical Support Systems, and Section 15160, Vibration Isolation. C. Ductwork: a 1. Brace all rectangular ducts 6 ftZ of area and larger. Brace all round ducts 28" in diameter and larger. 2. Transverse bracing. to occur 30'-0" on center maximum. Transverse a bracing shall be installed at each duct turn and at each end of a duct run. 3. Longitudinal bracing shall occur at 60'-0" on center maximum and once for each direction of duct. Transverse bracing for one duct section may also act as longitudinal bracing for a duct section connected perpendicular to it, if the bracing is installed within 4'-0"of the intersection of both ducts and the bracing sized for the larger duct. 4. No bracing is required if the top of duct is suspended 12" or less from the connection point to the supporting structural member and attached to top Qof duct. 5. A group of ducts may be combined in a larger size frame. ]r 6. Walls (including gyp-board non-bearing partitions) which have ducts u running through them may replace a typical transverse brace. 8 7. Where it is practical to do so, ducts not braced shall be installed with 6" minimum clearance to vertical ceiling hanger wires. 8. Minimum gauge for sheetmetal for bracing to be 16 gauge (0.0598"). DD. Piping: 1. Pipe bracing system shall conform to the Drawings and to Specification requirements hereinafter listed, or shall be a pre-approved manufacturer's system such as Unistrut Seismic Bracing System. 2. The Contractor shall submit Shop Drawings indicating the location of all seismic braces and provide a legend giving load information and model MECHANICAL GENERAL 15050 - 17 20050208 Contra Costa County ' Cogen specifications prior to installation. Such prearranged system shall conform to requirements of the Specifications. 3. Brace all pipes with 2 1/2" I.D. and larger. 4. Transverse bracings at 40'-0" on center maximum (minimum of one , brace per direction of run). 5. Longitudinal bracings. at 80'-0" on center maximum (minimum of one brace per direction of run). 6. Transverse bracing for one pipe section may also act as longitudinal bracing for the pipe section connected perpendicular to it, if the bracing is installed within 24" of the elbow or tee and is connected to the largest pipe. 7. Do not use branch lines to brace main lines. , 8: Provide flexibility in joints where pipes pass through building seismic or expansion joints or where rigidly supported pipes connect to equipment ' with vibration isolators. . 9. At vertical pipe risers, support the weight of the riser at a point or points above the center of gravity of the riser wherever possible. Provide lateral guides at the top and bottom of the riser and.at intermediate points not to exceed 30'-0"on center. 10. Provide large enough pipe sleeves through walls or floors to allow for anticipated differential movements. . 11. Do not fasten one rigid piping system to two dissimilar parts of the ' building that may respond in a different mode during an earthquake (e.g., a wall and a roof). 12. Transverse bracing shall be 20'-0" on center maximum and longitudinal bracing at 40'-0" on center maximum for piping in mechanical equipment rooms and gas piping. 1 1/4", 1 1/2", and 2" diameter pipes shall be braced the same as 2 1/2"diameter pipe. 13. Cast iron piping systems are included in these requirements. 14. No bracing is required if the top of single pipe is suspended 12" or less , from the connection point at the supporting structural member. 15. All trapeze hangers shall be braced. , 3.28 CLEAN-UP A. During the course of work under this Section, all 'rubbish, debris, surplus , materials, tools, etc. resulting from this work shall be removed from work area . and shall be disposed of off-site at the end of each working day. The Owner's premises shall be left clean and in a condition acceptable to the Owner. MECHANICAL GENERAL 15050- 1.8 i a 20050208 Contra Costa County Cogen B. Clean all work installed under this Contract to satisfaction of Owner and submit documentation that each system has been cleaned and results witnessed by the Owner's representative . C. All water distribution and piping systems, including.those for cold water and hot e water systems, shall be flushed thoroughly until piping is cleaned to satisfaction of the Owner. See other Specification Sections for additional requirements. D. Remove debris and trash from ductwork, fan units, and all air handling equipment. Vacuum clean fan housing, coils, and ducts in vicinity of openings before grilles and registers are installed. Replace construction filters with new filters prior to project completion. 3.29 ENGRAVED NAMEPLATES A. Furnish and install plastic laminated engraved nameplates with 114" minimum lettering at panel mounted control devices, manual control stations, power disconnects, motor starters and pieces of equipment. Nameplates exposed to weather shall be engraved brass. 3.30 FINAL INSPECTION A. The Contractor shall furnish the Owner with certificates of final inspection and approval from the inspection authorities having jurisdiction. i 3.31 GUARANTEE A. The Contractor shall guarantee the quality of all work and the quality of equipment and materials in accordance with the provisions of the General Conditions and Special Conditions. Should any defects occur during this period, the Contractor shall promptly repair or replace defective items as directed by the Owner, without cost to the Owner. 3.32 SITE VISITS BY ENGINEER A. Engineer's res onsibili tYis limited to normal construction support services only, consisting of office consultation, site visits, and reports to the Owner at appropriate stages of construction such as rough-in, pre-final, and final. All costs incurred by the Engineer for additional site visits or office work required to complete the project as the result of incomplete coordination or supervision by the Contractor or the Mechanical Sub-Contractor shall be paid for by the Contractor. 3.33 OPERATING AND MAINTENANCE MANUALS A. Three (3) complete sets of bound instructions containing the manufacturer's operating and maintenance instructions for each piece of equipment shall be furnished to the Owner within ninety (90) days of issuance of final occupancy permit. Each set shall be permanently bound and shall have a hard cover. The following identifications shall be inscribed on the covers, "OPERATING AND MAINTENANCE INSTRUCTIONS", the name and location of the building, the name of the Contractor, and the Contract number. Flysheets shall be placed before instructions covering each subject. The instruction sheets shall be MECHANICAL GENERAL 15050 - 19 20050208 Contra Costa County Cogen approximately 8 1/2"x 11" with. large sheets of: Drawings folded in.' The instructions shall include, but not be limited to, the following: , 1. System layout showing piping, valves and controls with complete valve and control identification, listing, and indexing valve charts. 2. Approved wiring and control diagrams. 3. A detailed control sequence describing start-up operation and shut-down with reference to valve and control names and numbers. 4. Operating and maintenance instructions for eachpiece of equipment ' including lubrication instructions. Include information on .frequency of lubrication,filter change, belt adjustment, cleaning, adjusting, etc. 5. Manufacturer's bulletins, cuts, and descriptive data. 6. Parts list and recommended spare parts including name and address.of source of supply. B. Framed Instructions: Approved wiring and control diagrams shall be posted , where directed, framed under glass or in approved laminated plastic, showing the complete layout of the entire system including equipment, piping, valves, and , control sequence. In addition, condensed operating instructions explaining preventive maintenance procedures for safely starting and stopping the system shall be prepared in typed form, framed as specified above for wiring and control diagrams; and posted beside the diagrams. Proposed diagrams, instructions, and other sheets shall be submitted for approval prior to posting. The framed instructions shall be posted before acceptance by the Owner. C. Field Instructions: Upon completion of the work and at a time designated by the Owner the services of one or more competent Engineers shall be provided by the Contractor to instruct a representative of the Owner in the operation and maintenance of the systems. These field instructions shall cover all the items ' contained in the bound instructions and shall be of a sufficient length and detailed nature, in the Engineer's judgment, to insure safe and efficient operation. **** END OF SECTION MECHANICAL GENERAL 15050 -20 20050208 Contra Costa County Cogen SECTION 15250 m INSULATION PART 1 -GENERAL 1.1 GENERAL A. The General Conditions, any Supplementary Conditions, Section 15050, Mechanical General, and Division 1 are hereby a part of this Section as fully as if repeated herein. 1.2 DESCRIPTION OF WORK A. The work includes, but is not necessarily limited to the furnishing of all labor, materials, equipment, and services necessary and reasonably incidental to providing and installing complete mechanical insulation systems shown or indicated on the Drawings or as required by the Specifications.The list includes: 1. Hot Water Piping Systems. 2. Equipment. B. Installation shall be construed to mean (but not be limited to) purchasing, receiving, .transporting, storing, fabricating, applying, inspecting, and providing complete insulation systems in accordance with latest edition of MICA Standards, addenda, and those Technical Specifications for the individual insulation systems under the Contract. C. The insulation contractor shall include all applicable federal, state, and local taxes, fees, and charges relating to the installation work, inspection, and activities under this Contract. D. Insulate the following items: 1.. Heating water supply and return piping. 2. Expansion tanks. . 3.. Heating water pumps. 4. Heat recovery heat exchanger. . 5. Plate frame heat exchanger. E. Do not insulate the following items: 1. Chrome plated exposed piping. 2. Air chambers. 3. Unions, strainers, check valves, balance cocks, and flow regulators on hot water system. INSULATION 15250 - 1 .20050208 , Contra Costa County Cogen 4. Drain lines from water coolers. ' 5. Soil, waste, and downspout piping located in crawl spaces, tunnels, and underground. 6. Cold water underground. 7. Standpipes, fire lines, and sprinkler piping. , 8. Pre-insulated hot water heaters. F. Provide a unit price schedule for each type and size of piping; ductwork, or equipment called to be insulated. This schedule will be used as a basis for any work involving existing piping, ductwork, or equipment. 1.3 SUBMITTALS , A. See Section 15050, Mechanical General. B. Submit for review the required copies of a complete list of materials proposed for , use accompanied by manufacturer's data sheets giving sizes, capacities, etc. Submit manufacturer's application instructions for each product proposed for use. 1.4 SAMPLES A. Display Sample Cutaway Sections: After approval of materials and prior to insulating any piping, ductwork, or.equipment a display shall be prepared of sample sections for each type of insulation used on'the job: Display sample sections for piping shall include as a minimum an elbow or tee, a valve, a hanger. with protection shield and insulation insert at.support point, method of fastening and sealing insulation at longitudinal lap, circumferential lap, butt joints at fittings and on pipe runs and termination points. Display sample sections for ductwork and equipment shall include as a minimum a 4" by 4" sample of each type of insulation specified for use, method of fastening and sealing of each type..Each material that is used to make up the insulation system shall be identified by - indicating on attached sheet, first the Specification requirement for the material and then the material by manufacturer that is intended to meet the requirements. r : 1.5 INITIAL INSTALLATION INSPECTION A. After initial installation of each type of system, Contractor shall coordinate site , inspection by Engineer in accordance with Specification Section 15050, Mechanical General. Contractor shall obtain Engineer's written approval.of initial installation as complying with approved samples and the intent .of .the Specifications prior to continuing insulation work. 1.6 CODES AND STANDARDS A. National Insulation Contractor's Association Commercial and Industrial Insulation ' Standards as published by the Midwest Insulation Contractors Association, 2423 South 123rd Avenue, Omaha, Nebraska 68144, (402)342-3463. B. Requirements: Insulation materials, adhesives, coatings, and other accessories shall have surface burning characteristics as determined by ASTM E84, not to INSULATION 15250-2 20050208 Contra Costa County Cogen exceed 25 for flame spread index.and 50 for smoke developed rating, except for the following materials: 1. Canvas Jackets. 2.. Nylon.anchors for securing insulation to ducts or equipment. 3. Asphaltic mastic. 4. Weatherproofing coating. C. Flameproofing: Flameproofing treatments subject to deterioration due to the effect of moisture or high humidity are not acceptable. D. Material shall conform to ASTM Standards when standards are published for the respective class of material. E. Contractor shall conform to all OSHA and other published practices for the installation of insulation. 1.7 COORDINATION A. Coordinate with Owner and General Contractor on required storage areas for insulating materials including space requirement, weather protection or open areas, distance to work site, etc. B. Coordinate with other trades on installation schedule. The Contractor shall be responsible for coordination and cooperation with the Owner and other trades so that the installation is performed with minimum interference and conflict. C. Coordinate with other trades on piping insulation shields or protectors, piping and ductwork supports, pipe identification, painting of insulation,, installation of heat tracing, insulation on joints and fittings in pre-insulated pipe, insulation on interior faces of ductwork, etc. 1.8 ALTERNATIVES, EXCEPTIONS,AND RECOMMENDATIONS A. The insulation contractor shall include statements covering each of the following subjects with his/her proposal: a1. Alternative materials to improve quality, schedule, or pricing. 2. Exceptions to the Specifications covering materials, manner of application, or other details. B. The Owner shall review alternative material recommendations and shall be the sole judge in determining whether the proposed materials, accessory, or item meets the stated criteria for service and conditions imposed.. 1.9 CLARITY OF INFORMATION A. It shall be noted that the Drawings, Specifications, and standards are complementary to each other, meaning that what is called for by one, is meant to INSULATION 15250-3 20050208 Contra Costa County Cogen be called for in all. Where conflicts occur between. Specifications, Drawings, or , standards, the more stringent shall govern. B. If, after examination of the bidding documents relating to the work, the insulation Contractor has queries concerning the nature and scope of the work or intent of the Specification, Contractor shall promptly request clarification from the Owner. After contract award, claims of ignorance of the intent and scope of the contract shall not be allowed. 1.10 EQUIPMENT . A. The Contractor shall provide all tools, ladders, staging, platforms; scaffolding, and other devices required for installation of the complete insulation system, and shall maintain these items in a safe operating condition. PART 11 -PRODUCTS 2.1 GENERAL , A. Materials furnished under this Specification shall be standard, cataloged products, new and commercially available, suitable for service requiring high performance and reliability with low maintenance, and free of all defects. B. Materials include insulation materials, accessories (staples, bands, mesh, wire, clips, pins, tape, anchors, corner angles, and similar recommended accessories), and compounds (cements, adhesives, coatings, sealers, protective finishes, and similar items recommended for the applications indicated). C. The Contractor shall supply materials which meet the requirements with respect to the design criteria, thermal conductivity, and standards. D. All accessories and materials (i.e., coatings, adhesives, sealers, etc.) are to be shipped to the job site in marked, unopened containers as received from the manufacturer. E. The Contractor shall be solely responsible for his/her own material take-off, purchasing, methods and procedures, tools and equipment, and field safety , program. 2.2 INSULATION ' A. Manufacturers: Owens-Corning, Johns Manville, Knauf, or Certain-Teed Products Co., Owens-Corning catalog numbers used as basis, unless otherwise noted. B. Class 1 - Glass Fiber Pipe Insulation: Owens-Corning ASJ/SSLII (all service jacket, with pressure sensitive tape closure system), average.thermal conductivity at 70°F mean temperature, 0.23 Btu/hr x ft2 x OF' per inch of thickness. Seal longitudinal joints with SSLII closure system and seal :butt joints with 3" wide pressure sensitive tape to match. Fittings, flanges, and grooved couplings insulated as herein specified. C. Class 2 - Foamed Rubber Pipe Insulation: Halstead Products F/R Insultube, Johns Manville Corp. Armaflex, average thermal conductivity at 70°F' mean INSULATION 15250'-4 20050208 Contra Costa County Cogen temperature, 0.27 Btu/hr x ft2 x OF per inch of thickness. Cover fittings and valves with miter-cut pieces. Seal longitudinal and butt joints with Armstrong 520 adhesive. For exterior applications, provide jacketing per Paragraph 2.3. D. Class 3 - Calcium Silicate Pipe Insulation: Owens-Corning Fiberglass Kaylo 10 asbestos free pipe insulation, average insulation thermal conductivity at 220°F mean temperature, 0.42 Btu/hr x ft2 x OF per inch of thickness. Secure to piping with 18 gauge wire on 12" on centers embedded into insulation and covered with ASJ paper.to match Class 1 insulation. E. Class 4 - Foamglass Pipe Insulation: Pittsburgh-Corning Foamglass, average m thermal conductivity at 70°F mean temperature, 0.37 Btu/hr x ft2 x OF per inch of ,11111 thickness, 100 PSI average compressive strength. F. Class 5 - Glass Fiber Equipment Insulation: Owens-Corning pipe wrap pipe and tank insulation, with all purpose jacket. Average thermal conductivity at 70°F mean temperature, 0.27 Btu/hr x ft2 x OF per inch of thickness. Install in accordance with manufacturer's recommendations. G. Class 6 - Calcium Silicate Equipment Insulation: Owens-Corning Kaylo 10 asbestos free block insulation, average thermal conductivity at 200°F mean temperature, 0.41 Btu/hr x ft2 x OF per inch of thickness. Tightly butted, staggered joints secured with 16 gauge galvanized wire or 1/2" x 0.015" galvanized steel bands on 12" maximum centers for large areas. Fill voids between blocks with insulating cement. Cover with 2" mesh wire stretched and secured with edges tied together. Finish with 1/4" thick trowel coat of insulating cement. Cover with 6 oz canvas adhered with Foster 30-36 adhesive. H. Class 7 - Spun Glass Equipment Insulation: Owens-Corning Type 705 board with FRK facing, 6.0 Ib density, reinforced foil and paper facinP, average thermal conductivity at 100°F mean temperature, 0.23 Btu/hr x ft x OF per inch of thickness. I. Class 8 - Polyurethane Equipment Insulation: Urethane foam spray with glass fiber cloth cover and mastic coating. J. Class 9 - Continuous Molded Urethane Pipe Insulation: Owens-Corning with factory applied all service jacket, average thermal conductivity at 100 Btu/hr x ft2 x OF per inch of thickness. Apply vapor barrier mastic on all circumferential and longitudinal seams. Apply factory supplied butt strips to circumferential joints. Provide high density inserts at support locations. K. Class 10 - Ductwork Insulation with Vapor Barrier: Owens-Corning all service faced duct wrap, Type 100, 1 1/2" thick, unless otherwise indicated, average . thermal conductivity at 70°F mean temperature, 0.29 Btu/hr x ft2 x OF per inch of thickness. Provide metal pins and clips welded on bottom of rectangular ducts 24" wide and over at 18" on center. Tightly butted joints. Furnish with factory applied vapor barrier facing and seal all joints with pressure sensitive aluminum foil tape. All cuts or tears to be sealed same as joints. At vertical ducts, secure with pins as above and with 18 gauge snap wire on 12"centers, regardless of duct size. L. Class 12 - Rigid Ductwork Insulation with Vapor Barrier: Owens-Corning Type 705 board with ASJ facing, 1 1/2" thick, 6.0 Ib density, unless otherwise indicated, average thermal conductivity at 70°F mean temperature, 0.23 Btu/hr x ft2 x OF per INSULATION 15250-5 20050208 Contra Costa County , Cogen inch of thickness. Secure with welded pins and.speed clips spaced as required to hold insulation against duct, but not less than 18" on center. Finish with 5" wide ASJ pressure sensitive tape at all butt joints and clip penetrations. M. Class 13 -Acoustic Ductwork Lining: Provided and installed under Section 15800. 2.3 JACKETING MATERIAL AND STRAPS A. All jacket materials shall be 0.020" thick. Provide smooth aluminum sheet within , buildings; provide stucco-embossed aluminum sheet in outside areas. B. Aluminum jacketing shall have manufacturer's standard factory applied protective coating of epoxy or impregnated paper on the inside surface. C. Straps for jacketing shall be stainless steel, Type 302 or 304 with No. 1 finish and No. 3 edge, and minimum 0.020" thick. Straps for piping with insulation outside diameter of 12" and less shall be 1/2" wide; for larger diameters and for equipment, they shall be 3/4"wide. 2.4 INSULATION HOLDING MATERIALS ' A. All holding materials for insulation shall be galvanized steel, 18 gauge (0.0475") wire, 20 gauge (0.0348") wire 1" hexagonal mesh netting, and 0.020"x 1/2" or 3/4"wide straps. , B. Insulation adhesives and vapor barrier coatings shall be Foster as manufactured . by H.B. Fuller, Inc. 2.5 INSULATION COVERS A: Polyvinylchloride (PVC) Covers: Polyvinylchloride covers shall be 1-piece, , premolded PVC. B. Pipe covers, where specified, shall be PVC sheet with glued seams. Fitting , covers shall be PVC or aluminum to match adjacent piping cover or jacket. PVC fitting covers shall be as by Protto, Ceelco, Zeston, or equal. 2.6 SHIELDS , A. Shields shall be 16 gauge galvanized steel sheet, formed into a 1/2 cylinder. Shield length shall be as recommended by the insulation manufacturer. Superstrut Figure C-790 or equal. , 2.7 INSULATED PIPE SUPPORTS. A. Insulated pipesupports shall be provided.for various pipe diameters and loading conditions indicated. The supports shall be the following Pipe Shields Incorporated models or equivalent. . 1. Pipe Supported on Rod Hangers: For clevis or ring type hanger, A-1000, A-3000, and A-9000, as appropriate for the loads. 2. Pipe Supported on Flat Surfaces: Insulated support only, A-5000, A-7000 ' to A-7400 Series, as appropriate for the loads. INSULATION 15250-6 20050208 Contra Costa County Cogen B. Pipe supports shall be capable of supporting the pipe in all conditions of operation, including loading due to seismic events, pressure relief valve discharge, and hydrostatic pressure tests. They shall allow free expansion and contraction of the piping and prevent excessive stress resulting from transferred weight being induced into the pipe or connected equipment. C. Pipe supports shall be treated to resist moisture absorption. 2.8 REMOVABLE VALVE PADS A. Control Valves: 16 oz silicone impregnated fiberglass cloth liner, 6 lb/ft'. 1/2"thick woven fiberglass materials. Silicone coated outer weather barrier, Velcro fasteners, belts, and 304 stainless buckles and fiberglass lace type ties. Jackets shall overlap adjacent insulation 2" minimum. Seams shall be on bottom for drainage. No lacing hooks or tie wires shall be used. Jackets shall be manufactured by Johnson Energy Technologies, or approved equal, and be guaranteed for two(2)years. PART III -EXECUTION 3.1 EXECUTION A. General: Insulation work shall conform to Drawings and Specifications. The National Insulation Contractors Association (NICA)Specifications, Standards, and Details shall be followed for items not covered herein. B. Thickness and Type: Thickness and type of insulation for each system or service shall be as indicated in insulation Schedule"A" at end of this Specification Section. C. All insulation work shall be performed by skilled mechanics regularly engaged in the insulation trade. D. Protect insulation against dirt, water, chemicals; or mechanical damage before, during, and after installation. Damage prior to final acceptance of work shall be repaired or replaced at no additional cost. E. Progressive testing of systems to be insulated shall have been completed, inspected, and approved by Owner before insulation is applied. OF. Insulation shall not be applied until all surfaces are clean, dry, free of dirt, dust, grease, frost, moisture, and other imperfections. G. Install insulation in first class, neat, workmanlike fashion. Insulation and vapor barrier to run continuously.through hangers, except as otherwise noted and vapor barrier shall not be pierced. H. AS ME stamps, UL labels, equipment labels, and similar stamps and labels shall not be covered. Unsatisfactory installations shall be rejected, removed, and replaced at no additional cost. I. Thickness indicated is minimum; use thicker insulation when indicated thickness is not available (see Insulation Schedule"A"). INSULATION 15250 -7 20050208 Contra Costa County ' Cogen J. Insulation shall be neat and convenient for equipment operation. Installation shall allow access to; and not interfere with, the operation of valves, dampers, removal , of flanges or vessel heads, and equipment doors and hatches. K. All insulating materials (block, preformed, or blanket) for pipes, ducts, tanks, etc. shall be uniform in thickness when installed and shall be without irregular surfaces or voids. Block or preformed insulation may be scored, if necessary, to make it uniform with the adjoining section. . L. Adequate insulation flexibility shall be provided to allow longitudinal and , circumferential expansion and contraction of the insulation, piping, and equipment when heated or cooled to service conditions. M. Do not weld attachments to piping, vessels, tanks, equipment, or structures without prior written approval of the Engineer. N. Installed insulation work that is not weatherproofed by the end of the day shall be ' protected from rain with a waterproof covering. O. All piping with surface temperature of 60°F or less shall be insulated with , continuous vapor barrier. P. Insulation shall not be installed until adequate access and clearances at control ' mechanisms, dampers, sleeves, columns, and walls have been provided. Q. All insulation at hand holes, access doors, or other openings, and adjacent to flanges and valves shall be neatly finished. R. Where insulated pipes or ducts pass through sleeves or openings, the full specified thickness of the insulation shall pass through the sleeve or opening. , S. Vapor barriers shall be continuous through sleeves, hangers, etc. If pierced, vapor barriers shall be covered and suitably resealed. 3.2 HOUSEKEEPING A. The Contractor shall prevent the accumulation of insulation debris in the buildings and on the premises of the Owner. ' 3.3 SAFETY PROGRAM A. The Contractor shall be responsible for his/her own.safety program at the work site and shall provide instruction on safe practices for his/her workers assigned to the project. B. Contractor's 1 employees are subject to the work rules of the job site. , 1 3.4 CONTRACTOR'S RESPONSIBILITIES , A. The Contractor shall become familiarized with the progress and execution of the job and notify the proper parties of interferences and any problems with the proper installation of his/her materials. INSULATION 15250 -8 20050208 Contra Costa County Cogen 3.5 PIPING A. See "Products" above for products referred to hereinafter. Fittings, flanges, valves, etc. shall be insulated unless specifically excluded. B. Mechanical Joint Fitting Insulation: Insulate mechanical joint, other flexible piping, and couplings with PVC insulated fitting covers, sealed per manufacturer's recommendations. DC. Exposed Piping Finish: 1. Finish all exposed pipe insulation in mechanical rooms with tack coat of Foster 30-36, 6 oz canvas membrane and finish coat of 30-36. Provide PVC covering on all chilled water piping. 2. Pipe. insulation exposed to weather shall be finished with aluminum jacket. D. Pipe Insulation: 1. Single layer pipe insulation longitudinal joints shall be staggered. Both longitudinal and circumferential joints shall be staggered on multi-layer insulation. Install.jackets on horizontal piping with the longitudinal seam approximately midway between horizontal centerline and the bottom side of the pipe. The insulation shall be tightly butted. All insulation over 2" thick shall be double layer. 2. Elbows in piping systems shall be insulated with aluminum or PVC insulated fitted covers. 3. Cold Service Pipe Insulation: Insulation shall have ends sealed off with a vapor barrier coating. Coat end of each insulation section and butt ends firmly. Coat longitudinal and circumferential joints and seams of factory all service jacket with vapor barrier coating after sealing. 4. Fittings and Valves: Rigid PVC covers shall be sealed at seams and edges with vapor barrier adhesive. The ends of covers shall be secured with vinyl tape. The tape shall overlap the jacket and the cover at least 1". Vapor barrier shall not be penetrated. Apply surface coat of vapor barrier coating after taping to joint to adjacent insulation. E. Refrigerant Pipe Insulation: 1. Indoor Use: Cover fittings and valves with miter-cut pieces. Seal longitudinal and butt joints with 520 adhesive 3/4"thickness. 2. Outdoor Use: Apply vapor barrier mastic on all circumferential and longitudinal seams. Apply factory supplied butt strips to circumferential joints. Cover with aluminum jacket. INSULATION 15250-9 . 20050208 Contra Costa County Cogen 3.6 JACKETS A. Aluminum jackets shall-overlap at longitudinal and circumferential joints and shall ' be secured with bands at not more than 12" centers. Longitudinal joints shall be overlapped down to shed water. B. End laps of metal jacket shall not be less than 2" and longitudinal laps shallnot be less than 1". On vertical pipe, end laps.shall be overlapped to shed.water. Jacket straps shall be maximum 12" on centers with a strap at every end lap. All , laps shall be weatherproof.. C: Preformed jacket shall be used to the greatest extent possible. Outdoor jacket , shall form a watertight seal along the entire length of the jacket. D. Preformed end caps of standard manufacture shall be provided wherever pipe insulation is terminated at valves, flanges, or traps. Ends of pipe insulation shall be finished with mastic coating prior to end caps being applied. 3.7 VALVES AND FITTINGS ' A. Valves, elbows, and irregular fittings shall be insulated with preformed sections of pipe insulation prior to installation of metal jacket or PVC cover. B. Automatic control :valves not requiring vapor barrier insulation shall have ' removable valve pads. C. Pre-fabricated or preformed insulation elements shall be used to.the gieatest , extent where applicable. Loose fiberglass packed into metal jacket covers shall not be used on cold piping. Valves and irregular fittings requiring vapor barrier shall be insulated with preformed sections of pipe insulation and PVC jacket. a D. Insulation of flanges shall be of such design as to allow flange bolt removal without damage to insulation or adjacent piping. Flange insulation shall consist of removable sectional covering and shall be of.suitable size to encircle the;flange ' and of such length that it will, when applied, overlap the adjacent pipe insulation on each end not less than 2". E. The Contractor shall have the option on all flanges, valves, and strainers not ' requiring a vapor barrier to insulate with removable, replaceable pads as specified above for automatic control valves. F. Removable insulation on gate, globe, and control valves shall not enclose or , restrict access to the valve stem gland packing tightening bolts. Removable insulation may.alternatively be constructed to only provide access to the .valve's bonnets and bolts, or pressure'seal bonnet. G. Provide removable insulation on basket type strainer cap to allow servicing of strainer basket. 3.8 INSTRUMENTATION A. Control valves, level controllers, level gauges, level transmitters, etc. shall be insulated in such a manner so as to permit easy access for all maintenance INSULATION 15250 - 10 20050208 Contra Costa County Cogen components, clear unrestricted view of indicating unit, and easy removal of complete unit without cutting or damaging the insulation. B. At instrument connections, the insulation shall be tapered to and around the connection. Continuous vapor barrier shall be maintained. C. Instrument valves shall be insulated in such a manner so handle assemblies are readily accessible and not restricted, calibration ports on manifold assemblies are easily accessible and easy valve removal or in-line maintenance, as applicable, can be performed without cutting or damaging the insulation. D. Vents and drains in instrument piping shall be insulated in such a manner so as not to restrict venting and draining. E. Calibration tees in instrument piping shall be insulated in such a manner so as to permit easy access. 3.9 PIPE COVERING PROTECTION A. Provide pipe cover protection at clevis hangers and trapeze hangers on all insulated piping as follows, unless otherwise indicated: 1. For all insulated piping 1 1/4" or smaller, insulation as herein specified shall be continuous through hanger locations. Protect insulation with insulation protection shield. 2. For all insulated piping 1 1/2" and larger, provide insulated pipe support at hanger. Locate on the same diameter as the insulation. Vapor barrier shall be continuous through hanger and shield location for all cold piping. 3.10 EQUIPMENT A. Provide lug nuts for 10 gauge black annealed iron wire welded. to the .metal surfaces for securing block insulation. B. Finish depressions and cavities in equipment surfaces with blocks and insulating cement to provide a base for block insulation (Class 6); finish curved surfaces to conform to curves.of surface being covered; finish other surfaces true and smooth, reinforce insulation at openings and corners with metal beading; leave access doors, moving parts, labels and code stamps uncovered. Finish insulation around openings to assure accessibility. C. Secure block insulation with 1/4" wide stainless steel bands spaced at maximum 18" centers. Where block insulation is reduced in dimension, space bands as required; fasten to large nuts or wire weld to shells after fastening into place with metal bands; cover entire area of block insulation with 1" hexagonal wire mesh, and apply 1/2" thick insulating cement over entire surface, applied in two (2) coats. D. Apply insulation around removable heads on pumps, tanks, and heaters to permit access without disturbing the insulation. Secure 12 gauge weld pins to heads and secureinsulation with speed clips. INSULATION 15250 - 11 20050208 Contra Costa County Cogen ' E. Finish insulation on equipment with''6 oz canvas. applied with Foster '30-36 adhesive, or equivalent.. ' F. Expansion Tanks:. 1. Insulate with 2"thickness Class 5 glass fiber. , 2. Wrap insulation with 1" hexagonal wire mesh secured tight and finished smooth with 1/2 thick insulating cement troweled on in two (2) coats and , covered with 6 oz canvas applied with Foster 30-36 adhesive. G. Heat Exchangers: 1. Insulate with 3 thickness Class 5 fiber. 2. Wrap insulation with 1" hexagonal wire mesh secured tight and finished smooth with 1/2" thick insulating cement troweled on in two (2) coats and ' covered with 6 oz canvas applied with Foster 30-36 adhesive. 3. On tanks exposed to weather, provide aluminum or stainless steel jacket , similar to pipe insulation. H. Heating Water Supply Pumps: Insulated with 1" thickness Class 5 glass fiber. Finish as above. Maintain serviceability. ' 3.11 WARRANTIES A. The Contractor shall warrant that materials furnished and. installed be free of , defects for a period of one (1) year from the time the system is completed. In the event of delays, liability shall not be held to exceed eighteen (18) months from the date of completion and timely acceptance of work covered by the contract.: B. If a defect occurs in materials, workmanship, or application within the stated time, the Contractor.shall promptly repair or replace the defect to the satisfaction of the Owner. INSULATION SCHEDULE "A" FOR PIPING. ' .. See Paragraph 3.10 and 3.11 for Ductwork and Equipment. Branches, Mains, and Loops Fluid Run- Insul. temp. outs Class/ Range Up to 1." and 1 1/4" .2 1/2" 5".to Notes ('F) 2" Less to 2 to 4" 8" MECHANICAL: ' Heating Hot Water 1. 105-200 1/2". 1". .111 1 1/2" 1 1/2" Chilled Water 1/a 40-60 1" 1" 1" Refrigerant or. 1/a,b,c below 1" 1" 1 1/2" 1.1/2" . 1 1/2" Brine 40 INSULATION 15250 - 12. 20050208 Contra Costa County Cogen Branches, Mains, and Loops �. Fluid Run- Insul. temp. outs Class/ Range Up to 1"and 1 1/4" 2 1/2" 5"to Notes (°F) 2" Less to 2" to 4" 8" Condenser Water 1/a,b,c 40-105 1/2" 1/2" 1/2" 1/2" 1/2" Piping Steam High Pressure/ 1 306-460 1 1/2" 2 1/2" 2 1/2" 3" 3 1/2" Temp. Med. Pressure/ 1 251-305 1 1/2" 2" 2 1/2" 2 1/2" 3" Temp. Low Pressure/ 1 201-250 1" 1 1/2" 1 1/2" 2" 2" Temp, Steam 1 105-200 1/2" 1" 1" 11/2" 11/2" Condensate Low Temp. (for 1 Any 1" 1" 1 1/2" 2" 2" Feedwater) . PLUMBING: Domestic Hot 1 100-150 1" 1" 1" 1" 1 1/2" Water Domestic Cold 1/a,b,c 50-65 1/2" 1/2" 1/2" 1/2" 1/2" Water Rainwater Drain 1/b,c 40-60 1/2" 1/2" 1/2" 1/2" 1" Industrial Cold 1/a,b,c 50-65 1/2" 1/2" 1/2" 1/2" 1" Water Notes: a. Insulation to be Class 1 in plenums. Class 1 or Class 9 otherwise. Per Specifications, unicellular elastomeric cell meeting smoke and flame rating acceptable alternate. b. Piping in exterior and unheated portions of building shall be insulated to protect against freezing. 1"thickness required. c. Piping inside building shall be insulated to protect building from condensation water. "Run-outs"are defined as piping that is 12'-0"long or less and that is connected to fixtures or individual terminal units. "Branches, Mains, and Loops" are defined as circulating piping and piping that is over 12'-0"long and that is connected to fixtures or individual terminal units. END OF SECTION INSULATION 15250- 13 20050205 Contra Costa County Cogen SECTION 15701 HOT WATER HEATING SYSTEM PARTI -GENERAL 1.1 GENERAL A. The General Conditions, any Supplementary Conditions, Section 15050, Mechanical General, and Division 1 are hereby a part of this Section as fully as if repeated herein. 1.2 SUBMITTALS A. Within, fifteen (15) days after signing or receiving a letter of intent to sign a Contract, submit for review six (6)copies of a complete list of materials proposed for use, accompanied by manufacturer's data sheets giving sizes, capacities, etc. Such list shall include: 1. . Pumps and Appurtenances. 2. Valves and Unions. 3. Expansion Tanks. 4. Pipe Fittings 5. Pressure Gauges, Thermometers, Air Vents, Strainers, and Suction Diffusers. B. No substitute materials or equipment may be installed without the written approval of the Owner. PART II -PRODUCTS 21 PRODUCTS A. Pressure Relief Valves: Heat exchanger(s) shall be provided with one or more temperature and relief valves constructed and installed in strict accordance with the ASME boiler and Pressure Vessel Code, Section VIII.The aggregate relieving capacity. of the relief valves shall be no less than that required by the above mentioned code. This discharge from the valves shall be installed as indicated. B. Water Piping: 1. Piping: Hard copper water. tube Type "U', conforming to ASTM B88 with wrought copper fittings per ANSI/ASME 616.22. HOT WATER HEATING SYSTEM 15701 - 1 20050205 Contra Costa County' Cogen 2. Valves: All valves shall be the product of a single manufacturer, Crane, ITT Grinnell, or'Milwaukee, 125 PSIG steam service or 200 PSIG water r . service rated. Ball valves shall be used up to 2" size on water piping systems. a. Gate Valves: Screwed, rising stem, union bonnet, bronze valve . with integral tapered seats, Milwaukee#1151 or approved equal. b. Globe Valves: Screwed union bonnet, bronze valve, gland , packed, 150 PSIG, steam;disc, Milwaukee #590 or approved equal. C. Ball Valves: Ball valves shall be full port, rated for 200 PSIG, ITT Grinnell, or approved equal. d. Drain Valves: Provide where indicated and at all low points. in , piping consisting of.valve with hose thread adapter for standard garden hose with cap and chain. Same manufacturer as gate, globe, and check valves. , 3. Unions: Mueller #C-107 in copper piping; Stockham Figure 694 galvanized malleable iron, brass seat in steel lines; Epco dielectric unions where copper connects to steel. , 4. Thermometers: Adjustable angle type, mercury in glass, union connection, and brass separable socket. 30°F to 240°F range, 1-degree ' division, H.O. Trerice or approved equal. 5. Pressure Gauges: Grade 2A, accurate to within 1/2% of scale range, Bourdon tube spring type with 4 1/2" dial with recalibrating screws. Each gauge installed with necessary piping,. including necessary shut-off needle valve and pressure snubber, as required, H.O. Trerice or approved equal. ' 6. Manual Air Vents: Construct manual air vents from short vertical sections of full diameter pipe to form air chamber.Provide 1/8" brass needle valve at top of chamber. Provide at all coils. (No air chamber required in part of ' header.) Provide 1/4"x 18" long soft copper drain tube. 7. . Automatic Air Vents: Float type with isolating valve, brass.or semi-steel body, copper float, stainless steel valve and valve seat. Suitable for. , system operating temperature and pressure. Provide at all system high points. 8. Combination Check, Shut-Off, and Balance Valve: Angle or straight type , with threaded:or flanged cast iron body and bronze disc and seat with tappings for pressure drop reading. Provide on discharge side of base mounted centrifugal pumps where indicated. Bell & Gossett triple duty ' valve or approved equal. 9. Combination Pump Inlet and Strainer Fitting: Angle type suction guide ' fitting with flanged cast iron body, steel or cast iron guide vanes, and removable stainless steel strainer. Provide on suction side of base HOT WATER HEATING SYSTEM 15701 -2 ' I 20050205 Contra Costa County Cogen mounted centrifugal pumps where indicated. Bell & Gossett suction diffuser or approved equal. I 10. Balancing Valves: Shall be calibrated type balance valves with provisions for connecting to portable differential pressure meter. Meter connections to have built-in check valves. Integral pointer shall register degree of valve opening. Furnish charts indicating flow, valve position, and meter reading. Provide on water outlet from coils at heat exchangers and main branch circuits. Bell and Gossett circuit setter or approved equal. 11. Flexible Connections: Hot water pumps, Metraflex T-1-T full pipe size or equal. I C. Pipe Hangers and Supports: i 1. See Section 115050, Mechanical General for additional requirements and Drawings for additional data. 2. Superstrut C 727 UL and FM approved solid rods and rod clips. 3. Supports and Beam Clamps: Superstrut C-769. 4. Trapeze Hangers: Superstrut A-1200 channel with pipe clamps and guides as required. Include type to be used in submittal. 5. Riser Clamps: Superstrut C-720. 6. Offset Pipe Clamps: Superstrut or approved equal. 7. Sway-Bracing: Where hanger rods on individual hangers on horizontal runs of 2 1/2" pipe and larger (1 1/4" and larger in all mechanical rooms) and on all trapeze hangers 12" in length or longer, there shall be one 3/16"x 1 1/4" steel angle brace (Superstrut A-1200 channel acceptable) bolted to every other pipe hanger clamp and anchored to the wall or ceiling. Stays to structure shall rise at a 45° angle and be anchored as indicated. Successive braces shall be installed on opposite sides of the pipe run. 8. Plumbers tape or sheetmetal straps shall not be used for hanging or supporting of pipes. 9. Space hangers and supports for horizontal copper tubing according to the following schedule. Pipe Size Maximum Spacing I 3/4"and 1" 6'-0" 1 1/4" T-0" 1 1/2" 8'-0" 2" 9'-0" 2 1/4" to 3" . 101-00, HOT WATER HEATING SYSTEM 15701 -3 i 20050205 ' Contra Costa County Cogen 10. Pipe Covering Protection: Provide pipe cover protection at clevis hangers and trapeze hangers on all insulated piping as follows, unless otherwise indicated: a. For piping 1 1/4" or. smaller, Superstrut Fig. 167 insulation , protection shield. b. For piping 1 1/2" and larger, Superstrut Fig. 167 insulation ' protection shield with section of rigid insulation per Section 15250, Insulation. D. Expansion Tank: Steel expansion tank shall be constructed and bear the label of ' the ASME Boiler and Pressure Vessel Code Section VIII for 150 PSIG at 240°F. The expansion tank shall have Cal code accessories including site glass. E. Heat Exchanger: Install heat exchanger on steel frame. Connect with dielectric ' unions or flanges as shown on Drawings. Support all piping independently. F. For insulation, See Section 15250, Insulation. PART III- EXECUTION 3.1 PIPING - GENERAL A. Thoroughly clean all pipe and maintain in clean condition during construction, temporarily capping or plugging ends of pipe when not being worked on. ' B. Cut pipes accurately to measurements established at the site and work into place without springing or undue forcing and out of way of openings, ductwork, and , equipment. Pipe or tubing shall be cut square with tubing cutting (hack sawing not allowed). Burrs shall be removed by reaming. Piping shall be so installed as to permit free expansion and contraction without causing damage to building , structure, pipe, joints, or hangers. Changes in direction' shall be made with fittings. Horizontal supply mains shall pitch up in the direction of flow as indicated. The slope shall not be less than 1" in 40'-0". Reducing fittings shall be used for changes in pipe sizes. ' C. Run piping concealed except as noted otherwise with vertical lines plumb and horizontal lines installed to maintain uniform slope. Run piping square with , building lines. D. Arrange piping for drainage at low points; place drain valves to be accessible. E. Isolate all non-insulated lines from hangers and clamps with Trisolator fittings, ' and from structural members with 1/4" thick felt pads. Provide reduced pressure type backflow prevention devices at domestic water connection to hot water system. Provide accessory drain fitting and piping to drain on backflow preventer. F. Unless otherwise specified, pipe and fitting installation shall conform to the requirements of ANSI B31.1. , G. Make up screw joints with approved pipe joint compound applied to male threads only. ' HOT WATER HEATING SYSTEM 15701 -4 ' I i 20050205 Contra Costa County Cogen H. Solder joints in copper tubing with 95-5 solder and flux. All joints to be cleaned bright before soldering. Wipe excess solder from joint while hot. I. Install unions at connections to all equipment, pumps, coils, regulating valves, etc. 2 1/2" and smaller. Install flanges for 3" and larger connections. Provide dielectric fittings at dissimilar metals. J. Flanges and unions shall be faced true. Flanges shall be made square and tight and provided with 1/16"gasket. K. Provide compensation for expansion by means of expansion joints, off-sets, or loops whether or not indicated on the Drawings. L. Provide a complete system of air elimination, including manual and automatic air vents. Install vents in accessible locations. Pitch piping toward vent. M. Where changes in pipe size occur use only reducing fittings. N. Place escutcheons, stamped from 16 gauge steel and chromium plated, on pipes passing through sleeves in walls, floors, or ceilings where exposed to a view within a finished area. Caulk in all other lines as detailed. O. Support piping where necessary at sufficiently close intervals to keep it.in alignment and to prevent sagging. Support as specified under pipe hangers and supports. P. Anchor vertical risers with brackets or clamps not less than 8'-0" on center to make rigid. 3.2 EQUIPMENT INSTALLATION A. Install items in accordance with manufacturer's instructions and to conform to Drawings and Specifications. 3.3 AIR VENTS A. Provide automatic type at concealed system high points and where large air equantities can accumulate. Provide enlarged air collection standpipes. B. For auto type air vents, provide 1/4"0 vent tubing. Arrange to drain in coil drain pans if coil pan is drained, or other indirect drain. Drain to outside of building where approved by Owner. 3.4 THERMOMETERS i eA. Thermometers shall be provided in piping where indicated and shall be so located as to be easily read from the floor. Thermometers shall be located not more than 7'-0" above the floor. On thermally insulated piping, stand-off mounting brackets, bases, adapters, or extended tubes shall be provided. These items shall provide clearance not less than the thickness of the insulation. Stand-off mounting items shall be integral with the thermometer or standard accessories of the thermometer manufacturer. I HOT WATER HEATING SYSTEM 15701 -5 I 20050205 ' Contra Costa County Cogen 3.5 PRESSURE GAUGES ' A. Gauges shall be installed.where indicated. Gauge cocks and snubbers shall be provided. Gauges shall be installed in such manner as to be accessible and easily read. Gauges shall be located not more than 7'-0"above the floor. Gauges ' shall be connected by brass pipe and fittings with shut-off cocks. Where gauges are installed on thermally insulated surfaces, stand-off mounting devices, as specified for thermometers, shall be provided. , 3.6 COILS A. Make connections to coils, including valves, air vents, unions, and connections from drip pans. Provide.isolation valve on supply and return line and balance ' valve on return line from each water coil. Balance as indicated on Drawings. B. . Locate water supply at bottom of supply header and return water connection at , top to provide self venting. Ensure water coils are drainable and make drain connection at low points. C. Protect coils so fins and flanges are not damaged. Replace loose and damaged ' fins. Comb out bent fins. 3.7 CLEANING, ADJUSTING,AND TESTING ' A. Cleaning and Adjusting: Prior to any covering being installed, the entire heating system, including heat exchanger, shall be filled with a solution consisting of 1 Ib ' of caustic soda or 3 Ib of trisodium phosphate per 100 gal of water and operated at approximately 150°F for a period of 24 to 48 hours. The system shall then be drained and thoroughly flushed out with fresh water. Strainers and valves shall be thoroughly cleaned. Prior to testing and balancing, air shall be removed from all ' water systems by operating the air vents. Temporary measures, such as piping the overflow from vents to a collecting vessel, shall be taken to avoid water damage during the venting process. Manual air vents shall be plugged or capped ' after the system has been vented. Equipment shall be wiped clean with all traces of oil, dust, dirt, or paint spots removed. System shall be maintained in this clean condition until turned over to Owner. Bearings shall be properly lubricated with oil ' or grease as recommended by. the manufacturer. Control valves and other miscellaneous equipment requiring adjustment shall be adjusted to setting indicated or directed. B. Testing: After cleaning, water piping shall be hydrostatically tested at a pressure equal to 100 PSI for a period of time sufficient to inspect every joint in the system, and in no case less than 2 hours. No loss of pressure .will be allowed. Leaks found during tests shall be repaired by the Contractor by remaking joints, ' replacing pipe or fittings at no additional . cost to the Owner. Caulking or resoldering of joints will not be permitted. Concealed:and insulated piping shall be tested in place before covering or concealing. C. Balancing: 1. The complete system shall be tested and balanced as specified below. , 2. Adjust all water flows to be within ±15% of specified. All balance valves shall be locked in position and indelibly marked. , HOT WATER HEATING SYSTEM 15701 -6 ' i 20050205 Contra Costa County j Cogen 3. Prove the correct operation of all controls, including heat exchanger, pump controls, and control valves. Report on control system operation shall be a conspicuous part of Balance Report. 4. The Installing'Contractor shall provide labor and materials as indicated on the.Drawings to assist the balancing agency in the performance of their work. 5. Balancing valves and "Pete's" plugs shall be furnished and installed by the Mechanical Contractor as indicated on the Drawings, and as necessary to facilitate the measurements by the balancing agency. 6. At the completion of the balancing operation, provide the Owner with six (6) copies of the water balance data showing: a. Air temperature rise across each coil at specified CFM and water flow. I b. Required GPM and actual measured GPM for each coil, heat exchanger, and each pump. c. Name plate data on all equipment with actual Voltage, RPM, and AMPdrawas balanced. d. Pressure differential across pumps and coils. e. Water temperature drop across each coil. f. Steam pressure in heat exchanger, water temperature entering and leaving heat exchanger,water system static fill pressure, and setting of makeup water PRV. 3.8 CONTROLS A. Controls will be contracted separately from the mechanical installation. A complete system shall be provided. System shall include all components required to provide temperature control as indicated on the Drawings. 3.9 INSTRUCTION BOOK A. See Section 15050, Mechanical General. **`* END OF SECTION **** I I ! I HOT WATER HEATING SYSTEM I 15701 -7 I I 1 20050205 Contra Costa County Cogen I I SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS j PART.1 - GENERAL 1.01 DESCRIPTION OF WORK: IA. The work of this Section consists of providing all required labor, supervision, materials and equipment to satisfactorily complete all electrical installations that are shown on the Drawings, included in these specifications, or otherwise needed for a complete and fully operating facility. iB. Furnish and install all required in-place equipment, conduits, conductors, cables and any miscellaneous materials for the satisfactory interconnection and operation of all associated electrical systems. ' 1.02 RELATED WORK: . I A. This Section provides the basic Electrical Requirements which supplement the General i Requirements of Division 1 and apply to all Sections of Division 16. 1.03 SUBMITTALS: A. As specified in Division 1. Submit to the Engineer shop drawings, manufacturer's data and certificates for equipment, materials and finish, and pertinent details for each system specified. Information to be submitted includes manufacturer's descriptive literature of cataloged products, equipment, drawings,.diagrams, performance and characteristic curves as applicable, test data and catalog cuts. Obtain written approval before procurement, fabrication, or delivery of the items to the job site. Partial Submittals are not acceptable and will be returned without review. ' Furnish manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable Federal, Industry and Technical Society Publication References, and years of satisfactory service of ' each item required to establish contract compliance. Photographs of existing installations and data submitted in lieu of catalog data are not acceptable and will be returned without approval. B. Organize submittals for equipment and items related to each specification section together as a package. I C. Proposed substitutions of products will not be reviewed or approved prior to awarding of the Contract. D. Substitutions shall be proven to the Engineer to be equal or superior to the specified product. Engineer's decision is final. The Contractor shall pay all costs incurred by the Engineer in ' reviewing and processing any proposed substitutions whether or not a proposed substitution is accepted. I E. If a proposed substitution is rejected, the contractor shall furnish the. specified product at no increase in contract price. I . F. If a proposed substitution is laccepted, the contractor shall be completely responsible for all dimensional changes, electrical changes, or changes to other work which are a result of the substitution. The accepted substitution shall be made at no additional cost to the owner or design consultants. I I GENERAL ELECTRICAL j ' REQUIREMENTS 16010-1 I 20050205 Contra Costa County Cogen , 1.04 QUALITY ASSURANCE: ' A. Codes: All electrical equipment and materials, including installation and testing, shall conform to the latest editions following applicable codes: ' 1. California Electrical Code (CEC). 2. Occupational Safety and Health Act(OSHA)standards. ' 3. All applicable local codes, rules and regulations. 4. Electrical Contractor shall posses a C-10 license and all other licenses as may be required. ' Licenses shall be in effect at start of this contract and be. maintained throughout the duration of this contract. ' B. Variances: In instances where two or more codes are at variance, the most. restrictive requirement shall apply. C. Standards: Equipment shall conform to applicable standards of American National Standards Institute (ANSI), Electronics Industries Association (EIA), Institute of Electrical and.Electronics Engineers (IEEE), and National Electrical Manufacturers Association (NEMA). D. Underwriter Laboratories (UL) listing is required for all equipment and materials where such listing_ is offered by the .Underwriters Laboratories. Provide service entrance labels for all equipment required by the NEC to have such labels. E. The electrical contractor shall guarantee all work and materials installed under this contract for a period of one (1)year from date of acceptance by owner. F. All work and materials covered by this specification shall be subject to inspection at any and all , times by representatives of the owner. Work shall not be closed in or covered before inspection and approval by the owner or his representative. Any material found not conforming with these ' specifications shall, within 3 days after being notified by the owner, be removed from premises; if said material has been installed, entire expense of removing and replacing same, including any cutting and patching that may be necessary, shall be borne by the contractor. 1.05 CONTRACT DOCUMENTS: A. Drawings and Specifications: 1. In the case of conflict between the drawings and specifications, the specifications shall take precedence. 2. Drawings and specifications are intended to comply with all law, ordinances, rules and regulations of constituted authorities having jurisdiction, and where referred to in the Contract Documents, said laws, ordinance, rules and regulations shall be considered as a part of said Contract Documents within the limits specified. The Contractor shall bear all expenses of correcting work done contrary to said laws, ordinance, rules and regulations if the Contractor knew or should have known that the work as performed is contrary to said laws, ordinances, rules and regulations and if the Contractor performed same (1) without first consulting .the Engineer for further instructions regarding said work and/or (2) disregarded the Engineer's instructions regarding said work. GENERAL ELECTRICAL ' REQUIREMENTS 16010-2 I 1 20050205 Contra Costa County ' Cogen I I B. Drawings: The Electrical Drawings shall govern the general layout of the completed construction. I 1. Locations of equipment, panels, pullboxes, conduits, stub-ups, ground connections are r approximate unless dimensioned; verify locations with the Engineer prior to installation. 2. Review the Drawings and Specification Divisions of other trades and perform the electrical ' work that will be required for those installations. 3. Should there be a need to deviate from the Electrical Drawings and Specifications, submit written details and reasons for all changes to the Engineer for approval. I 4. The general arrangement and location of existing conduits, piping, apparatus, etc., is approximate. The drawings and specifications are for the assistance and guidance of the contractor, exact locations, distances and elevations are governed by actual field conditions. Accuracy of data given herein and on the drawings is not guaranteed. Minor changes may be necessary to accommodate work. The contractor is responsible for verifying existing conditions. Should it be necessary to deviate from the design due to interference with existing conditions or work in progress, claims for additional compensation shall be limited to those for work required by unforeseen conditions as determined by the Engineer. I ' 5. All drawings and divisions of these specifications shall be considered as whole. The contractor shall report anylapparent discrepancies to the Engineer prior to submitting bids. 6. The contractor shall be held responsible to have examined the site and compared it with the specifications and plans and to have satisfied himself as to the conditions under which the work is to be performed. He shall be held responsible for knowledge of all existing conditions whether or notl accurately described. No subsequent allowance shall be made for any extra expense due to failure to make such examination. I 1.06 CLOSEOUT SUBMITTALS: I A. Manuals: Furnish manuals for equipment where manuals are specified in the equipment specifications or are specified in Division 1. . i 1.07 COORDINATION: I A. Coordinate the electrical work with the other trades, code authorities, utilities and the Engineer. B. Provide and install all trenching, backfilling, conduit, pull boxes, splice boxes, etc. for all Utility Company services to the locations indicated on the Drawings. All materials and construction shall be in accordance with the requirements for all the Utility Companies. Prior to performing any work, the Electrical Contractor shall coordinate with the various Utility Companies to verify that all such work and materials shown on the Drawings are of sufficient sizes and correctly located to provide services on the site. The Electrical Contractor shall verify with all the Utility Companies that additional contractor furnished and installed work is not required. If additional ' work, materials, or changes, are required by any of the Utility Companies, the Electrical Contractor shall advise the Engineer of such changes and no further work shall then be performed until instructed to do so by the Engineer. The Electrical Contractor shall coordinate with the various Utility Companies to schedule inspections and to obtain service connections. I C. Utility Company charges shall be paid by the Owner. i I GENERAL ELECTRICAL REQUIREMENTS 16010-3 I 20050205 Contra Costa County Cogen ' D. Contractor shall pay all inspection and other applicable fees and procure all permits necessary for the completion of this work. E. Where connections must be made to existing installations, properly schedule all the required work, including the power shutdown periods. F. When two trades join together in an area, make certain that no electrical work is omitted. 1.08 JOB CONDITIONS: A. Operations: Perform all work in compliance with Division 1 1. Keep the number and duration of power shutdown periods to a minimum. 2. Show all proposed shutdowns and their expected duration on the construction schedule. Schedule and carry out shutdowns so as to cause the least disruption to operation of the Owner's facilities. . 3. Carry out shutdown only after the schedule has been approved, in writing, by the owner. Submit power interruption schedule 15 days prior to date of interruption. B. Construction Power: Unless otherwise noted in Division 1 of these specifications, contractor i shall make all arrangements and provide all necessary facilities for temporary construction power from the owner's on site source. Energy costs shall be paid for by the Owner. C. Storage: Provide adequate storage for all equipment and materials which will become part of , the completed facility so that it is protected from weather, dust, water, or construction operations. . 1.09 DAMAGED PRODUCTS: A. Notify the Engineer in writing in the event that any equipment or material is damaged. Obtain ' approval from the Engineer before making repairs to damaged products. 1.10 LOCATIONS: A. General: Use equipment, materials and wiring methods suitable for the types of locations in which they are located. B. Dry Locations: All those indoor areas which do not fall within the definition below for Wet Locations and which are not otherwise designated on the Drawings. C. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Drawings. 1.11 SAFETY AND INDEMNITY: A. The Contractor is solely and completely responsible for conditions of the job site including safety. of all persons and properly during performance of the work. This requirement will apply continually and not be limited to normal .working hours. The contractor shall provide and maintain throughout the work site proper safeguards including, but not limited to, enclosures, barriers,warning signs, lights, etc. to prevent accidental injury to people or damage to property. GENERAL ELECTRICAL REQUIREMENTS 16010-4 i 20050205 Contra Costa County Cogen I B. No act, service, drawing review or construction review by the Owner, the Engineer or their Consultants is intended to include reviews of the adequacy of the Contractors safety measures in or near the construction site.i C. The Contractor performing work under this Division of the Specifications shall holdharmless, indemnify, and defend the Owner, the Engineer, their consultants, and each of their officers, agents and employees from any and all liability claims, losses, or damage arising out of or alleged to arise from bodily injury, sickness, or death of a person or persons and for all damages arising out of injury to or destruction of property arising directly or indirectly out of or in connection with the performance of the work under this Division of the Specifications, and from the Contractor's negligence in the performance of the work described in the construction contract documents, but not including liability that may be due to the sole negligence of the Owner, the Engineer, their Consultants or their officers, agents and employees. D. If a work area is encounteredl that containshazardous materials, the contractor is advised to coordinate with the owner and it's abatement consultant for abatement of hazardous material by the Owner's Representative. "Hazardous materials" means any toxic substance regulated or controlled by OSHA, EPA, State of California or local rules, regulations and laws. Nothing herein shall be constFued to create a liability for Aurum Consulting Engineers regarding hazardous materials abatement measures, or discovery of hazardous materials. I 1.12 ACCESS DOORS: . I' A. The contractor shall install access panels as required where floors, walls or ceilings must be penetrated for access to electrical, control, fire alarm or other specified electrical devices. The r minimum size panel shall be 14" x 14" in usable opening. Where access by a service person is required, minimum usable opening shall be 18"x 24". B. All access doors installed lower than 7'-0" above finished floor and exposed to public access shall have keyed locks. I C. Where specific information or details relating to access panels differ from Division 16 paragraph 1.12 of these specifications, or shown on the electrical drawings and details or under other Divisions of work, those requirements shall supersede these specifications. I PART 11 -PRODUCTS I 2.01 STANDARD OF QUALITY: I A. Products that are specified by manufacturer, trade name or catalog number establish a standard of quality and do not prohibit the use of equal products of other manufacturers provided they are established to be equal to the specified product and approved by the Engineer prior to installation. B. Material and Equipment: Provide materials and equipment that are new and are current products of manufacturers regularly engaged in the production of such products. The standard products shall have been in satisfactory commercial or industrial use for two years prior to bid opening. The two-year period includes use of equipment and materials of similar size under similar circumstances. For uniformity, only one manufacturer will be accepted for each type of product. I C. Service Support: Submit a certified list of'qualified permanent service organizations including their addresses and qualification for support of the equipment. These service organizations I GENERAL ELECTRICAL ' REQUIREMENTS 16010-5 I 20050205 �. Contra Costa County Cogen shall be convenient to the equipment installation and able to render service to the equipment on a regular and emergency basis during the warranty period of the contract. D. Manufacturer's Recommendations: Where installation procedures are required to be in accordance with manufacturer's recommendations, furnish printed copies of the , recommendations prior to installation. Installation of the item shall not proceed until recommendations are received. Failure to furnish recommendation shall be cause for rejection of the equipment or material. 2.02 NAMEPLATES: A. For each piece of electrical equipment, provide a manufacturer's nameplate showing his name, r location, the pertinent ratings, the model designation, and shop order number. B. Identify each piece of equipment and related controls with a rigid laminated engraved plastic nameplate. Unless otherwise noted, nameplates shall be melamine plastic 0.125 inch thick, white with-black center core. Surface shall be matte finish. Corners shall be square. Accurately align lettering and engrave into the core. Minimum size of nameplates shall be 0.5 by 2,5 inches unless otherwise noted. Where not otherwise specified, lettering shall be a minimum of 0.25 inch high normal block style. Engrave nameplates with the inscriptions indicated on the Drawings and, if not so indicated, with the equipment name. Securely fasten nameplates in place using two stainless steel or brass screws. 2.03 FASTENERS: A. .Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. 2.04 FINISH REQUIREMENTS: A. Equipment: Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. Repair any final.paint finish which has been damaged or is otherwise unsatisfactory, to the satisfaction of the Engineer. B. Wiring System: In finished areas, paint all exposed conduits, boxes and fittings to match the color of the surface to which they are affixed. PART III -EXECUTION 3.01 WORKMANSHIP: A. Ensure that all equipment and materials fit properly in their installation. B. Perform any required work to correct improperly fit installation at no additional expense to the owner. C. All electrical equipment and materials shall be installed in a neat and workmanship manner in accordance with the "NECA-1 Standard Practices For Good Workmanship in Electrical Contracting". Workmanship of the entire job shall be first class in every respect. 3.02 EQUIPMENT INSTALLATIONS: i GENERAL ELECTRICAL REQUIREMENTS 16010-6 , I 20050205 Contra Costa County Cogen I A. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. I B. Do all the cutting and patching necessary for the proper installation of work and repair any damage done. C. Earthquake restraints: all electrical equipment, including conduits over 2 inches in diameter, shall be braced or anchored to resist a horizontal force acting in any direction as per Title 24, part 2,table 16a-o, part 3. 1 D. Structural work:. All core drilling, bolt anchor insertion, or cutting of existing structural concrete shall be approved by a California registered structural consulting engineer prior to the execution of any construction.) At all floor slabs and structural concrete walls to be drilled, cut or bolt anchors inserted, the contractor shall find and mark all reinforcing in both faces located by means of x-ray, pack-ometer', or prof-ometer. Submit sketch showing location of rebar and proposed cuts, cores, or bolt aI nchor locations for approval. 3.03 FIELD TEST: A. Test shall be in accordance) with Acceptance testing specifications issued by the National Electrical Testing Association (NETA). B. Perform equipment field tests and adjustments. Properly calibrate, adjust and operationally check all circuits and components, and demonstrate as ready for service. Make additional calibration and adjustments I if it is determined later that the initial adjustments are not satisfactory for proper performance. Perform equipment field test for equipment where equipment field tests are specified in the equipment Specifications. Give sufficient notice to the Engineer prior to any test so that the tests may witnessed. C. Provide instruments, other equipment and material required for the tests. These shall be of the type designed for the type of, tests to be performed. Test instrument shall be calibrated by a recognized testing laboratory within three months prior to performing tests. D. Operational Tests: Operationally test all circuits to demonstrate that the circuits and equipment have been properly installed and adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, including alarm conditions. I E. Re-testing will be required for all unsatisfactory tests after the equipment or system has been repaired. Re-test all related equipment and systems if required by the Engineer. Repair and re- test equipment and systems which have been satisfactorily tested but later fail, until satisfactory performance is obtained. F.Maintain records of each test and submit five copies to the Engineer when testing is complete. All tests shall be witnessed by the Engineer. These records shall include: 1. Name of equipment tested. 2. Date of report. 3. Date of test. 4. Description of test setup. I GENERAL ELECTRICAL REQUIREMENTS 1 16010-7 I 20050205 Contra Costa County Cogen 5. Identification and rating of test equipment. 6. Test results and data. 7. Name of person performing test. 8. Owner or Engineer's initials. , G. Items requiring testing shall be as noted in the additional electrical sections of these specifications. 3.04 CLEANING EQUIPMENT: A. Thoroughly clean all soiled surfaces of installed equipment and materials. 3.05 PAINTING OF EQUIPMENT: A. Factory Applied: Electrical equipment shall have factory applied painting system which shall, as a minimum, meet the requirements of NEMA ICS 6 corrosion-resistance test and the additional requirements specified in the technical section. B. Field Applied: Paint electrical equipment as required to match finish of adjacent surfaces. 3.06 RECORDS: A. Maintain one copy of the contract Drawing Sheets on the site of the work for recording the "as built" condition. After completion of the work, the Contractor shall carefully mark the work as actually constructed, revising, deleting and adding to the Drawing Sheets as required. The following requirements shall be complied with: 1. Cable Size and Type: Provide the size and type of each cable installed on project. 2. Substructure: Where the location of all underground conduits, pull boxes, stub ups and , etc. where are found to different than shown, carefully mark the correct location on the Drawings. Work shall be dimensioned from existing improvements. 3. Size of all conduit runs. 4. Routes of concealed conduit runs and conduit runs below grade. 5. Homerun points of all branch circuit. 6. Location of all switchgear, panels,MCC, lighting control panels, pullcans, etc. 7. Changes made as a result of all approved change orders, addendums, or field authorized revisions. 8. As Builts: At the completion of the Work the Contractor shall review, certify, correct and turn over the marked up Drawings to the Engineer for his use in preparing"as built"plans. 9. As built Drawings shall be delivered to the Engineer within ten (10) days of completion of +� construction. i GENERAL ELECTRICAL ' REQUIREMENTS 16010-8 20050205 Contra Costa County Cogen I 3.07 CLEANUP: 1 A. Upon completion of electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean, and acceptable to the Engineer. i ' 3.08 MECHANICAL AND PLUMBING ELECTRICAL WORK: A. The requirements for electrical power and/or devices for all mechanical and plumbing equipment supplied and/or installed under this Contract shall be coordinated and verified with the following: 1. Mechanical and Plumbing Drawings. 2. Mechanical and Plumbing sections of these Specifications. 3. Manufacturers of the Mechanical and Plumbing equipment supplied. B. The coordination and verification shall include the voltage, ampacity, phase, location and type of 1 disconnect, control, and connection required. Any changes that are required as a result of this coordination and verification shall be a part of this Contract. 1 C. The Electrical Contractor shall furnish and install the following for all mechanical and plumbing equipment: I 1. Line voltage conduit and wiring. 2. Disconnect switches. 1 3. Manual line motor starters. D. Automatic line voltage controls and magnetic starters shall be furnished by the Mechanical and/or Plumbing Contractor land installed and connected by the Electrical Contractor. When subcontracted for by the Mechanical and/or Plumbing Contractor, all line voltage control wiring installed by the Electrical Contractor shall be done per directions from the Mechanical and/or Plumbing Contractor. E. All low voltage control wiring for Mechanical and Plumbing equipment shall be installed in conduit. Furnishing, installation and connection of all low voltage conduit, boxes, wiring and controls shall be by the Mechanical and/or Plumbing Contractor. 1 F. Manual motor starters, where required, shall have toggle type operators with pilot light and melting alloy type overload relays, SQUARE D COMPANY, Class 2510, Type FGA P (surface) or Type FS-1 P (flush)or ITE, WESTINGHOUSE or GENERAL ELECTRIC equal. 1 ****END OF SECTION**** I I I i l I GENERAL ELECTRICAL REQUIREMENTS i 16010-9 I I 20050205 Contra Costa County Cogen I I SECTION 16055 THROUGH-PENETRATION FIRESTOPPING FOR ELECTRICAL SYSTEMS PARTI-GENERAL 1.1 RELATED DOCUMENTS: ' A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification Section, apply to work specified in this section. 1.2 DEFINITIONS: A. Firestopping: Material or combination of materials used to retain integrity of fire-rated construction by maintaining an effective barrier against the spread of flame, smoke, and hot gases through penetrations in fire rated wall and floor assemblies. 1.3 GENERAL DESCRIPTION OF THE WORK OF THIS SECTION: Only tested firestop systems shall be used in specific locations as follows: A. Penetrations for the passage of cables, conduit, and other electrical equipment through fire-rated vertical barriers (walls. and partitions), horizontal barriers (floor/ceiling assemblies), and vertical service shaft walls and partitions. 1.4 RELATED WORK OF OTHER SECTIONS: A. Coordinate work of this section with work of other sections as required to properly execute the work and as necessary to maintain satisfactory progress of the work of other sections, including (if available): 1. Section 03300-'Cast-In-Place Concrete 2. Section 04200-,Masonry Work 3. Section 07840 Firestopping 4. Section 09250-IGypsum Drywall Systems 5. Section 13080-Sound,Vibration and Seismic Control 6. Section 13900-IFire Suppression and Supervisory Systems 7. Section 16010—General Electrical Requirements 8. Section 15300-Fire Protection ' 1.5 REFERENCES: A. Test Requirements: ASTM Ei 814, "Standard Method of Fire Tests of Through Penetration Fire Stops"(July 1997). I B. Underwriters Laboratories (UL) of Northbrook, IL runs ASTM E-814 under their designation of UL 1479 and publishes the results in their "FIRE RESISTANCE DIRECTORY" that is updated annually. I 1. UL Fire Resistance Directory: a. Through-Penetration Firestop Devices(XHCR) b. Fire Resistance Ratings(BXUV) c. Through-Penetration Firestop Systems (XHEZ) I THROUGH-PENETRATION FIRESTOPPING FOR ELECTRICAL SYSTEMS 16055-1 I 20050205 Contra Costa County Cogen , d. Fill,Voids, or Cavity Material(XHHW) e. Forming Materials (XHKU) C. International Firestop Council Guidelines for Evaluating Firestop Systems Engineering Judgments D. ASTM E-84, Standard Test Method for Surface Burning Characteristics of Building Materials. E. All major building codes: ICBO, SBCCI, BOCA, and IBC. , (Note to specifier. Retain or delete building codes listed above asapplicable) G. NFPA 101 -Life Safety Code 1.6 QUALITY ASSURANCE: A. Firestop System installation must meet requirements of ASTM E-814, UL 1479 or UL 2079 tested assemblies that provide a fire rating equal to that of construction being penetrated. B. Proposed firestop materials and methods shall conform to applicable governing codes having ' local jurisdiction. C. Firestop Systems do not reestablish the structural integrity of load bearing partitions/assemblies, or support live loads and traffic. Installer shall consult the structural engineer prior to penetrating , any load bearing assembly. 1.7 PROJECT CONDITIONS : A. Do not use materials that contain flammable solvents. B. Scheduling 1. Schedule installation of CAST IN PLACE firestop devices after completion of floor formwork, metal form deck, or composite deck but before placement of concrete. 2. Schedule installation of other firestopping materials after completion of penetrating item installation but prior to covering or concealing of openings. C. Verify existing conditions and. substrates before starting work. Correct unsatisfactoryconditions before proceeding. D. During installation, provide masking and drop cloths to prevent firestopping materials from , contaminating any adjacent surfaces. PART2-PRODUCTS 2.1 FIRESTOPPING, GENERAL: A. Provide firestopping composed of components that are compatible with each other,the substrates forming openings, and the items, if any, penetrating the firestopping under conditions of service and application, as demonstrated by the firestopping manufacturer based on testing and field experience. ' THROUGH-PENETRATION FIRESTOPPING FOR ELECTRICAL SYSTEMS 16055-2 , i 20050205 Contra Costa County ' Cogen I B. Provide components for each frestopping system that are needed to install fill material. Use only . components specified by the Ifirestopping manufacturer and approved by the qualified testing agency for the designated fire-resistance-rated systems. ' 2.2 ACCEPTABLE MANUFACTURERS: A. Subject to compliance with through penetration firestop systems (XHEZ) listed in Volume II of the UL Fire Resistance Directory, provide products of the following manufacturers as identified below: 1. Hilti, Inc., Tulsa, Oklahoma 800-879-8000 2. Other manufacturers listed in the U.L. Fire Resistance Directory—Volume 2 2.3 MATERIALS: A. Use only firestop products that have been UL 1479, ASTM E-814 tested for specific fire-rated construction conditions conforming to construction assembly type, penetrating item type, annular space requirements, and fire-rating involved for each separate instance. B. Cast-in place firestop devices are installed prior to concrete placement for use with non- combustible and combustible plastic pipe (closed and open piping systems), or electrical cable bundles, penetrating concrete floors,the following products are acceptable: 1. Hilti CP 680 Cast-In Place Firestop Device 2. Equivalent products listed in the U.L. Fire Resistance Directory-Volume 2 C. Sealants, foams or caulking materials for use with non-combustible items including rigid steel conduit and electrical metallic tubing (EMT), the following products are acceptable: i 1. Hilti FS-ONE Intumescent Firestop Sealant 2. Hilti CP 620 Fire Foam i 3. Equivalent products listed in the U.L. Fire Resistance Directory—Volume 2 . D. Intumescent sealants, foams for caulking materials for use with combustible items (penetrants consumed.by high heat and flame) including PVC jacketed, flexible cable or cable bundles and plastic pipe, the following products are acceptable: 1. Hilti FS-ONE Intumescent IFirestop Sealant 1 2. Hilti CP 620 Fire Foam 3. Equivalent products listed in the U.L. Fire Resistance Directory—Volume 2 E. Intumescent sealants, foams caulking or putty materials for use with flexible cable or cable bundles, the following products are acceptable: ' 1. Hilti FS-ONE IntumescentliFirestop Sealant 2. Hilti CP 618 Firestop Putty Stick 3. Hilti:CP 620 Fire Foam 4. Equivalent products listed in the U.L. Fire Resistance Directory—Volume 2 i F. Non curing, re-penetrable intumescent sealants, caulking or putty materials for use with flexible cable or cable bundles, the following products are acceptable: i THROUGH-PENETRATION FIRESTOPPING FOR ELECTRICAL SYSTEMS 16055-3 I 20050205 Contra Costa County Cogen , 1. Hilti CP 618 Firestop Putty Stick 2. Equivalent products listed in the U.L. Fire Resistance Directory—Volume 2 G. Wall opening protective materials for use with U.L. listed metallic and specified nonmetallic outlet boxes;the following products are acceptable: 1. Hilti CP 617 Firestop Putty Pad ' 2. Equivalent products listed in the U.L. Fire Resistance Directory—Volume 1 H. Materials used for complex penetrations made to accommodate cable trays, multiple steel and copper pipes,electrical busways in raceways,the following products are acceptable: 1. Hilti FS 635 Trowelable Firestop Compound 2. Hilti FS 657 FIRE BLOCK 3. Hilti CP 620 Fire Foam 4. Equivalent products listed in the U.L. Fire Resistance Directory—Volume 2 I. Non curing, re-penetrable materials used for large size/complex . penetrations made to ' accommodate cable trays, multiple steel and copper pipes, electrical busways"in raceways, the following products are acceptable: 1. Hilti FS 657 FIRE BLOCK , 2. Equivalent products listed in the U.L:Fire Resistance Directory—Volume 2 J. Provide a firestop system with a "F" Rating as determined by UL 1479 or ASTM E814 which is equal to the time rating of construction being penetrated. PART 3 -EXECUTION 3.1 PREPARATION: A. Verification of Conditions: Examine areas and conditions under which work is to be performed and identify conditions detrimental to proper or timely completion. 1. Verify.penetrations are properly sized and in suitable condition for application of materials. 2. Surfaces to which firestop materials will be applied shall be free of dirt, grease, oil, .rust, laitance, release agents, water repellents, and any other substances that may affect proper adhesion. ' 3. Provide masking and temporary covering to prevent soiling of adjacent surfaces by firestopping materials. 4. Comply with manufacturer's recommendations for temperature and humidity conditions before, during and after installation of firestopping. 5. Do not proceed until unsatisfactory conditions have been corrected. 3.2 COORDINATION: A. Coordinate location and proper selection of cast-in-place Firestop Devices with trade responsible for the work. Ensure device is installed before placement of concrete. i THROUGH-PENETRATION FIRESTOPPING FOR ELECTRICAL SYSTEMS 16055-4 20050205 Contra Costa County Cogen I 3.3 INSTALLATION: I A. Regulatory Requirements: Install firestop materials in accordance with UL Fire Resistance ' Directory. B. Manufacturer's Instructions: Comply with manufacturer's instructions for installation of through- penetration materials. 1. Seal all holes or voids made by penetrations to ensure an air and water resistant seal. 2. Protect materials from damage on surfaces subjected to traffic. 3.4 FIELD QUALITY CONTROL: A. Examine sealed penetration areas to ensure proper installation before concealing or enclosing areas. B. Keep areas of work accessible until inspection by applicable code authorities. C. Perform under this section patching and repairing of firesto in caused b cutting or P 9 P 9 PP 9 Y 9 penetrating of existing firestop systems already installed by other trades. 3.5 ADJUSTING AND CLEANING: A. Remove equipment, materials and debris, leaving area in undamaged, clean condition. B. Clean all surfaces adjacent to sealed holes and joints to be free of excess firestop materials and soiling as work progresses. I "END OF SECTION"" I I 1 I THROUGH-PENETRATION FIRESTOPPING FOR ELECTRICAL SYSTEMS 16055-5 I i 20050205 Contra Costa County Cogen i SECTION 16060 GROUNDING PART GENERAL 1.1 SECTION INCLUDES: A. Conduits wires round rods and other materials for the electrical grounding system. • 9 , 9 9 Y 1.2 RELATED SECTIONS: A. Section 16010- Electrical General Requirements. rPARTII PRODUCTS 2.1 GROUND ROD: A. "Copperweld" ground rod conforming to or exceeding requirements of U.L. Specification No. 467 (ANSI C-33.8). Rod shall be 3/4" diameter and 10' in length, unless otherwise noted on 1 the Drawings. 2.2 BELOW GRADE CONNECTIONS: A. Compression fittings, Thomas & Betts, Series 52000, 53000 or 54000 or approved equal. 2.3 HARDWARE: ' A. Bolts, nuts and washers shall be bronze, cadmium plated steel or other non-corrosive materials, approved for the purpose. 2.4 WATERPROOF SEALANT: A. Use Kearney "Aqua Seal" mastic sealant on all below grade clamp or compression type connections. PART III EXECUTION 3.1 GROUNDING AND BONDING: A. Grounding and bonding shall be as required by codes and local authorities. B. All electrical equipment shall be grounded, including, but not limited to, panel boards, terminal cabinets and outlet boxes. C. The ground pole of receptacles shall be connected to their outlet boxes by means of a copper ground wire connecting to a screw in the back of the box. D. A green insulated copper ground wire, sized to comply with codes, shall be installed in all conduit runs.. ' E. All metal parts of pull boxes shall be grounded per code requirements. GROUNDING 16060-1 20050205 Contra Costa County Cogen F. All ground conductors shall be green insulated copper. G. The ground system electrodes shall be tested for resistance before the equipment ground conductors are connected. Maximum ground system resistance shall be 25 ohms. Install up to two additional ground rods to meet.the 25 ohm requirement. Multiple ground rods shall not be less than 10 feet apart. H. Grounding of the panels shall be completed as indicated on the Drawings. ****END OF SECTION**** GROUNDING 16060-2 1 20050205 Contra Costa County Cogen SECTION 16110 CONDUITS, RACEWAYS AND FITTINGS PART I -GENERAL 1.01 DESCRIPTION OF WORK: A. The work of this section consists of furnishing and installing conduits, raceways and fittings as shown on the Drawings and as described herein. 1.02 RELATED WORK: A. See the following specification sections for work related to the work in this section: 1 1. 16112 Underground Ducts 2. 16120 Line Voltage Wire and Cable 3. 16130 Junction and Pull Boxes PART 11 -PRODUCTS 2.01 CONDUITS, RACEWAYS: A. Electrical Metallic Tubing (EMT) shall be hot-dip galvanized after fabrication. Couplings shall be compression or set-screw type. B. Flexible Conduit: Flexible metal conduit shall be galvanized steel. C. Galvanized Rigid Steel Conduit (GRS) shall be hot-dip galvanized after fabrication. Couplings shall be threaded type. D. Rigid Non-metallic Conduit: Rigid non-metallic conduit shall be PVC Schedule 40 (PVC-40 or NEMA Type EPC-40)conduit approved for underground use and for use with 90° C wires. S2.02 CONDUIT SUPPORTS: A. Supports for individual conduits shall be galvanized malleable iron one-hole type with conduit back spacer. B. Supports for multiple conduits shall be hot-dipped galvanized Unistrut or Superstrut channels, or approved equal. All associated hardware shall be hot-dip galvanized. C. Supports for EMT conduits shall be galvanized pressed steel single hole straps. D. Clamp fasteners shall be by wedge anchors. Shot in anchors shall not be allowed. 2.03 FITTINGS: A. Provide threaded-type couplings and connectors for rigid steel conduits; provide steel compression (watertight), or steel set-screw type for EMT, (die-cast zinc or malleable iron type CONDUITS, RACEWAYS AND FITTINGS 16110-1 20050205 Contra Costa County Cogen fittings are not allowed). Provide threaded couplings and Meyers hubs for rigid steel conduit exposed to weather. B. Fittings for flexible conduit shall be Appleton, Chicago, IL, Type ST, O-Z Gedney Series 4Q by General Signal Corp., Terryville, CT, T& B 5300 series, or approved equal. C. Fittings for use with rigid steel shall be galvanized steel,or galvanized cast ferrous metal; access fittings shall have gasketed cast covers and be Crouse Hinds Condulets; Syracuse, NY, Appleton Unilets, Chicago, IL, or approved equal. Provide threaded-type couplings and connectors; set-screw type and compression-type are not acceptable. D. Fittings for use with rigid non-metallic conduit shall be PVC and have solvent-weld-type conduit connections. E. Union couplings for conduits shall be the Erickson type and shall be Appleton, Chicago, IL, Type , EC, 0-Z Gedney 3-piece Series 4 by General Signal Corp., Terryvile, CT, or approved equal. Threadless coupling shall not be used. F. Bushings: . �. 1. Bushings shall be the insulated type. , 2. Bushings for rigid steel shall be insulated grounding type, O-Z Gedney Type HBLG, Appleton Type GIB, or approved equal. G. Conduit Sealants: 1. Fire Retardant Types: Fire stop material shall be reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL Classification . 35L4 or as specified on the Drawings. PART III -EXECUTION ' 3.01 CONDUIT; RACEWAY AND FITTING INSTALLATION: A. For conduit runs exposed to weather provide rigid metal (GRS). B. For conduit run underground, in concrete or masonry blockwall and under concrete slabs, install minimum 3/4' size nonmetallic (PVC) with PVC elbows. Where conduits transition from underground or under slab to above grade install wrapped rigid metal (GRS)elbows and risers. C. For conduit runs concealed in steel or wood framed walls or in ceiling spaces or exposed in interior spaces above six feet over the finished floor, install EMT. D. Flexible metal conduit shall be used only.for the connection of recessed lighting fixtures and motor connections unless otherwise noted on the Drawings. Liquid-tight steel flexible conduit shall be used for motor connections. E. The minimum size raceway shall be 1/2-inch unless indicted otherwise on the Drawings. , F. Installation shall comply with the CEC. CONDUITS,RACEWAYS AND FITTINGS 16110-2 20050205 Contra Costa County Cogen ' G. From.pull point to pull point,the sum of the angles of all of the bends and offset shall not exceed 360 degrees. H. Conduit Supports: Properly support all conduits as required by the NEC. Run all conduits concealed except where otherwise shown on the drawings. ' 1. Exposed Conduits: Support exposed conduits within three feet of any equipment or device and at intervals not exceeding NEC requirements; wherever possible, group conduits together and support on common supports. Support exposed conduits fastened to the surface of the concrete structure by one-hole clamps, or with channels. Use conduit spacers with one-hole clamps. a. Conduits attached to walls or columns shall be as unobtrusive as possible and shall avoid windows. Run all exposed conduits parallel or at right angles to building lines. b. Group exposed conduits together. Arrange such conduits uniformly and neatly. 2. Support all conduits within three feet of any junction box, coupling, bend or fixture. 3. Support conduit risers in shafts with Unistrut Superstrut, or approved equal, channels and ' straps. I. Moisture Seals: Provide in accordance with NEC paragraphs 230-8 and 300-5(g). J. Where PVC conduit transitions from underground to above grade, provide rigid steel 90's with risers. Rigid steel shall be half-lap wrapped with 20 mil tape and extend minimum 12" above grade. K. Provide a nylon pull cord in each empty raceway. L. Provide galvanized rigid steel factory fittings for galvanized rigid steel conduit. M. Slope all underground raceways to provide drainage; for example, slope conduit from equipment located inside a building to the pull box or manhole located outside the building. N. Conduits shall be blown out and swabbed prior to pulling wires. "`"END OF SECTION't" 1 CONDUITS, RACEWAYS AND FITTINGS 16110-3 20050205 Contra Costa County Cogen SECTION 16120 LINE VOLTAGE WIRE AND CABLE PARTI -GENERAL 1..01 DESCRIPTION OF WORK: A. The work of this Section consists ofproviding all wire and cable rated 600 volts or less, including splices and terminations, as shown on the Drawings and as described herein. 1 1.02 RELATED WORK: A. See the following Specification Section for work related to the work in this Section: ' 1. 16110 Conduits, Raceways and Fittings. 2. 16130 Junction and Pull Boxes. 1.03 QUALITY ASSURANCE: A. Field.tests shall be performed as specified in paragraph 3.04 of this Section. ' PART II - PRODUCTS 1 2.01 CONDUCTORS: A. Conductors shall be copper, type THHN/THWN/MTW oil and gasoline resistant, 600 volt rated insulation. 1 B. Conductors shall be stranded copper. C. Minimum power and control wire size shall be No. 12 AWG unless otherwise noted. D. All conductors used.on this Project shall be of the same type and conductor material. 2.02 CABLES: A. All individual conductors shall be copper with type THHN/THWN, 600 volt rated insulation. B. Insulation Marking - All insulated conductors shall be identified with printing.colored to contrast with the insulation color. ' C. Color Coding As specified in paragraph 3.03.. D. Special Wiring - Where special wiring is proposed by an equipment manufacturer, submit the ' special wiring requirements to the Owner's Representative and, if approved, provide same. Special wire shall be the type required by the equipment manufacturer. E. Other Wiring - Wire or cable not specifically shown on the Drawings or specified, but required, shall be of the type and size required for the application..and as approved by the Owner's. . Representative. F. Manufacturer-Acceptable manufacturers including Cablec, Southwire, or equal. LINE VOLTAGE WIRE AND CABLE 16120-1 1 20050205 Contra Costa County Cogen 2.03 TERMINATIONS: A. Manufacturer-Terminals as manufactured by.T&B, Burndy or equal. B. Wire Terminations — Stranded conductors shall be terminated in: clamping type terminations which serve to contain all the strands of the conductor. Curling of a stranded conductor around a screw type terminal is not allowed. For screw type terminations, use a fork type stake-on termination on.the stranded conductor. Use only a stake-on tool approved for the fork terminals selected. C. End Seals- Heat shrink plastic caps of proper size for the wire on which used. 2.04 TAPE: A. Tape used for terminations and cable marking shall be compatible with the insulation and jacket , P 9 P 1 of the cable and shall be of plastic material. PART III -EXECUTION �! 3.01 CABLE INSTALLATION: A. Clean Raceways - Clean all raceways prior to installation of cables.as specified in Section ,I 16110 - Conduits Raceway and Fittings. B. All wiring including low voltage wiring shall be installed in conduit. C. All feeder conductors shall be continuous from equipment to equipment. Splices inJeeders are not permitted unless specifically noted or approved by the Electrical Engineer: D. All branch circuit wiring shall be run concealed in ceiling spaces, walls, below floors or in crawl spaces unless noted otherwise. E. Cable Pulling - Exercise care in pulling wires and cables into conduit or wireways so as to avoid kinking, putting undue stress on the cables or otherwise abrading them. No grease will be permitted in pulling cables. Only.soapstone, talc, or UL listed pulling compound will be permitted. The raceway construction shall be complete and protected from the weather before cable is pulled into it. Swab conduits before installing cables and exercise care in pulling, to avoid damage to conductors. F. Bending Radius - Cable bending radius shall be per applicable code. Install feeder cables in one continuous length. G. Equipment Grounding Conductors - Provide an equipment grounding conductor, whether or not , it is shown on the Drawings, in all conduits or all raceways. H. Pahelboard Wiring - In panels, bundle incoming wire and cables which are No.:6 AWG and , smaller, lace at intervals not greater than 6 inches, neatly spread into trees and connect to their respective terminals. Allow sufficient slack in cables for alterations in terminal connections. Perform lacing with plastic cable ties or linen lacing twine. Where plastic panel wiring duct is provided for cable runs, lacing is not necessary when the cable is properly installed in the duct. 3.02 CABLE TERMINATIONS AND SPLICES: LINE VOLTAGE WIRE AND CABLE 16120-2 ' 20050205 County Contra Costa 1 Cogen 1 A. Splices- UL Listed wirenuts. B. Terminations-Shall comply with the following: 1. Make up and form cable and orient terminals to minimize cable strain and stress on device being terminated on. 2. Burnish oxide from conductor prior to inserting in oxide breaking compound filled terminal. 3.03 CIRCUIT AND CONDUCTOR IDENTIFICATION: A. Color Coding - Provide color coding for all circuit conductors. Insulation color shall be white for ' neutrals and green for grounding conductors. Conductor colors shall be as follows: VOLTAGE 208/120V 480/277V Phase A Black Brown Phase B Red Orange Phase C Blue Yellow . Neutral White Grey Ground Green Green B. Color coding shall be in the conductor insulation for all,conductors #10 AWG and smaller; for larger conductors, color shall be either in the insulation or in colored plastic tape applied at every location where the conductor is readily accessible. C. Circuit Identification - All underground distribution and service circuits shall be provided with plastic identification tags in each secondary box and at each termination. Tags shall identify the source transformer of the circuit and the building number(s)serviced by the circuit. ' 3.04 Field Tests: A. All systems shall test free from short circuits and grounds, shall be free from mechanical and ' electrical defects, and shall show an insulation resistance between phase conductors and ground of not less than the requirements of the CEC. All circuits shall be tested for proper neutral connections. B. Insulation Resistance Tests: ,Perform insulation resistance tests on circuits with #2 AWG and larger conductors to be energized with a line-to-neutral voltage of 120 volts or more. Make these tests before all equipment has been connected. Test the insulation with a 500Vdc ' insulation resistance tester with a scale reading 100 megohms. The insulation resistance shall be 2 megohms or more. Submit results for review. ****END OF SECTION"" LINE VOLTAGE WIRE AND CABLE 16120-3 20050205 Contra Costa County Cogen SECTION 16130 OUTLET,JUNCTION AND PULL BOXES PART 1 -GENERAL 1.01 DESCRIPTION OF WORK: A. The work of this Section consists of providing all required labor, supervision, materials and equipment to satisfactorily complete all electrical installations shown on the drawings, included in these Specification, or otherwise needed for a complete and fully operating facility. The work shall include but not be limited to the following: B. Furnish and install all required material, supports and miscellaneous material for the satisfactory ' interconnection of all associated electrical systems. 1.02 RELATED WORK: A. See the following specification sections for work related to the.work of this section. 1. 16010 General Electrical Requirements. 2. 16110 Conduits, Raceway and Fittings. ' 3. 16120 Line Voltage Wire and Cable. PART 2 - PRODUCTS 2.01 OUTLET BOXES,JUNCTION AND PULL BOXES: A. Standard Outlet Boxes: Galvanized, steel, knock-out type of size and configuration best suited ' to the application indicated on the Drawings. Minimum box size shall be 4 inches square (octagon for most light fixtures) by 1-1/2 inches deep with mud rings as required. B. Switch boxes: Minimum box size shall be 4 inches square by 1-1/2 inches deep with mud rings as required. Install multiple switches in standard gang boxes with raised device covers suitable for the application indicated. C. Conduit bodies: Cadmium plated; cast iron alloy. Conduit bodies with threaded conduit hubs and neoprene gasketed, cast iron covers. Bodies shall be used to facilitate pulling of conductors or to make changes in conduit direction only. Splices are not permitted in conduit bodies. ' Crouse-Hinds Form 8 Condulets, Appleton Form 35 Unilets or equal. D. Sheet Metal Boxes: Use standard outlet or concrete ring boxes wherever possible; otherwise use a minimum 16 gauge galvanized sheet metal, NEMA I box sized to Code requirements with covers secured by cadmium plated machine screws located six inches on centers. Circle AW Products, Hoffman Engineering Company or equal. E. Flush Mounted Pull boxes and Junction boxes: Provide overlapping covers with flush head . cover retaining screws, prime coated. PART 3 -EXECUTION 1 OUTLET,JUNCTION AND PULL BOXES 16130-1 20050205 Contra Costa County Cogen 3.01 OUTLET BOXES: , A. General: 1. All outlet boxes shall finish flush with building walls, ceilings and floors except in mechanical and electrical rooms above accessible ceiling or where exposed work is called for on the Drawings. 2. Install raised device covers (plaster rings)on all switch and receptacle outlet boxes installed in masonry or.stud walls or in furred, suspended or exposed concrete ceilings. Covers shall be of a depth to suit the wall or ceiling finish. 3. Leave no unused openings in any box. Install close-up plugs as required to seal openings. B. Box Layout: , 1. Outlet boxes shall be installed at the locations and elevations shown on the'drawings or specified herein. Make adjustments to locations as required by structural conditions and to , suit coordination requirements of other trades. 2. Locate switch outlet boxes on the latch side of doorways. , I Outlet boxes shall not be installed back to back nor shall through-wall boxes'be permitted. Outlet boxes on opposite.sides of a common wall shall be separated horizontally by at least one stud or vertical structural member. , 4. For outlets mounted above counters, benches or backsplashes, coordinate location and mounting heights with built-in units. Adjust mounting height to agree with required location for equipment served. 5.. On fire rated walls, the total face area of the outlet boxes shall.not exceed 100 square inches per 100 square feet of wall area. , C.. .Supports: 1. Outlet Boxes installed in metal stud walls shall be equipped with brackets.designed for attaching directly to the studs or shall be mounted on specified box supports. 2. . Fixture,outlet.boxes installed in suspended ceiling of gypsum board or lath and plaster. construction shall be mounted to 16 gauge metal channel bars attached to main ceiling runners. 3: Fixture outlet boxes installed in suspended ceilings supporting acoustical tiles or panels shall be supported directly from the structure above where pendant mounted lighting fixture are to be installed on the box. , 4. Fixture.Boxes above the ceilings having exposed suspension systems shall be supported directly from the structure above. 5. Outlet and / or junction boxes shall not be supported by grid or fixture hanger wires at any locations. OUTLET,JUNCTION AND PULL BOXES 16130-2 ' 20050205 Contra Costa County Cogen 3.02 JUNCTION AND PULL BOXES: A. General: 1. Install junction or pull boxes where required to limit bends in conduit runs to not more than 360 degrees or where pulling tension achieved would exceed the maximum allowable for the cable to be installed. Note that these boxes are not shown on the Drawings. 2. Locate pull boxes and junction boxes in concealed locations.above accessible ceilings or exposed in electrical rooms, utility rooms or storage areas. i3. Install raised covers (plaster rings) on boxes in stud walls or in furred, suspended or exposed concrete ceilings. Covers shall be of a depth to suit the wall or ceiling finish. ' 4. Leave no unused openings in any box. Install close-up plugs as required to seal openings. 5. Identify circuit numbers and panel on cover of junction box with black marker pen. B. Box Layouts: 1. Boxes above hung ceilings having concealed suspension systems shall be located adjacent to openings for removable recessed lighting fixtures. C. Supports: 1. Boxes installed in metal stud walls shall be equipped with brackets designed for attaching directly to the studs or shall be mounted on specified box supports. ' 2. Boxes installed in suspended ceilings of gypsum board or lath and plaster construction shall be mounted to 16 gauge metal channel bars attached to main ceiling runners. 3. Boxes installed in suspended ceilings supporting acoustical tiles or panels shall be supported directly from the structure above. ' 4. Boxes mounted above suspended acoustical the ceilings having exposed suspension systems shall be supported directly from the structure above. ****END OF SECTION**** i ' OUTLET, JUNCTION AND PULL BOXES 16130-3 20050205 Contra Costa County Cogen SECTION 16475 CIRCUIT BREAKERS PART I -GENERAL 1.01 DESCRIPTION OF WORK: ' A. The work of this Section consists of providing circuit breakers as shown on the Drawings and as described herein. . 1.02 RELATED WORK: ,See the following Specification Sections for work related to the work in this Section. A. 16010 General Electrical Requirements B. 16425 Switchboards ' C. 16470 Panelboards and Distribution Panels 1.03 SUBMITTALS: ' A. Shop Drawings - Submittals shall be in accordance with Section 16010 and Division 1. For each circuit breaker furnished under this Contract, submit manufacturer's name, catalog data, and the following information: 1. Terminal connection sizes. 2. Voltage rating. 3. Breaker manufacturer,types,trip ratings and interrupting ratings. ' B. Single Submittal - A single complete submittal is required for all products covered by this Section. ' C. Closeout Submittals: Submit in accordance with Division 1 and Section 16010, operation and maintenance data for circuit breakers including nameplate data, parts lists, manufacturer's circuit breaker timer, current, coordination curves, factory and field test reports and recommended maintenance procedures. PART 11 -PRODUCTS ' 2.01 CIRCUIT BREAKER: Each circuit breaker shall consist of the following: A. A molded case breaker with an:over center toggle-type mechanism, providing quick-make, quick-break action. Each circuit breaker shall have a permanent trip unit containing individual ' thermal and magnetic trip elements in each pole. Multipole circuit breakers shall have variable magnetic trip elements which are set by a single adjustment to assure uniform tripping characteristics in each pole. Circuit breakers shall be of the bolt-on type unless otherwise noted. B. Breaker shall be calibrated for operation in an ambient temperature of 40°C. CIRCUIT BREAKERS 16475-1 20050205 Contra Costa County Cogen , C. Each circuit breaker shall have trip indication by handle position and shall be trip-free. D. Three pole breakers shall be common trip. , E. The circuit breakers shall be constructed to accommodate the supply connection at either end of the circuit breaker. Circuit breaker shall be suitable for mounting and operation in any position. F. Breakers shall be rated as shown on Drawings. G. Circuit breaker and/or Fuse/circuit breaker combinations for series connected interrupting ratings shall be listed by UL as recognized component combinations for use in the end use equipment in which it is installed. Any series rated combination used shall be marked on the end use equipment per CEC section 110-22. H. Breakers shall be UL listed. Circuit breakers shall have removable lugs. , I. Lugs shall be UL listed for copper and aluminum conductors. J. Breakers shall be UL listed for installation of mechanical screw type lugs. ' K. Circuit breakers serving HACR rated loads shall be HACR type. Circuit breakers serving other ' motor loads shall be motor rated. L. Breakers indicated as "current limiting " (CL), shall be of the non-fused type; Square D I- Limiter, Westinghouse Limit-R, or ITE Sentron only. PART III - EXECUTION 3.01 MOUNTING: A. The highest breaker operating handle shall not be higher than 72 inches above the floor. ****END OF SECTION**** ' CIRCUIT BREAKERS 16475-2 20050205 Contra Costa County Cogen SECTION 16480 MOTOR CONTROLS PART I -GENERAL 1.01 DESCRIPTION OF WORK: A. The work include in this section are as follows: 1. Motor Control Centers. 2. Individual Motor Starters. 3. Disconnect Switches. ' 4. Pushbuttons, Selector Switches and Indicating Lights. 1.02 SUBMITTALS: A. Materials list with manufacturer, style, series of model identified: ' 1. Motor Control Center. 2. Motor Starters. 3. Combination Disconnect Switches and Starters. PART II -PRODUCTS 2.01 MOTOR CONTROL CENTERS A. Manufacturer: 1. Motor control centers shall be as manufactured by Square D, Allen- Bradley, or ITE- Siemens. B. Service: ' 1. Motor control centers shall be free standing, suitable for 480-volt, 3 Phase, 3 Wire with ground, 60 Hertz service. C. Enclosures: 1. Motor control centers installed indoors shall be mounted in NEMA IA front-mounted enclosures. 2. Motor control centers installed .outdoors shall be mounted in NEMA 3R front-mounted enclosures. D. Incoming Line Section: 1. The incoming line shall enter the cabinet as noted on the drawings and will be cable ' connected. MOTOR CONTROLS 16480-1 20050205 Contra.Costa County Cogen 2. The incoming line.cables shall be as indicated on the drawings. , E. Wiring: . 1. Wiring shall be NEMA Class II, Type B, or better. ' F. Structure: 1. Structures shall be totally enclosed, dead-front, free- standing assemblies, 90" high and not less than 20" deep for front-mounted units. Available starter space shall be minimum 72"to accommodate starter units in multiples of (6) increments, with a. minimum.of 12" high. , Removable lifting angles shall be provided. 2. Structures shall contain a horizontal wireway at the top, isolated form horizontal bus and readily accessible. Each structure shall contain an isolated vertical wireway with cable ' supports, accessible through hinged doors, and a horizontal wireway at the bottom. 3. Structure doors shall be mounted on removable pin hinges and secured with quarter turn, indicating-type fasteners. , 4. Units shall have complete steel top and bottom plates to provide maximum isolation between units. ' G. Bus.System: 1. The horizontal and vertical buses shall be braced for minimum 65,000 RMS symmetrical amperes. Current density shall not exceed 1000 amperes per square inch of copper. 2. Main and vertical bus shall be copper. . 3. The main bus rating shall be as indicated on the drawings. 4. The vertical bus shall be rated 300 amperes as a minimum. 5. A horizontal, 1/4" x 2" , copper ground bus shall be provided at the bottom of the center, running the full length of the center. A connector for a#4/0, Stranded copper ground wire at ' each end of the ground bus shall be provided. 6.. Connection between the buses or splices in the main horizontal bus shall be tightened with , the use of a torque wrench to ensure proper pressure. All joints in the buswork and stab contacts shall be silver plated. 7. Buswork shall be completely isolated,with bus barriers, from the starter units. ' H. Control Power: 1. Control power shall be provided via a control power transformer for each starter, coils, , indicating lights, relays, and other equipment, as shown on the drawings. Secondary voltage shall be 120-Volt. AC, 60 Hz., with one line grounded. Two primary and one secondary fuse adequately sized, with blown fuse indicators, shall be provided with each power transformer. I. Unit Compartments: MOTOR CONTROLS 16480-2 ' ' 20050205 Contra Costa County Cogen ' 1. Each unit compartment shall.be provided with an individual front door. Starter and feeder tap unit doors shall be mechanically interlocked with the unit disconnect device, to prevent unintentional opening of the door while energized and unintentional application of power while the door is open. An interlock between the unit disconnect device and the structure ' shall prevent removal or reinsertion of a .unit, when the disconnect is in the "ON" or "TRIPPED" positions. Means shall *be provided for releasing the interlock for intentional access of application of power. 2. Padlocking arrangements shall permit locking the disconnect device "OFF", with at least three padlocks,with the door closed or open. 3. Full-voltage starter units, through NEMA Size 5, shall be of the draw out-type. Draw out provisions shall include a positive guide rail system and stab shrouds to absolutely ensure alignment of stabs with the vertical bus. Power wiring to stabs shall be contained within the draw out unit. 4. Draw out units shall.be secured by a spring loaded, quarter turn, indicating-type, fastening device, located at the top front of the unit. 5. Provide flush reset trip mechanism on door. J. Feeder Circuit Breakers: ' 1. Individual feeder circuit breakers shall be capable of safe operation, under fault conditions of the RMS symmetrical amperes available at the bus, as indicated on the drawings. 2. Feeder circuit breakers shall have thermal-magnetic trips. 3. Minimum frame size shall be 100 amperes. K. Starters: 1. Motor starters shall be combination magnetic-type, full-voltage, non-reversing with Motor Circuit Protector breaker. All combination starters shall be capable of safe operation.under fault conditions of 65,000 RMS symmetrical amperes available at the bus. 2. Each starter unit shall have three thermal overload temperature relays, complete with heaters and manual reset from a button on the starter door. Overload relays shall be trip free, hand reset-type, and designed so that blocking the reset mechanism in the reset position will not prevent the starter form dropping out under overload conditions. Accidentally depressing the rest mechanism shall not de-energize the motor. 3. Heaters for overload relays shall be properly selected by the Electrical Contractor for the particular motor and nameplate data as specified and supplied to the project. 4. Starter coil shall be rated 120 Volts. AC, 60 Hz. 5. A minimum of two auxiliary contacts, one normally open and one normally closed, shall be wired to the unit terminal block, in addition to auxiliary contacts required for operation of pushbuttons. It shall be possible to field add two additional auxiliary contacts to each starter. 6. Each starter shall have an indicating light, mounted in the door. MOTOR CONTROLS 16480-3 20050205 Contra Costa County Cogen , 7. Each starter shall have a three position, maintained contact, selector switch with a plate ' indicating"HAND-OFF AUTO"position. 8. Each starter unit, through Size 5, shall have a nine- point, pull apart, terminal strip for control, and through Size 3 shall have a three-point, terminal strip for power, mounted within ' the unit. 9. A hinged door and all internal mounting hardware to install a future starter of the size called ' for(Size 1)minimum shall be provided where spaces are shown on the drawings. L. Identification: 1. Each unit compartment shall have a 1" x 3" engraved nameplate mounted on the door with ' screws. The nameplate shall be engraved with the item number and equipment description. Item number and description shall be as shown on the motor control center schedules. , 2. Each motor control center shall be provided with one engraved nameplate, size 2" x 3" marked with the control center designation (Equipment Title), voltage, amperage and short circuit rating, in 5/8" high letters, as specified on the drawings. 3. Nameplates shall be laminated plastic,with black letters engraved on a white background. 2.02 INDIVIDUAL MOTOR STARTERS: ' A. Manufacturers: .1. Starters shall be as manufactured by Allen-Bradley, ITE- Siemens, General Electric or Square D. B.- Material: 1. The materials and equipment, used in the construction of the motor starters covered by this ' specification, shall be new, of the highest quality, and of the type recognized by the industry for use in the type of equipment. . C. . Service: ' 1. Starter operating voltage and phase shall be compatible for motor ratings shown on the drawings. ' D. Heaters: 1 Heaters for overload relays shall be properly selected by the Electrical Contractor. E. Single-Phase Manual Starters: 1. Starters for single-phase, fractional horsepower motors shall be of the manually operated- ' type, with trip free overload protection in a surface or flush mounted enclosure, as indicated on the drawings. . 2.03 DISCONNECTS (MOTOR AND CIRCUIT): , A. Manufacturer: ' MOTOR CONTROLS 16480-4 , ' 20050205 Contra Costa County Cogen I 1. Disconnect switches shall be as manufactured by ITE- Siemans, General Electric or Square ' D. j B. Disconnects(Motor: Fused): ' 1. Disconnect switches shall be provided and located at all motors. 2. Switches for three-phase motors shall be heavy-duty, horsepower rated three-pole, and ' surface mounted except as noted on drawings. 3. Switches containing more than three poles shall be as specified on the drawings. 4. Switches for single-phase, fractional horsepower motors shall be heavy-duty, horsepower rated. i5. Switches shall be horsepower rated. PART III -EXECUTION 3.01 INSPECTION: A. Examine the supporting construction and the conditions under which the work will be performed. Notify the contractor in writing of any conditions detrimental to the proper and timely completion of the work. Do not proceed with installation until such conditions have been corrected. I 1 3.02 INSTALLATION: A. Provide in accordance with the final submittals and manufacturer's instructions. Verify measurements and dimensionsl at the project site and coordinate work with other trades. Install at locations shown, in perfect alignment and elevation, plumb, level, straight, and true. Use precautions that will prevent damaging or soiling the work during installation. I ' 3.03 ADJUSTING, CLEANING,AND REPAIR: I A. Adjust installation to provide specified performance for all components and systems. Clean the work in accordance with manufacturers instructions. Repair or replace components which do. not operate as specified. 3.04 PROTECTION: ' A. Protect the work from damage during the construction period so that it will be without any indication of wear or damage at the time of prliminary accptance by the owner. 4"END OF SECTION"" 1 � I I I MOTOR CONTROLS 16480-5 l I