Loading...
HomeMy Public PortalAboutAgreement_1980-05-19 to _G. L. Kaplan Construction Co (Emergency Operations Center)_Emergency Operations Center (EOC) underneath Temple City Library_CITY OF TEMPLE CITY CONSTRUCTION CONTRACT AGREEMENT NO, 80-1 EMERGENCY OPERATIONS CENTER BY THIS CONTRACT, entered into this 19th day of May 1980, the City of Temple City, CA (Herein referred to as the "City") and G. L. KE PLAN CONSTRUCTION CO, (herein referred to as the "Contractor") do mutually agree as follows: 1. CONTRACT PRICE The City will pay the Contractor the sum set forth below for the completion of work as described on the attached sheet entitled "Description of Work to be Performed". TOTAL CONTRACT PRICE $ 53,827,00 Fifty -thee thousand, eight hundred twenty-seven dollars and no cents, 2. DESCRIPTION OF WORK Contractor shall furnish all supervision, technical personnel, labor, materials, equipment, tools and services needed to perform and complete the work described on the attached sheet entitled "Description of Work to be Performed", and as shown on the Plans or called for in the Specifications. 3. TIME OF COMMENCEMENT AND COMPLETION The City will give the Contractor written Notice to Proceed to commence work as specified iii Section 9 of the Instruc- tions to Bidders and shall be completed within a period of 90 consecutive calendar days commencing ten (10) days after the written notice by the City to the Contractor to begin work. 4. LIQUIDATED DAMAGES FOR LATE COMPLETION OF WORK Due to the impracticability and extreme difficulty of determining the actual damage to the City caused by the failure of the Contractor to complete any of the work within the time stated in this Contract on the attached sheet entitled "Description of Work to be CONSTRUCTION CONTRACT AGREEMENT Page 1 of 3 Pages Performed", plus any extensions of such time granted pursuant to the Contract, there shall be assessed against the Contractor as liquidated damages the amount of $25.00 per calendar for each work unit on which 'ork is incomplete. 5. COMPLIANCE WITH PROVISIONS OF BID DOCUMENTS Contractor shall comply with all conditions and requirements of the Bid Documents, which are as follows: Part 1 Instructions and Illustrative Contract Forms Part II Contract Specifications Part III Bid Documents to be Submitted and incorporated herein, and made a part hereof as though set forth in full. Contract. 6. COMPLIANCE WITH PROVISIONS OF CONTRACT Contractor shall comply with all provisions of this 7, COMMUNICATIONS All written communications between the Contractor and the City must carry the proper contract number. Such communications shall be effective upon receipt at the following address: CONTRACTOR: G, L, KAPLAN CONSTRUCTION CO. 9170 E, Las Tunas Drive Temple City, CA 91780 CITY: CITY OF TEMPLE CITY 5938 North Kauffman Avenue Temple City, CA 91780 8. CHANGES IN WORK TO BE PERFORMED The City reserves the right to withdraw or delete any portion of the work to be performed, pursuant to the change order proce- dure, or the provisions of the Special Provisions and Technical Specifica- tions. CONSTRUCTION CONTRACT AGREEMENT Page 2 of 3 Pages IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first above written. APPROVED: By CITY OF TEMPLE CITY By 4C1./VV‘ 01(16 Title /MAYOR Date / /4:,. - By f Title President Date April. 21, 19$0 CONSTRUCTION CONTRACT AGREEMENT Page 3 of 3 Pages CITY OF TEMPLE CITY Temple City, California BIDDER'S PROPOSAL Name of Bidder G. L. KAPLAN CONSTRUCTION CO. Business Address 9170 East Las Tunas Drive Temple City, California 917$0 Business Telephone 213-286-3163 TO: City of Temple City Gentlemen: The undersigned bidder hereby submits a bid for all work described in the Bid and Contract Documents as follows: TOTAL LUMP SUM BID / //--Ty 7 7/pid:4.,,9 1-WKn' '? J,4 A�r-?7 ,-Yo cf i i-J' Dollars ( $ 5-31.5P2740 The undersigned bidder has knowledge of the existing conditions in the Project area which affect the cost of the work. The undersigned bidder agrees to furnish all supervision, technical personnel, labor, materials, equipment, tools, and services needed to perform and complete the work. The undersigned bidder agrees, if awarded the contract, to execute and complete said work within 90 days, commencing ten (10) days after receipt of written notice to proceed with the work. The undersigned bidder agrees to comply with all conditions and require- ments of the Bid Documents (including the proposed Contract Agreement). A Bid Guaranty in the sum of $ is submitted herewith in the following form (bidder to state whether form is bid bond, certified check, etc.) . Bid Bond Also submitted herewith is the Concollusion Declaration of Bidder. Also submitted herewith is a List of Subcontractors who will perform work or labor or render service to the bidder in or about the work. BID Page 1 of 2 Pages Also submitted herewith is a Declaration of Qualifications of Bidders. If so requested by the City, the undersigned bidder further agrees that the bidder will submit a Bidder's Financial Declaration. the City shall have thrity (30) days from the time of the opening of bids to accept any bid submitted and to award the Contract. The City may accept a bid after the thirty (30) days only at the concurrence of the bidder. The undersigned bidder further agrees that if he is the successful bidder, he will furnish the following: 1. Faithful Performance Bond in an amount not less than the amount stated in the Instructions to Bidders. 2. Labor and Material Payment Bond in an amount not less than the amount stated in the Instructions to Bidders. 3. Noncollusion Declaration of the Subcontractor. 4. Insurance certificates showing Contractor's and Subcontractor's coverage for: a) Property damage in an amount not less than the amount stated in the Instructions to Bidders. b) Worker's Compensation S. Progress Schedule the undersigned bidder further agrees that if he is the successful bidder, he will sign and deliver the Contract and furnish the necessary bonds and certificates to the City within five (5) days after the date of notifica- tion from the City that his bid has been accepted. The undersigned bidder understands and agrees that the City reserves the right to reject any or all bids. The name, license number, and classification of the person licenses as a Contractor pursuant to Division 3, Chapter 9, of the California Business and Profession Code is as follows: NAME G. L. KAPLAN CONSTRUCTION CO. LICENSE NO. 272360 CLASSIFICATION B-1 Date: March 26, 19$0 (Person Iiu G. L. Kapia BID Page 2 of 2 Pages uthori ela to Sign) PresideAt CITY OF TEMPLE CITY LIST OF SUBCONTRACTORS Pursuant to the provisions of Sections 4100 through 4113 of the California Government Code, the bidder hereby designates the name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the work. All work for which subcontractor is not listed below shall be performed by the bidder. If subcontractors are not to be used, state "NONE". Subcontractor Address Portion of Work Stone Roofing Co., Inc. P.O. Box_370 San Gabriel, Calif. Roofing Progressive Air Systems 915 E. Washington Ave, Santa Ana Air Conditioning & Heat. Montelli Electric 8707 Nada Street, Downey, Calif. Electrical B & G Sheet Metal Inc. 11530 E. Ramona Blvd. El Monte, Ca Sheet Metal Sam Miller Construction 21210 E. Arrow Hwy. #145, Covina Plasterer Date: March 26, 19$0 G. L. Kapla G. L. KAPLAN CONSTRUCTION CO. Bidder President Title LIST OF SUBCONTRACTORS Page 1 of 1 Page CITY OF TEMPLE CITY NONCOLLUSION DECLARATION OF BIDDER G. L. Kaplan declares that: 1. He is an officer (President) Owner, artner, icer, epresentative or gent of G. L. KAPLAN CONSTRUCTION CO. (Name of Bidder) the bidder, who submitted the bid to which this affidavit is attached. 2. He is fully informed respecting the preparation and contents of that bid, and of all pertinent circumstances respecting such bid. 3. Such bid is genuine and is not a collusive or sham bid. 4. In the preparation and submission of such bid, neither the bidder, nor any person or entity associated in any way with the bidder, has in any manner, either directly or indirectly colluded or agreed with any person or entity: (a) To submit any collusive or sham bid. (b) To refrain from submitting any bid. (c) To fix the price in any bid. (d) To fix any overhead, profit, or cost element of any bid price. (e) To secure any advantage against the City, or against any other person or entity interested in the proposed Contract. 5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion or unlawful agreement on the part of the bidder or any person or entity associated in any way with the bidder. I declare under penalty of perjury that the foregoin is true and correct: Temple City lace where signed) Date: March 26, 1950 S i"gnatur President (Title or Capacity) NONCOLLUSION DECLARATION OF BIDDER Page 1 of 1 Page CITY OF TEMPLE CITY DECLARATION OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: G. L. KAPLAN CONSTRUCTION CO. 2. Permanent Main Office Address: 9170 East Las Tunas Drive, Temple City, California 91780 3. Principals: Names, Social Security Numbers, Home Addresses, including City, State and Zip Code: G. L. Kaplan, President, #002-22-4836, 16361 Ghella Drive, Hacienda Heights, California 9171.5 4. Firm: Name, Treasury Number Address, City, State and Zip Code G. L. Kaplan Construction Co., #95-2703793, 9170 East Las Tunas Drive, Temple City, California 91780 5. Number and Classification of License B-1 272360 6. When Organized? 1966 March 7. If a corporation, where incorporated? 1971 8. How many years have you 'been engaged in the business involved in this job under your present firm or trade name? Fourteen years 9. Contracts on hand: (Schedule these, showing amount of each contract and the anticipated dates of completion.) See separate sheet 10. General character of work performed by your company: Industrial and commercial design and construction 11. Have you ever failed to complete any work awarded to you? DECLARATION OF BIDDER'S QUALIFICATIONS Page 1 of 2 Pages 12. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed: M.T.I., City of Industry - $900,000.00, Jan. 19$0; S.E.M.A., City of Santa Fe Springs - $347,000.00, Dec. 1979; Aerbert Hawkins, City of Santa Ana - $1,161,000.00, March 1980 13. Have you ever defaulted on a contract? No 14. List your major equipment available for this Contract: Trucks and tools 15. Experience in work similar in importance to this Project: 16. Background and experience of the principal members of your organiza- tion, including the officers: G. L. Kaplan, graduate Civil Engineer, President since organized 17. Credit Available : ' $600,000.00 18. Bank Reference: Wells Fargo Bank, Flair Industrial Park, El Monte 19. Will you, upon request, fill out a detailed financial statement and comply with other reasonable requests of the City of Temple City for information? of course The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Temple City in verification of the recitals comprising this Declaration of Bidder's Qualifications. I declare under penalty of perjury that the foregoing is true and correct. Temple City (Place where signed) Date: March 26, 19$0 President (Title or Capacity) DECLARATION OF BIDDER'S QUALIFICATIONS Page 2 of 2 Pages G. L. K FLAN COtISTRUCTION CO. GENERAL BUILDING CONTRACTORS Herbert Hawkins MG Auto Center Winchellts & Lease Winchell's Santa Ana Pioneer Take Out, Whittier Pioneer Take Out, E.L.A. Pioneer Take Out, San Fernando Pioneer Take Out, Canoga Park C & H Development, Brea Chief Auto, Reseda Palm Mission Park, Phase IV American Telecommications Chief Auto, Granada Hills Edgington Oat 445.3364 286-0855 9170 East Las Tunas Dr. • Temple City, CA 91780 California License #272360 CONTRACTS ON HAND $1,161,000.00 3-31--8O 197,000.00 6-2-80 161, 000.00 4-10-80 77,000.w 4--15-80 130,000.00 4-4—$0 91,500.00 6-10-80 92,000.00 6-27-80 93, 000.00 6-27-80 220,000.00 6-10-80 23,000.00 5-5-80 300,000.00 7-1—g0 12,000.00 4-4-g0 42,000.00 5-9-80 118,000.00 8-4_$0 $2,717,500.00 8938 NO KAUFFMAN AVE. • TEMPLE CITY • CALIFORNIA 91780 • {ZI3) [05 WI NOTICE INVITING BIDS CONSTRUCTION CONTRACT NO. 80-12 Emergency Operations Center NOTICE IS HEREBY GIVEN that the City of Temple City will, on or before the hour of 2:30 p.m. on the 26th day of March, 1980, receive sealed proposals or bids at the Office of the City Clerk, City Hall, 5938 N. Kauffman Avenue, Temple City, CA, to be opened by the City Clerk at 2:30 p.m. on the 26th day of March, 1980, in the Council Chamber of the City Hall for the following: CONSTRUCTION OF IMPROVEMENTS AT THE TEMPLE CITY LIBRARY BUILDING, 5939 GOLDEN WEST AVENUE, TEMPLE CITY, CALIFORNIA, CONSISTING OF NEW STAIRWAY WITH ENCLOSURE TO. THE BASEMENT, INSTALLATION OF NEW ELECTRICAL SERVICE FROM CITY HALL BUILDING, INSTALLATION OF AIR CONDITIONING SYSTEM, AND INSTALLATION OF ROOM PARTITIONS IN THE BASEMENT AND ALL NECESSARY RELATED WORK AS CALLED FOR AND SHOWN ON THE CONSTRUCTION PLANS. All bidders are required to obtain copies of the Bid and Con- tract package from the*Agency and shall submit their bid on the foLm to be furnished by the City Clerk for Construction Contract No, 80-12. KARL L. KOSKI Dated: February 27, 1980 CITY CLERK CITY OF TEMPLE CITY Temple City, California INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Each bidder should have, in his possession, a complete set of Bid an Contract Documents consisting of three parts: PART I contains these Instructions to Bidders, the Invitation for Bids and illustrative forms of the various documents which are involved in the execution and performance of the contract. These documents are not to be filled in or marked on: but, should be read by each bidder if awarded the contract. PART II contains Contract Specifications. PART I I I consists of the Bid Documents to be submitted. These documents should be filled out and submitted in accordance with the instructions which follow. The contract number shown on the Invitation for Bids shall be placed in the lower right hand corner of each page of the Bid accompanying documents, and any communications relative thereto submitted to the City. The City wi l l not furnish bidders with oral interpretations of the meaning of the provisions of the Bid Documents. Should the necessity arise for changes, additions, deletions, or modifications in the work to be performed or in the Bid Documents, the City will issue numbered addenda to the Bid Documents. Bidders shall examine the site and acquaint themselves with all conditions affecting the work. By submitting a bid, the Bidder will be held to have personally examined the site and the drawings, to have carefully read the contract documents and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his bid and agrees that if he is awarded the contract, he will make no claims against the City, based on ignorance or misunderstanding of the contract provisions. All documents must be on the forms prepared by the City unless these instructions state otherwise in regard to a particular form. Sufficient copies of most forms will be supplied by the City without charge. INSTRUCTIONS TO BIDDERS Page 1 DIVISION TECHNICAL SPECIFICATIONS 9A Drywall Work 9B Lathing & Plastering 9C Painting 10-14 Omit 15A Heating, Ventilating and Air Conditioning 16 Electrical Work 17 Asphaltic Concrete Paving INDEX OF SPECIFICATIONS Page 2 of 2 Pages GENERAL PROVISIONS AND CONTRACT SPECIFICATIONS FOR CITY OF TEMPLE CITY EMERGENCY OPERATIONS CENTER 5939 GOLDEN WEST AVENUE TEMPLE CITY, CA 91780 City of Temple City 5938 Kauffman Avenue Temple City, CA 91780 (213) 285-2171 January 1980 Approved as to form: APPROVED: CITY ATTORNEY CITY MANAGER Date Date INDEX OF SPECIFICATIONS TITLE NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS FAITHFUL PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND NON -COLLUSION DECLARATION OF SUBCONTRACTORS BIDDER'S PROPOSAL CONSTRUCTION CONTRACT AGREEMENT DESCRIPTION OF WORK GENERAL PROVISIONS NON-FEDERAL LABOR STANDARDS PROVISIONS SPECIAL PROVISIONS DIVISION TECHNICAL SPECIFICATIONS Omit 2 Excavating and Grading 3 Concrete Work 4 Omit 5 Steel Stairs 6 Carpentry 7A Roofing 7B Insulation 7C Sheetmetal Work 8 Omit NO. PAGES 1 8 2 2 2 2 3 1 14 2 5 23 2. TIME FOR COMPLETION All work under this Contract shall be completed within a period of 90 consecutive calendar days commencing ten (10) from and after the written notice by the Owner to the Contractor to begin work. 3. WAGES SALARIES, APPRENTICES Attention of Bidders is particularly called to the requirements concerning the payment of not less than the prevailing wage and salary rates specified in the Contract Documents, the conditions of employment with respect to certain categories and classifications of employees, and employment of apprentices. See Contract Attachment No. 2, Non - Federal Labor Standard Provisions. The rates of pay set forth are the minimum to be paid. It is the responsibility of Bidders to inform themselves as to the local labor conditions, such as length of work day and work week, overtime com- pensation, health and welfare contributions, labor supply and prospective changes or adjustment of rates. 4. EQUAL EMPLOYMENT OPPORTUNITY Attention of bidders is particularly called to the requirement for ensuring that employees and applicants for employment are not discrim- inated against because of their race, color, religion, sex, or national origin. a. The Bid Erasures shall not be made on the Bid form. Bidders shall carefully complete all items in the Bid form and furnish all the information required. The Bid must be dated and signed by the Bidder or his auth- orized agent or representative. The City reserves the right.to waive any informality or irregularity in the bid when to do so would be in the public interest. b. Bid Bond or Other Bid Guaranty Any bid ,dust be accompanied by a Bid Bond or other Bid guaranty to insure that the successful Bidder will do everything necessary to enter into the Contract. The Bid Bond or other bid guarantee shall be in the amount equal to ten percent (10%) of the total Bid. If not a Bid Bond, the Bid guaranty may be in the form of a certified check, a bank draft, or a negotiable United States Government Bond (at par value). Cash deposit will not be accepted. If the type of bid guaranty is other than a Bid Bond, the Bidder shall submit to the City the form entitled "Terms of Bid Guaranty." Certified checks or bank drafts must be payable to the order of "City of Temple City." INSTRUCTIONS TO BIDDERS Page 2 If the Bid Guaranty is in the form of a Bid Bond, such bond shall be on a form approved by the City. Any Bid Bond posted shall be secured by a guaranty or surety company listed in the U.S. Treasury Department Circular 570 last issued before the submittal of the Bid. Bid Bonds must be from surety companies which are authorized to issue a Bid Bond In the amount necessary. The current power of attorney for the person who signs for any surety company shall be attached to such bond. The Bid Guaranty of each unsuccessful Bidder will be returned as soon as practicable after the opening of Bids. The Bid Guaranty of any Bidder who properly withdraws his Bid will be returned promptly. In the event of any default by the successful Bidder before entering into the Contract and before submitting the proper documents, the City may award the Contract to the next best responsible Bidder and may charge against the successful Bidder or the Bid Guaranty the difference between the amount of his Bid and the amount for which a Contract for the work is subsequently awarded, irrespective of whether such differences in amount exceeds the amount of the Bid Guaranty. If the City decides not to award the Contract to the next best responsible Bidder, the Agency has a right to the entire Bid Guaranty. If a more favorable Bid is received by readvertising, the Bidder who defaulted shall have no claim against the City for refund of all or any portion of the Bid Guaranty. c. List of Subcontractors If the Bidder intends to use subcontractors, he shall submit with his Bid a list of Subcontractors for approval by the City. Such list shall show the names, addresses, and portions of work for each subcontractor. Without the approval of the City the Contractor shall not substitute any subcontractor in place of the subcontractors designated in the list. If the Bidder does not intend to use any subcontractors, he shall so state on the list of Subcontractors. d. Noncollusion Declaration of Bidder With any bid submitted to the City, the Bidder shall submit a Noncollusion Declaration of Bidder to the effect that the Bid is genuine, and that neither the Bidder nor any person or entity associated with the Bidder has directly or indirectly colluded with any person or entity in regard to the Bid, e, Declaration of Bidder's Qualifications Bidders shall complete and submit a "Declaration of Bidder's Quali- fications." The City may make such investigations as it deems necessary to determine the ability of any bidder to perform the obligations of the proposed contract, Bidders shall furnish such additional infor- mation and data for this purpose as the City may request. INSTRUCTIONS TO BIDDERS Page 3 All Bidders must be licensed as General Contractors pursuant to Division 3, Chapter 9 of the California Business and Professional Code. f. The Bidder's Financial Declaration Bidders may be requested to complete and submit a detailed financial statement to the City as a "Bidders Financial Declaration." Inasmuch as the information required may differ with each individual Bidder, a form has not been prepared. 5. PROCEDURE FOR THE SUBMISSION OF BID DOCUMENTS All Bids must be received by the City prior to the closing time for receiving Bids established in the Invitation for Bids. Bidders are responsible for any delays in delivery. All Bids received prior to the closing time will be held unopened in the safe of the City until the opening time and date. When a Bid is received by the City after the closing time, the Bid will be rejected. Such Bids will be returned unopened to the Bidder. Bids may be withdrawn only upon written request received by the City prior to the time fixed for opening Bids. When a proper request for withdrawal is received, the City will immediately return the withdrawn Bid unopened to the Bidder. After the Bids are opened, the Bidder may not withdraw his Bid until (30) days after the opening date. Bidders are not permitted to change, amend, or modify any Bid at any time, however, prior to the closing time for receiving Bids, a Bid may be withdrawn and a new Bid submitted. Any new Bid must comply with all requirements of the Bid Documents, including the requirement that it be received by the City before the closing time for receiving Bids. Bidders shall submit their Bids and accompanying documents in a sealed envelope. The envelope will be furnished with the Bid Documents to be submitted and should be addressed as follows; (Return Address) City of Temple City Office of City Clerk City Hall 5938 N. Kauffman Avenue Temple City, California 91780 Temple City Emergency Operations Center Contract Bid No. 80-1 INSTRUCTIONS TO BIDDERS Page 4 6. PROCEDURE FOR THE OPENING OF BIDS Every Bid received before the closing time for receiving Bids shall be opened at the time and place established in the Invitation for Bids for the opening of Bids. At that time, the City will cause such Bids to be opened publicly, read aloud, and tabulated. Bidders and other interested persons may be present, in person or by representative, at the opening, reading and tabulation of the Bids. 7. THE AWARD OF THE CONTRACT The City shall have thirty (30) days from the time of the opening of Bids to accept any Bid submitted and to award the Contract. However, the City may accept a Bid after the thirty (30) days with the concurrence of the successful Bidder. The acceptance of a bid and award of the Contract will be in writing and may be transmitted to the Bidder, either by mail or telegraph. Acceptance and award will be effective upon deposit of the letter in the mails or upon dispatch of the telegram. The City intends to award the Contract to the lowest responsible Bidder, The Contract will be awarded only to a Bidder who has (1) complied with all the terms and provisions of the Bid Documents, (2) submitted a reasonable Bid, and (3) submitted a Bid which achieves economy and serves the interest of the City to accept. However, the City reserves the right to reject any and all Bids, and further reserves the right to waive an informality or irregularity in the bid when to do so would be in the public interest. 8. DOCUMENTS TO BE SUBMITTED BY SUCCESSFUL BIDDER After the City accepts the Bid and awards the Contract, the City will prepare four (4) copies of the Contract and transmit them to the successful Bidder for signature. Within five (5) calendar days after receipt of the Contract the successful Bidder must sign and return documents required by this paragraph (8) to the City for approval and execution. The Notice to Proceed authorizing the Contract work will not be issued until all required documents are submitted to and approved by the City, a. The Contract The Contract on a form prepared by the City must be signed by an authorized representative of the successful Bidder. INSTRUCTIONS TO BIDDERS Page 5 b. Faithful Performance Bond The successful Bidder shall submit a Bond to the City to secure the faithful performance of the Contract. The Bond shall be furnished in the amount of one hundred percent (100%) of the Contract Price sub- mitted by the successful Bidder. The Bond submitted shall bear the same date as or a date subsequent to the date of the Contract. The current power of attorney for the person who signs for any surety company shall be attached to such Bond. This Bond shall be signed by a guaranty or surety company listed in the latest issue of U.S. Treasury Circular 570 and the penal sure shall be within the maximum specified for such company in said Circular 570. The sample form of the "Faithful Performance Bond" or any form approved by the City may be used. c. Labor and Material Payment Bond The successful Bidder shall submit a Bond to the City to secure the payment of all persons, firms, or corporations to which the Bidder may become legally indebted for labor, materials, tools, equipment or services of any nature, including utility and transportation services employed or used by him in performing the work. The Bond shall be furnished in the amount of one hundred percent (100%) of the Contract price and shall bear the same date as or a date subsequent to the date of the Contract. The current power of attorney for the person who signs for any surety company shall be attached to the Bond. This Bond shall be signed by a guaranty or surety company listed in the latest issue of U.S. Treasury Circular 570 and the penal sum shall be within the maximum specified for such company in said Circular 570. The sample form of the "Labor and Material Payment Bond" or any form approved by the City may be used. d. Noncollusion Declaration of Subcontractors The successful Bidder shall submit to the City a "Noncollusion Declaration of Subcontractor" For each subcontractor who will perform work under the Contract. Notice to Proceed with the work will not be given until a Noncollusion Declaration of Subcontractors has been transmitted to the City for each subcontractor in the l ist of Sub- contractors filed with the bid of the successful bidders. The declaration must be submitted no later than ten (10) days after the receipt of the Contract by the successful Bidder. If a new subcontractor is added after the submission of the Declaration, such subcontractor will not be permitted to begin work until a declaration signed by such subcontractor has been submitted to and approved by the City. INSTRUCTIONS TO BIDDERS Page 6 The sample form of the "Noncollusion Declaration of Subcontractors" or any form approved by the City may be used. e. Certificate of Insurance The successful Bidder shall submit to the City certificate of insurance from the insurance companies showing that he and his sub- contractors have obtained the insurance required as follows: a. Property Damage in the amount of $500,000 each accident; $500,000 aggregate product. b. Public Liability (bodily injury) in the amount of $500,000 each person; $500,000 each accident and aggregate product. c. Worker's Compensation. Such certificates shall each show the location and description of the work covered by the insurance. Notice to Proceed with the work will not be given until these certificates have been submitted to the City. The certificates must be submitted not later than ten (10) days after the date of notice to the Contractor of the award of the contract. All insurance policies shall name the City of Temple City and its officers, agents and employees as additional insured, and shall require thirty (30) days notice to the City prior to cancellation. 9. DOCUMENTS RELATING TO THE PERFORMANCE OF THE CONTRACT a. Notice to Proceed The City will notify the Contractor of the time to commence work upon any stage or increment of work under this Contract by a written Notice to Proceed. Two copies of such Notice will be sent to the Contractor. The Contractor shall fill in the date of receipt of such Notice, and return one copy to the City, As soon as the Contractor signs the Contract, the Contractor should be prepared and ready to commence work immediately upon receipt of the Notice to Proceed, since the number of days for completing each increment of work under the contract is computed from the date of Notice to Proceed. b. Weekly Payrolls, Statements of Compliance with the Federal Labor -Standards Provisions, and Certificates of Contractor The Contractor and each subcontractor shall furnish the City with weekly payrolls and with weekly statements of compliance with the Federal Labor -Standards Provisions upon request. INSTRUCTIONS TO BIDDERS Page 7 c. Certificate of Compliance with the Wage and Labor Provisions to Support Payment to Contractor With each requisition submitted by the Contractor to the City for payment under the Contract, the Contractor shall furnish the City with his certificate, in duplicate, to the effect that the Contractor and each subcontractor has complied with the wage and other labor -standards provisions of this Contract or that there is an honest dispute with respect to those provisions. d. Contract Amendments The procedure for Contract Amendments is described in detail in the Contract attachment entitled "General Provisions." e. Contractor's Certificate of Release and Request for Final Payment Before final payment will be made to the Contractor, the form entitled "Contractor's Certificate of Release, and Request for Final Payment" must be submitted in proper form to the City. INSTRUCTIONS TO BIDDERS Page 8 CITY OF TEMPLE CITY TEMPLE CITY, CALIFORNIA EMERGENCY OPERATIONS CENTER DESCRIPTION OF WORK TO BE PERFORMED PROJECT STREET ADDRESS: TEMPLE CITY LIBRARY, 5939 Golden West Avenue Temple City, CA 91780 DESCRIPTION OF WORK: The work to be done under these Specifications and Plans includes the furnishing of all labor materials, tools and equipment, etc., required for the construction of improvements on the Temple City Library Building for the Temple City Emergency Operations Center consisting of 1) removal of existing steel stairs and grating, necessary demolition, excavation and hauling, 2) construction of new stairs and stairway and mechanical room enclosure, 3) construction of partition walls in basement, 4) installation of air conditioning equipment, duct work and controls, 5) installation of new electrical service from the City Hall to the new mechanical room, including underground duct work connection to City Hall electrical panel, installation of new electrical service panels and transformer in new mechanical room, installing lighting fixtures in stairway area and rewiring existing basement lighting fixtures, etc. in basement area, and all necessary related work as called for and shown on the construction plan. DESCRIPTION OF WORK TO BE PERFORMED Page 1 of 1 Page CITY OF TEMPLE CITY EMERGENCY OPERATIONS CENTER GENERAL PROVISIONS 1. CONTROL, SUPERVISION AND INSPECTION BY THE CITY The City shall in writing designate a person as "City Representative" to deal with the Contractor and to insure that the work is performed in accordance with the provisions of this Contract. The City shall at all times have access to the work during its progress, and shall be furnished with every reasonable facility for control, supervision, and inspection for ascertaining that the materials, work- manship, and equipment are in accordance with the requirements and intentions of this Contract. The City shall also be permitted at all reasonable times to inspect and review all relevant data and records of the Contractor. The City Representative shall have the authority to give such general supervision and directions as may be necessary to insure that work in the project is in strict compliance with the plans and specifica- tions. He shall determine the adequacy of the Contractor's methods, plans, and appurtenances and make such directions relative to sufficiency of forces as may be reasonably necessary to insure proper and continuous execution of work. He may stop the work if necessary to prevent its improper execution and shall determine the amount, quality, and fitness of the several kinds of work and materials. He shall reject all work and materials which do not conform to requirements of the contract. All instructions, rulings, and decisions of the City Representative shall be made promptly in writing and shall allow the Contractor three (3) working days in which to comply with such direction. The Contractor shall at all times during working hours provide on-the-job supervision satisfactory to the City. Wherever necessary or appropriate under this Contract, orders may be given by the City Repre- sentative to the superintendent, supervisor, or foreman for the Contrac- tor in charge of the particular work involved. The Contractor shall layout his own work and shall be respon- sible for all work executed by him under this Contract. He shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from his failure to do so. 2. OBSERVANCE OF LAWS It is the intent of the parties to this Contract that all required work hereunder shall be performed in accordance with "Standard Specifications for Public Works Construction of the City of Temple City" unless inconsistent with this Contract or the technical specifications and/or drawings in which case the provisions of the Contract shall govern. GENERAL PROVISIONS Page 1 of 14 Pages Said "Standard Specifications" shall become a part of this Contract as though fully set forth herein. The Contractor shall also keep himself fully informed of all existing and future laws applicable to the work to be performed under the Contract, and all existing and future ordinances, regulations, or orders of all bodies or tribunals having any jurisdiction or authority over any aspect of the work to be performed under this Contract, and shall at all times observe and comply with such laws, ordinances, regulations or orders, and he shall require all persons employed in the performance of the work to do likewise. The Contractor shall be responsible for any violation of such laws, ordinances, regulations, or orders and shall protect and indemnify the City and all of its officers, employees, and agents against any claim or liability based upon the violation thereof. If any discrepancy is discovered in the Contract in relation to any such law, ordinance, regulation, or order, the Contractor shall immediately notify the City of the nature of the discrepancy. If the Contractor performs any work contrary to such laws, regulations, or orders, he shall bear all costs required for correction of the work. Unless otherwise provided in the Contract, the Contractor is not responsible for correcting conditions existing at the time this Contract was entered into which violate such laws, ordinances, regulations, or orders. If any other public agency requires that the Contract be performed in a manner different from the manner set forth in the Contract, Contractor shall not do so without the approval of the City, 3. PERMITS, FEES AND NOTICES The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices required in the performance of the work under this Contract, unless otherwise noted in Contract Attach- ment No. 3 "Special Provisions and Technical Specifications." 4. SUBCONTRACTORS Before starting work under the Contract, a subcontractor must have been approved by the City; must have submitted a Noncollusion Declaration of Subcontractor to the City, and must have been included in the List of Subcontractors submitted by the Contractor with the bid. Without the prior approval of the City, Contractor shall not substitute any subcontractor in place of the subcontractors designated in such list, nor permit any subcontract to be assigned, transferred, or per- formed by anyone other than the designated subcontractor. Any sub- contractor added with the approval of the City shall also submit a Noncollusion Declaration of Subcontractor and shall be added to the List of Subcontractors. GENERAL PROVISIONS Page 2 of 14 Pages The Contractor shall be as fully responsible for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by him, as he is for the acts and omissions of persons directly employed by the Contractor. The Contractor shall cause appropriate provisions to be inserted in each subcontract to require compliance with the provisions of this Contract. When a portion of the work subcontracted by the Contractor is not being prosecuted in a manner satisfactory to the City, the subcon- tractor shall be removed immediately by the Contractor. Nothing contained in this Contract shall create any contrac- tual relationship between any subcontractor and the City. 5. COOPERATION The Contractor shall cooperate with other Contractors of the City or Contractors authorized by the City to work within the Project. When two or more such Contractors are employed on related or adjacent work, each shall conduct his operations in such a manner as not to cause any unnecessary delay or hindrance to the other. Each such Contractor shall be responsible to the other for all damage for work, persons, or property caused to the other. 6. CONTRACTOR'S RESPONSIBILITY FOR ACCIDENT PREVENTION, WORK EQUIPMENT, AND MATERIALS a. Protection of Persons and Property The Contractor shall be responsible for the safety of all persons and property in performing the work under this Contract, and shall provide and maintain at his own expense such fences, barricades, guards, lights, signs and other devices as may be necessary to prevent accidents and avoid damages or injury to the public. Machinery, equip- ment and all hazards shall be guarded in accordance with safety provisions of the "Manual. of Accident Prevention in Construction" published by the Associated General Contractors of America, Inc., to the extent that such provisions are not in conflict with applicable law. The Contractor has the duty to protect persons and property not involved in the Contract from damage caused by his operations. The Contractor shall conduct his operations in a manner that will not inter- fere with the use and occupancy of adjoining buildings. The Contractor shall be responsible for all damages to persons or property that occur as a result of his fault or negligence in connection with the prosecution of the work and shall be responsible GENERAL PROVISIONS Page 3 of 14 Pages for the proper care and protection of all work performed until comple- tion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the City. In an emergency affecting the safety of life or property, on or adjoining the site the Contractor shall act, either at his own dis- cretion or as instructed by the City, to prevent such threatened loss or injury. Any compensation claimed by the Contractor on account of such emergency work will be determined by the City as provided in Section III, entitled AMENDMENTS OF THE CONTRACT. The Contractor shall be responsible for damage to all property including sidewalks, streets, curbs, utilities, and structures not involved in this Contract, and shall at his own expense repair any damage he may have caused. The Contractor shall be diligent in restraining unauthorized persons from coming on the site and in removing such persons from the site. The Contractor shall hold harmless and indemnify the City of Temple City, City Council, City Manager, City Engineer, and all other officers and employees or other authorized assistant or agent from all costs and claims for damages or injuries and deaths however caused arising out of the performance of work under this Contract. The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under this Contract. The Contractor and his subcontractors shall carry insurance in the amounts required by the "Instructions to Bidders" showing the City of Temple City, California, as additional insureds. Work shall not be performed by the Contractor, or his subcontractors until all required certificates of insurance have been submitted to the City. The insurance is subject totheapproval of the City. If any insurance policy should expire before the work is accepted the Contractor shall renew such insurance prior to the expira- tion date thereof; and the certificates of insurance indicating the renewal shall be submitted to the City. The insurance companies shall be required to notify the City thirty (30) days prior to any renewal or proposed cancellation date. Contractor shall shore up, brace, underpin, secure and protect all foundations and other parts of existing structures adjacent to the site which may in any way be affected by excavation or other operations in connection with the work to be performed under this Contract. Con- tractor shall be responsible for giving all required notices to any adjoining property owner or other party before commencement of work. GENERAL PROVISIONS Page 4 of 14 Pages b. Protection of Work and Materials The Contractor shall have the charge and care of the work and the materials to be used (including both materials for which he has received partial payment and materials, if any, which have been fur- nished by the City, and shall bear the risk of loss or damage to any part thereof from fire, theft, weather, or any other cause. The Con- tractor shall, at his own expense, provide whatever additional services or materials that may be necessary as the result of such loss or damage to complete the work according to the Contract. Where necessary to protect the work or materials from damage, the Contractor shall, at his own expense, provide suitable drainage of the site and erect such temporary structures as are necessary to protect the work or materials from damage. Suspension of the work for any reason shall not relieve the Contractor of his responsibility for protection of the work and materials. Patents The Contractor shall assume all costs arising from the use of patented materials, equipment, devices, or processes used on or incorporated in the work, and shall indemnify the City from all suits or actions of every nature arising out of the use of any patented materials, equipment, devices, or processes. Conditions of Premises During the operations, the Contractor shall expeditiously remove all surplus excavated material, trash, and debris from the area in which the work is being performed, keeping the area as clear as the progress of the work permits. Before final inspection of the work, the Contractor shall clean all rubbish, excess materials, temporary struc- tures (except protective fences) and equipment from the street, side- walks, lots, and work shall be left in a neat and presentable condition. 7. SPECIFICATIONSI MATERIALS AND WORKMANSHIP ar Technical Specifications and Drawings Any information or data which appears in the Technical Specifications but not the Drawings, or which appears in the Drawings but not the Technical Specifications, shall have the same affect as if it appeared in both. In case of a conflict between the Technical Specifications and the Drawings, or discrepancy in either, the matter shall be brought to the attention of the City Representative for decision. b. Materials and Workmanship Unless otherwise specified in the Technical Specifications, all materials and workmanship shall be new and best grade for the pur- pose intended. GENERAL PROVISIONS Page 5 of 14 Pages Prior to installation of any machinery or mechanical or other special equipment, the Contractor shall submit the manufacturer's detailed specifications to the City Representative for approval. Installation without such approval shall be at the risk of subsequent rejection by the City. c. Samples, Certificates and Tests The Contractor shall submit all materials and equipment samples required by the Contract to the City Representative for approval prior to the delivery to the site of such materials or equipment. Such samples shall be labelled as to name and brand and name and address of producer or type and source and all specifications which will assist the City in approving such sample. The Contractor shall further certify that the sample meets Contract requirements, and that all such materials or equipment to be constructed or installed under this Contract will comply with the approved sample. The City shall have the authority to make such subsequent check tests as are deemed necessary to insure that materials and equip- ment meet Contract requirements, and may order the removal and replace- ment of such materials and equipment as do not meet such requirements. Upon request from the City, the Contractor shall furnish all materials reasonably necessary for tests to be conducted. 8. REQUESTS FOR SUPPLEMENTARY INFORMATION It shall be the responsibility of the Contractor to make timely requests of the City for any additional information not already in his possession which should be furnished by the City under the terms of this Contract, and which he will require in the planning and execu- tion of the work. Such requests may be submitted in writing from time to time as the need is approached, but each shall be filed in ample time to permit appropriate action to be taken by all parties involved as as to avoid delay. The Contractor shall be fully responsible for; any delay in his work or to others arising from his failure to comply fully with the provisions of this Section. 9. EXTENSION OF TIME OF COMPLETION The time of completion of this Contract shall be extended by the number of calendar days which the Contractor or Subcontractor are prevented from performing work as the result of; (1) Inclement weather. (2) Acts of the City not contemplated by this Contract. (3) The unavailability of workers or materials because of labor disputes. (4) Circumstances which could not reasonably have been foreseen at the time of signing this Contract. (5) Delay of any subcontractor for any of the above causes. GENERAL PROVISIONS Page 6 of 14 Pages All requests for extension of time shall be in writing in advance or at the time any suspension or delay of work occurs. Requests shall not be valid unless signed by a representative of the Contractor and the City. 10. DEVIATIONS FROM THE CONTRACT The City may reject all work which is not done in accordance with the Contract, and may require the Contractor without additional compensation to correct such work in accordance with the Contract. 11. AMENDMENTS OF THE CONTRACT The City may require modifications, additions or deletions from the work to be performed so long as the total balance of all modification additions, and deletions is not more or less than twenty- five per cent (25%)of the original Contract Price. Changes shall be made only by formal written amendments of the Contract on the form pre- pared by the City entitled "Change Order," showing the Contract number and the change order number. The change in the Contract Price which would result from a Change Order shall be determined on the basis of the quantities of work and materials to be added or deleted by such amendment, based upon the applicable costs obtained from competitive sources. When an agreement has been reached by the City and the Contractor, the Change Order shall be signed by both parties. If any discrepancies are discovered between actual conditions and those represented by the Drawings and maps, Contractor shall not proceed except at the Contractor's risk until written instructions have been received by him from the City. If on the basis of the available evidence, the City determines that an adjustment of the Contract Price or Time is warranted, procedure shall then be an provided in this Section. Except for the purpose of affording protection against any emergency endangering life or property, the Contractor shall make no change in the work of Demolition and Site Clearance, provide any extra or additional work, or supply additional labor, services or materials beyond that actually required for the execution of the Contract, unless in pursuance of a written order from the City authorizing the change. No claim for an adjustment of the Contract Price will be valid unless so ordered. 12. DISPUTES a. All disputes arising under this Contract or its interpre- tation, whether involving law or fact or both, or extra work, and all claims for alleged breach of contract shall within ten (10) days of commencement of the dispute, be presented by the Contractor to the City Manager for decision. All papers pertaining to claims shall be filed in quadruplicate. Such notice need not detail the amount of the claim but GENERAL PROVISIONS Page 7 of 14 pages shall state the facts surrounding the claim in sufficient detail to identify the claim together with its character and scope. In the mean- time, the Contractor shall proceed with the work as directed. Any claim not presented within the time limit specified within this paragraph shall be deemed to have been waived, except that if the claim is of a continuing character and notice of the claim is not given within ten (10) days of its commencement, the claim will be considered only for a period commencing ten (10) days prior to the receipt by the City of notice thereof. b. The Contractor shall submit in detail his claim and his proof thereof. Each decision by the City Manager will be in writing and will be mailed to the Contractor by registered mail, return receipt requested. c. If the Contractor does not agree with any decision of the City Manager, he shall in no case allow the dispute to delay the work but shall notify the City promptly that he is proceeding with the work under protest and he may then except the matter in question from final release. 13. FINAL INSPECTION AND ACCEPTANCE OF WORK When the work is substantially completed, the Contractor shall notify the City in writing that the work will be ready for final inspection on a definite date stated in such notice. Such notice shall be sent to the City so it will be received at least (3) days prior to the date stated for final inspection. The notice shall contain the initials of the City Representative to indicate that he knows the notice is being sent by the Contractor. If the City determined that the status of the work is as represented, the City will make all arrangements necessary to have final inspection commenced on the date stated in such notice or as soon thereafter as is practicable. In the event there is dispute as to the acceptability of the contract performance on any or all items, the decision of the City Manager shall be final. If the City determines after final inspection that the work has been completed in accordance with the terms of the Contract, the City shall accept the work. Such acceptance shall be in writing and shall be effective at the time stated therein. 14. ACTION IN CASE OF BREACH BY CONTRACTOR If the Contractor fails to comply with any provisions of this Contract, the City, among other actions, may take any one or a combina- tion of the following actions: GENERAL PROVISIONS Page 8 of 14 Pages Contract Price; a. Notice The City may notify the Contractor in writing of the nature of his default and direct him to remedy it. Except in case of emergency or where notice would serve no useful purpose, the City shall give such notice before taking other action. b. Suspension The City may direct the Contractor to suspend all or part of his operations. Such suspension shall not relieve the Contractor of any of his obligations under the contract nor justify any extension of the time of completion. c. Work by the City The City may secure the performance of any work or provide any materials necessary to the proper performance of the Contract, and charge the cost thereof to the Contractor. d. Termination of Contract The City, after notice to the Contractor and to his surety may terminate the Contract and relieve the Contractor of control over the work, and Contractor shall only be entitled to compensation for that work for which a notice to proceed has been issued and work com- pleted based on the amount bid for each work unit. The Contractor shall be liable to the City for any additional costs it may incur as well as for liquidated damages for delay in the completion of the work and any other damages or amounts to which it may be entitled. 15. METHOD OF PAYMENT TO CONTRACTOR a. Method of Payment (1) Partial Payments The Contractor may obtain partial payments by submitting requisitions based upon the approved Contract Price previously submitted to the City. The amount of each partial payment will be determined by subtracting the total of the following from that portion of the Contract Price corresponding to the portion of the work completed: (a) Ten percent (1O%) of that portion of the (b) The total amount of previous payments Payments shall not be requested more often than once a month nor in amounts less than five thousand dollars ($5,000.00) No payment made shall be construed as an acceptance of any work performed. GENERAL PROVISIONS Page 9 of 14 Pages All payments must be approved by the City of Temple City. The City may reduce or withhold partial payments if, in its opinion, the Con- tractor is not diligently and efficiently endeavoring to comply with the intent of the Contract or fails to make payments when due for labor and materials used in the work. (2) Final Payment The Contractor may obtain final payment by submitting a "Request for Final Payment". Payment will be made thirty-five (35) days after the date of recordation of the Notice of Completion with the County Recorder. (3) Labor and Material releases shall be required, by the City, prior to final payment, b. Labor and Material Payment Releases The City, before making payment, may, at its option, require the Contractor to furnish releases, or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor, if the City deems the same necessary in order to protect its interest. The City, however, may if it deems such action advisable make payment to the Contractor without requiring t•he furnishing of such releases or receipts and any payments so made shall in nowise impair the obligations of any surety or sureties furnished under this Contract. c. Withholding Payment The City may withhold from payment otherwise due the Contractor so much as may be necessary to protect the City and if it so elects, may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the City and will not require the City to determine or adjust any claims or disputes between the Contractor and his subcontractors or material dealers, or to withhold any moneys for their protection unless the City elects to do so. The failure or refusal of the City to withhold any moneys from the Contractor shall in nowise impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. 16. ASSIGNMENT AND DELEGATION The Contractor shall not assign any right under this Contract except upon prior written authorization of the City. The Contractor shall not make any delegation of authority or responsibility which would in any way purport to relieve him of any obligation imposed by this Contract. GENERAL PROVISIONS Page 10 of 14 Pages 17. NONLIABILITY OF PUBLIC OFFICIALS There shall be no personal liability upon the public officials of the City, their boards, commissions, agents, or employees, for any act performed in the discharge of any duty imposed, or the exercise of any power or authority conferred on them by or within the scope of the Contract, it being understood that in all such matters they act .' solely as agents and representatives of the City. 18. SANITARY FACILITIES The Contractor shall, at his expense, furnish, install and maintain ample sanitary facilities for the workmen. As the needs arise, a sufficient number of enclosed temporary toilets shall be conveniently placed as required by the sanitary codes of the State and Local Government Drinking water shall be provided from an approved source, so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 19. REMOVAL OF DEBRIS, CLEANING, ETC. All rubbish and debris found on the Demolition Area at, the start of the work as well as that resulting from the demolition activities or deposited on the site by others during the duration of the Contract shall be removed and legally disposed of by the Contractor who shall keep the Project Area and public rights -of -way reasonably clear at all times. Upon completion of the.work, the Contractor shall remove all temporary construction, equipment, salvaged materials, trash and debris of all kinds leaving the entire Project Area in a neat condition. 20. WARRANTY OF TITLE The Contractor shall guarantee good title to all materials, supplies, and equipment installed or incorporated in the work. Upon completion of all work, the Contractor shall deliver such work, together with all improvements and appurtenances constructed or placed pursuant to this Contract, to the City free from any claims, liens, or charges. 21. GUARANTY OF WORK No provision of this Contract (including the Final Payment) shall relieve the Contractor of responsibility from faulty materials or workmanship. Upon notice from the City, the Contractor shall repair or remedy any defects in materials and workmanship, and pay for any damage from such defects which may appear after the date of final acceptance of the work performed under this Contract. GENERAL PROVISIONS Page 11 of 14 Pages 22. DEDUCTION FOR UNCORRECTED WORK If the City deems it not expedient to require the Contractor to correct work not done in accordance with the Contract Documents an equitable deduction from the Contract Price will be made by agreement between the Contractor and the City, and subject to settlement, in case of dispute, as herein provided. 23. INSURANCE a. The Contractor shall carry or require that there be carried Worker's Compensation Insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State or Territorial Worker's Compensation Laws. b. The Contractor shall carry Public Liability Insurance with limits set forth in Instruction to Bidders to protect the Contractor and his subcontractors against claims for injury to or death of one, or more than one person because of accidents which may occur or result from operations under the Contract; such insurance shall cover the use of all equipment, including but not limited to excavating machinery, trenching machines, cranes, hoists, rollers, and motor vehicles, used in carrying out the work embraced in this Contract. c. The Contractor shall carry, during the life of the Con- tract, Property Damage Insurance with limits as set forth in the Instruc- tions to Bidders to protect him and his subcontractors from claims for property damage which might arise from operations under the Contract. d. Before commencing work, the Contractor shall submit evidence of the coverage required above to the City for review and approval. The City and its officers, employees and agents shall be named as additional insureds. The City will, in writing, identify the policies and indicate its approval or disapproval. New policies from other companies shall be provided in place of those disapproved. Such insurance shall be carried with financially responsible insurance companies, licensed in the State and approved by the City, and shall be kept in force until the Contractor's work is accepted by the City. Con- tracts of insurance (covering all operations under this Contract) which expire before the Contractor's work is accepted by the City, shall be renewed and evidence submitted to the City for its approval. 24. RISK OF LOSS The City assumes no responsibility for the condition of existing buildings and structures and other property on the Project Area nor for their continuance in the condition existing at the time of issuance of the Invitation for Bids or thereafter. No adjustment of Contract Price or allowance for any change in conditions which may occur after the Invitation for Bids has been issued, will be made. GENERAL PROVISIONS Page 12 of 14 Pages 25. DEMOLITION a. No right, title, property or interest of any kind whatsoever in or to the land or premises upon which such buildings or structures stand, is created, assigned, conveyed, granted or transferred to the Contractor, or any other person or persons. b. Only certain property (1) with the exception of steel stairs, steel gratings, electrical fixtures, may be salvaged by the Contractor and in the event of any doubt respecting the ownership of any particular property, the Contractor shall request from the City a written statement respecting its ownership. (2) The steel stairs, steel gratings, and electrical eixtures are to be dismantled and removed carefully to avoid damage by the Contractor and delivered to the City at the site at which time the City will transport them from the site. c. All salvage becomes the property of the Contractor but storage of such materials and equipment on the Project Area will not be permitted except for the duration of the Contract and such storage shall at no time interfere with activities of the City or of other contractors. buildings d. Personal property of third persons or of occupants of on the site shall not become the property of the Contractor. e. In the event that the City terminates the Contractor's rights to proceed in accordance with Section 14d, Termination of Contract: All right and all title in and to buildings, structures, material and property transferred by this Section and remaining on the Project Area, shall revert to and vest in the City without prejudice to any claim which the City may have against the Contractor arising from the Contractor's default. f. Materials left on the Demolition Area after acceptance of the work by the City shall be deemed to have been abondoned by the Contractor to the City and title thereto shall thereupon revert to and vest in the City, without prejudice, however, to any claim which the City may have against the Contractor arising from the action of the Contractor in so leaving such materials on the site. 26. LIVE UTILITIES AND OTHER PROPERTY a. The Contractor shall assume all responsibility for damage attributable to him to any property upon, or passing through, the Project Area, such as utility lines, surface improvements, or like items. b. If temporary disconnections of utility services are required to be made, the Contractor shall comply with all local requirements and regulations. GENERAL PROVISIONS Page 13 of 14 Pages 27. TEMPORARY FACILITIES a. Light and Power The Contractor may use power on the premises making connection thereto at Contractor's expense and in accordance with local codes and as directed by the City Manager. b. Water The Contractor may use water on the premises making connection thereto at Contractor's expense and in accordance with local codes and or directed by the City Manager. c. Toilet The Contractor shall provide and maintain a temporary sanitary toilet. d. Telephone Telephone service if and as needed, shall be provided and paid for by the Contractor. e. Signs No temporary signs shall be allowed on site with the exception of safety signs, etc., as approved by the City Manager. GENERAL PROVISIONS Page 14 of 14 Pages CITY OF TEMPLE CITY NON-FEDERAL LABOR STANDARDS PROVISIONS The following Non -Federal Labor Standards Provisions, including the following provisions concerning maximum hours of work, minimum rates of pay and overtime compensation, with respect to the categories and classifications of employees hereinafter mentioned, are included in this Contract pursuant to the requirements of applicable State or local laws. The limitations, if any, in these Non -Federal Labor Standards Provisions, upon the hours per day, per week or per month which employees engaged on the work covered by this Contract may be required or permitted to work thereon shall not be exceeded. Sec. 1 SANITARY AND WATER FACILITIES The Contractor shall provide, at his own expense, adequate drinking water and toilet facilities for workmen. Sec. 2 DISCRIMINATION PROHIBITED The Contractor shall not discriminate in hiring or during the employment of persons for this work on the basis of race, color, religion, sex, national origin or ancestry of such persons. Sec. 3 APPRENTICES Apprentices may be used in the performance of this Contract only in accordance with the provisions of the California Labor Code applicable to apprentices. Sec. 4 WORKER'S COMPENSATION As required by law, Contractor shall carry, and shall require subcontractors to carry, Worker's Compensation Insurance (in accordance with Section 2770 of the California Labor Code). Contractor certifies as follows: "I am aware of the provisions of Section 2770 of the Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the pro- visions of that Code and I will comply with such pro- visions before commencing the performance of the work of this Contract." NON-FEDERAL LABOR STANDARDS PROVISIONS Page 1 of 2 Pages Sec. 5 EMPLOYMENT RECORDS The Contractor shall keep, and shall require all sub- contractors to keep, accurate records showing for each worker employed on the work, his name, occupation, citizenship, hours worked, rate of pay, actual wages paid, including any payments to or on behalf of the worker for health and welfare, vacation, pension, and similar purposes. Such records shall be open at all reasonable hours for inspection by the City. Sec. 6 PREVAILING WAGE RATES The Contractor shall forfeit $25 as penalty to the City for each calendar day, or portion thereof, for each worker paid less than the stipulated prevailing wage rates for such work or craft in which such worker is employed for any work done under this contract by him or by any subcontractor under him in violation of Section 1770 through 1780 of the California Labor Code and Sections 33432 through 33425 of the California Health and Safety Code for each craft classifi- cation and tune of worker needed to execute this Contract. The current prevailing wage rates for such work and crafts to be employed on this Project is on file in the office of the City Clerk, NON-FEDERAL LABOR STANDARDS PROVISIONS Page 2 of 2 Pages CITY OF TEMPLE CITY EMERGENCY OPERATIONS CENTER IMPROVEMENTS SPECIAL PROVISIONS AND TECHNICAL SPECIFICATIONS PART I -- GENERAL 1. Nature and Scope of Work: The City of Temple City has a long-term lease with the County of Los Angeles, owner of the property, with the express understanding and approval of the County, for use as an Emergency Operations Center. The work to be done under these Specifications and Plans is for the modification and construction of improvements to the County Library Building necessary to accomplish the intended purpose. The work to be done under these Specifications and Plans includes the furnishing of all labor materials, tools and equipment, etc. required for the construction of improvements on the Temple City Library Building for the Temple City Emergency Operations Center consisting of 1) removal of existing steel stairs and grating, necessary demoli- tion, excavation and hauling, 2) construction of new stairs and stairway and mechanical room enclosure, 3) construction of partition walls in basement, 4) installation of air conditioning equipment, duct work and controls, 5) installation of new electrical service from the City Hall to the new mechanical room, including underground duct work connection to City Hall electrical panel, installation of new electrical service panels and transformer in new mechanical room, installing lighting fixtures in stairway area and rewiring existing basement lighting fixtures, and installing new electrical plugs, switches, fixtures, etc. in basement area, and all necessary related work as called for and shown on the construction plan. 2. Plans: The location of the work, its general nature and extent and the forms and details of the various features are shown on the drawings described below which are referred to in these Specifications by the word "Plans" or "Drawings" and are hereby made a part of these Specifications. 3. Specifications: The book entitled "Standard Specifications for Public Works Construction", 1979 edition, and all amendments, is hereby made a part ofthese Specifications, and is referred to herein as the "Standard Specifications". Any conflict or contradiction among the requirements in the various Specifications shall be brought to the attention of the City Manager whose decision thereon shall be final. SPECIAL PROVISIONS Page 1 of 5 Pages 4. Responsibility and Coordination: Contractor shall secure and maintain all required permits and licenses and pay all fees necessary to legally complete the work of this section. Contractor shall notify utility companies for all utilities to be cut off, modified or relocated, and shall maintain and protect all active utilities. 5. Protection and Safety: Contractor shall provide signs and 8' temporary fencing around the project area as directed by the City Manager to exclude persons, except those connected with the work, from entering the working area. Con- tractor is responsible for preventing unauthorized persons from entering working area. It shall be the Contractor's responsibility at all times during con- struction to adequately protect the public's safety. The Contractor shall take every precaution to protect the property adjacent to the project. All facilities such as utility, drainage or irrigation structures, fences, walls and other structures encountered, shall be protected in place and any damage to such facilities shall be repaired or replaced immediately to the satisfaction of the City. It is the Con- tractor's responsibility to locate and protect all utilities or sub- structures whether shown on the Plans or not. . Guarantees: Besides guarantees required elsewhere, the Contractor shall and hereby does guarantee all work for a period of one (1) year after the date of acceptance of the work by the City and shall repair and replace any and all such work, together with any other work which may be displaced in so doing, that may prove defective in workmanship and/or materials within the one (1) year period from date of acceptance, without expense whatsoever to the City, ordinary wear and tear excepted. In the event of failure to comply with the above mentioned conditions within a week after being notified in writing, the City is hereby authorized to proceed to have the defects repaired and made good at the expense of the Contractor, who hereby agrees to pay the cost and charges therefore immediately on demand. 7. Pollution Control: The Contractor shall properly clean the work as it progresses and prevent his operations from producing dust and noise in amounts damaging property or annoying persons living in the vicinity. SPECIAL PROVISIONS Page 2 of 5 Pages 8. Utilities: The City will attempt to identify and locate any private or public utilities in the construction area. However, it is possible that during the work unknown substructures requiring relocation or pro- tection may be encountered. The Contractor shall provide time and working space for protection or relocation activities. The Contractor shall carry out work carefully in the vicinity and shall locate all utilities shown on the plans. The Contractor shall be responsible for any damage to existing utilities regardless of exact location. Inactive or abandoned utilities shall be disconnected, removed, and plugged or capped subject to the local governing ordinances. Should the Contractor encounter any existing underground utilities not shown on the drawings, he shall at once notify the City Representative, who will determine further procedure. 9. Work by City or Others: The City may perform with its own forces or award to other Contractors any extra work on any portion of the project not included in this Contract. Should construction be under way by other forces or by other Contrac- tors within or adjacent to the limits of the work specified orshould work of any other nature be underway by other forces within or adjacent to said limits, the Contractor shall cooperate with all such other Contractors or other forces to the end that any delay or hindrance to their work will be avoided. The right is reserved to perform other or additional work at or near the site at any time, by the use of other forces. When two or more Contractors are employed on related or adjacent work, each shall conduct his operations in such a manner as not to cause any unnecessary delay or hindrance to the other. Each Contractor shall be responsible to the other by his operations, and for loss caused the other due to his unnecessary delays or failure to finish the work within the time specified for completion, 10. Site Investigation: The Contractor shall investigate the construction site in order to ascertain all conditions affecting necessary procedure and operations in the prosecution of the required work. 11. Laying Out the Buildings: The laying out of the work for himself and other trades, and the responsibility for the lay -out, shall rest with the General Contractor. SPECIAL PROVISIONS Page 3 of 5 Pages 12. "Or Equal": Where the term "or equal" is employed in these specifications, the Contractor shall base his figure on the goods specifically mentioned unless he shall, previous to the submission of his bid, obtain the Owner's written approval upon similar goods of equal quality, which he may then use as a basis for bids. 13. Drawing Dimensions: The drawing on which the work is shown, the dimensions of which are shown are to be accurately copied according to the scale to which the drawings are made; but figured. DIMENSIONS in all cases are to be followed, though they may differ from the scale measurement. ALL MEASUREMENTS SHALL BE VERIFIED AT THE BUILDING. 14. Notice by Contractor: Should anything be omitted from the drawings or specifications which is necessary to a clear understanding of the work, or should any error appear either in any of the various instruments or in the work done by other Contractors affecting the work included in the specifications, it shall be the duty of the Contractor to notify the Owner. In the event of the Contractor's failing to do so, he shall make good any damage or defect in his work caused thereby. 15. Prevention of Nuisance and Damage to Abutting Property: The Contractor shall take such precautions as are necessary and reason- able to protect adjacent properties from excessive dust, nuisance and undue noise. Dust sprinkling shall be provided by the Contractor as required by the City representative. The site shall be maintained to provide adequate and unobstructed drainage. The Contractor shall not commence with his demolition operation until adequate barricades and fences have been erected as per the provision of the City Building and Safety Code. The Contractor shall take such precaution as necessary to prevent damage to existing pavement, sidewalk, driveway and trees within the project area. Repairs of damage to sidewalks, pavement or curbs and replacing trees shall be the responsibility of the Contractor and shall be made to City of Temple City specifications without additional com- pensation. 16. Site Clean-up: The Contractor shall thoroughly rake, sweep, clean, and remove all debris from the job site including all concrete, masonry, lumber, scraps, stones, plaster, metals, and any other materials before project shall be deemed completed and accepted. SPECIAL PROVISIONS Page 4 of 5 Pages 17. Permits: Before proceeding to do any work on any parcel, the Contractor shall first secure any and all permits required by the City of Temple City. 18. Safe Pedestrian Access to Public Facilities: Safe pedestrian access shall be maintained around the project area at the end of each working day. SPECIAL PROVISIONS Page 5 of 5 Pages DIVISION 2 - EXCAVATING AND GRADING 1. Standard Specifications together with the accompanying drawings are intended to provide for all labor and materials necessary to complete all excavating and grading as shown on drawing° and all other work ae hereinafter mentioned. Read foregoing General Gond- itione, which form a part of this Contract. 2. Scope: '.Phis work include° all excavations for footings, flooro, etc., and the leveling up of all concrete floor space, and all back - filling and finish grading. 3, Tronches: All trenches shall be excavated to the neat size as far Ae possible. Level all trenches to a line on the bottom. Do not pour concrete in any trenches until they have been inspected and approved. 4. Fillings: The excavated material is to be used for filling in wherever necessary and all, refilling is to be carefully done, firm- ly tamped and puddled with water. Do not fill in around the walls until the concrete has thoroughly set and moisture sealed. DIVISION 3 - CONCRETE WORK 1. Standard Specifications together with the accompanying drawings are intended to provide for all labor and materials necessary to complete all concrete work as shown on drawings and other work as mentioned hereinafter. Read foregoing General Conditions which are a part of this Contract. 2. General: Protect all cement from damage by weather or water at all times from the warehouse to the time of mixing. All concrete work io to be properly placed, brought to the correct level, plumb and square and upon removal of the forms shall present a true, un- broken surface, free from honeycomb or voids. 3. Materials Cement is to be any American made Portland Cement, puraiiased with a guarantee that it will pass the Standard Speci- fications for Testing Materials. It shall be delivered. in the orig- inal packages, plainly marked with the manufacturer's name and chow no signs of deterioration. Rock -- Gravel rock or crushed rock shall be clean, hard and durable and shall pass thru a li" mesh and over a j-" mesh and be well grade for size. Sand - ALt. sand °hall be clean ouartzite granite, or other equally hard material graded from fine to coarse with coarse material predominating, free from loam, quicksand, foreign or vegetable matter and containing not more than 5% clay or silt. Reinforcement° - Bars where ehown shall be deformed bars of sizes and placement shown and shall be free from loose scale and rust; the shall conform to A.S.T.M. Specifications for Billet Steel Bars (A15 . Wire mesh where shown shall be 6" x 6" -- i1O ga. electri- cally wel ea wire mesh,. or as shown om Plans. TECHNICAL SPECIFICATIONS Page 1 of 23 Pages 4. Proportions: Plain concrete for footings, foundation walla, piers, etc. shall be composed of a mixture of one part cement to three parts sand and four parts 1. rock (1:3:4) showing smooth even surfaces when the forme are removed. Water content to be not more than seven and one half (7i) gallons of water per Back of cement. 5. Workmanship and Mixing: All concrete shall be mixed in a mechan- ical batch mixer or may be transit mixed. Mixing shall continue for at least 1 to 1 minutes after all materials are placed in the drum. Drums shall be discharged completely before the mixer is re -charged. Concrete which has reached ite initial set shall not be used, and no concrete shall be re -tempered. Transit mixed concrete shall be mixed and delivered in accordance with the requirements set forth in the A.S.T.M. Standard Specifications for Ready Mixed Concrete (09?. 6. Forma: All walls and footings shall be formed with substantial lumber and braces; tight.fittings; free from debris of all kinda and shall be thoroughly drenched with water before the concrete is poured. Forms shall not be removed from walls and footings in less than two (2) days. 7. Pourl.p : All forms shall be thoroughly cleaned and set before running concrete. All concrete is to be tamped so as to produce an even, hard surface when the forms are removed. All concrete is to be drenched with water twice daily for two days after being placed. 8. Concrete Floors: Fill to the proper level with sand. All to be well puddled and tamped. Top finish shall be trowelled to a smooth hard finish. All exposed faces of concrete shall be carefully steel trowelled to produce a neat, smooth surface. A11 floors and Blabs shall be steel trowelled to produce a dense, slick surface, unless noted. 9. Bolts: Anchor bolts shall be set in concrete as shown on Plans. Various other metal connections shall be set in place before the pouring of the -concrete. 10. Vapor Barrier: Where noted on Plana, install Visqueen, Sisal- kraft, or equal, 6 mil polyethylene film overfill through -out. TECHNICAL SPECIFICATIONS Page 2 of 23 Pages DIVISION 5 ., STEEL STAIRS Standard Specifications together with the accompanying drawings are intended to provide for all labor and materials necessary to complete all steel work. Read foregoing "General Conditions." Scope of Work: This shall include the furnishing and installing of steel stairs indicated or implied on the drawings. This includes steel beams, columns, angles, saddles, misc. .trap connections, latter etc. This shall include all fabrication and erection. Material: All steel shall be new steel complying with the current applicable specifications of the American Society for the Testing of Materials A36 and A.W.S. Specifications. All +steel shan be given one coat of approved metal protection primer prior to delivery. DIVISION 6 - CARPENTRY 1. Standard Specifications together with the accompanying drawings are intended to provide for all labor and materials necessary to complete all carpentry work as shown on drawings and all other work as herein- after mentioned. Read foregoing "General Conditions" which are a part of this Contract. 2. General: Carpentry shall include all labor, materials and appliances required for furnishing and setting all rough carpentry and framework; all finish carpentry work as shown on drawings; all mill work, door frames and other wood work of any description shown, indicated or implied by the drawings. 3. Hardware: All rough hardware, including nails, spikes, bolts, hinge, Stanley #40 Ald magnetic cabinet catches, door hangers, etc. are a part of this Contract. Finish hardware is to be heavy duty Schlage furnished by the City and set by this Contractor. All hard- ware is to be set in the most careful manner and left in perfect working order. Any hardwaTe improperly set, defaced or injured, before being turned over to the Owner, must be made good by this Contractor. 4. Lumber and fralnin : All rough and framing lumber, unless otherwise specified, s al comp y with the West Coast Lumber Inspection Bureau ratings and A.S.T.M. Specs. D-2555-69 and D--245-69 as noted on the Plana, reasonably free from knots and of tie size hereinafter spec- ified or shown on the drawinga. All exterior studs shall be 2" x 4" 6116" o.c. and all interior studs shall be 2" x 4" 0016"•o.c. except as otherwise noted on drawings. All mudaille as shown on drawings are to be of Pressure Treated Douglas fir and securely anchored to the foundation. All joists are to be thoroughly secured to bearinga. They shall be selected for crowning and shall have crown side up. All joists carry- ing a load roust be blocked solid at each bearing, over each partition and at midapan or not to exceed 8' - 0". TECHNICAL SPECIFICATIONS Page 3 of 23 Pages Studs are to have a single plate at bottom, double plate at top, and one row of solid blocking half way between floor and ceiling a mead-- lmurn 8' - 0" o.c. vertically. Do any other necessary blocking for vents, etc. All corners to be solid, well specked together, and have diagonal braping. Deuble studs around all openings. All walls not plywood sheathed over 25' in length shall have 1" x diagonal braces let -in. Joints in plates are to be broken over studs and no two together. The frame of the building is to be thoroughly spiked to insure a rigid frame. 611 5. Interior Trim: All interior trim shall be kiln -dried B or better, VG S4S D.F. Doors shall be cased with dry wall milcor stock casing, except where noted. 6. Doors: Exterior doors, as noted, to be 1-3/4" steel. Interior doors to be 1-3/4" or 1-3/8" solid core flush or hollow core flush Hardboard, as noted. See plans for various door types (Dutch). DIVISION 7A - ROOFING Roof shall be a Class A built-up roof consisting of one 23 lb, base sheet, two (2) sheets of 15 lb, asbestos and 400 lbs. per square of roofing gravel embedded in a 60 lb. flood coat of hot asphalt. DIVISION 7B -- INSULATION Provide and install R-19 first grade Batt Insulation over ceiling of new work and R-11 Batts in all exterior walls and interior walls indicated. Insulation shall be Premier Rockwool Batts, Johns - Manville Fiberglass Batts, or equal. DIVISION 7C - SHEETMETAL WORK Standard Specifications together with the accompanying drawings are intended to provide for all labor and materials necessary to com- plete all sheetmetal work as shown on drawings and all other work as hereinafter mentioned. Read foregoing "Genera]. Conditions" which form a part of this Contract. Scope of Work: This shall, include the furnishing and installing of alb sheetmetal work indicated or implied on the drawings and necea- wary to make the building watertight. This includes all flashings and counterflashings, vents, scuppers, downspouts, roof hatch cover, air cond. platform, etc. Materials: All sheetmetal work shall be.26 ga. galvanized iron, un- less noted. All soldering and jointing of materials shall be care- fully and neatly done. All sheetmetal work shall be carefully installed. TECHNICAL SPECIFICATIONS Page 4 of 23 Pages DIVISION 9A - DRYWALL WORK I. Workmanship: All work shall be done in a workmanlike manner and by skilled workmen. Read foregoing "General Conditions" which form a part of this Contract. 2. Sco e: Interior walls and ceilings, unless noted, shall be finished with gypsum wallboard sheetrock as manufactured by the United States Gypsum Co., or equal, applied in accordance with the manufacturer's specifications, and to comply with existing Code. Use 5/8" type X wallboard where noted. All joints shall be reinforced and concealed with Perf-a-tape joint system applied in accordance with manufacturer's specifications & U13C.• DIVISION 9B - LATHING & PLASTERING 1. These specifications together with the accompanying drawings are intended to provide all labor and materials necessary to complete all lathing and plastering as shown on drawings and all other work as here- inafter mentioned. Read foregoing "General Conditions" which are a part of this Contract. 2. General: The Plastering Contractor shall familiarize himself with the specifications for Carpentry and other work upon the building before proceeding to furnish bid for plastering. He shall examine all condi- tions affecting his work. The plastering contractor shall furnish all necessary tools, scaffolds, cartage, and other applicances needed to fulfill the requirements of these specifications. All scaffolding shall be erected and maintained in accordance with all applicable ordinances. All materials shall be protected while stored on the site. The plastering contractor shall inspect the grounds, backing and other details before beginning his work and shall report to the general contractor any unsatisfactory conditions which may affect the lathing and plastering. After such inspection, the plastering contractor shall be held responsible for any.defect which may later appear in his work. This contractor shall properly connect all his work to all piping and other details in contact with plaster surfaces and shall promptly do all plastering that may be necessary from time to time after other workmen have finished their work. He shall see that all wood surfaces are left clean and unmarred by plaster. All finished plaster shall be smooth and even and straight upon completion. No bulges, irregularities, cracks, or trowel marks will be allowed. The plastering contractor shall see that all plaster is left in a perfect condition. 3. Exterior Lathing: Aqua -Mesh (B) waterproofed building paper with reinforcement shall be used on all exterior plaster work. TECHNICAL SPECIFICATIONS Page 5 of 23 Pages 4, Exterior Plastering: All exterior lath is to be covered with plaster; three coats with thickness of 7/8". The first coat is to be composed of 10% hydrated lime, 1 part Portland Cement, and 31/2 parts properly graded plastering sand. This coat shall thoroughly cover the reinforcing mesh and be heavily cross scratched. Not less than seven (7) days after application of first coat; a second coat shall be applied same as the first, at 1" thick. Both coats are to be sprayed with water at intervals to insure proper setting. Not less than two (2) weeks after application of second coat, a third coat of La Habra Stucco 1/8" thick shall be applied in accordance with the manufacturer's specifications. Color to be selected by Owner. DIVISION 9C - PAINTING 1. These specifications together with the accompanying drawings are intended to provide for all labor and materials necessary to complete all painting as shown on drawings and all other work as hereinafter mentioned. Read foregoing "General Conditions" which form a part of this Contract. 2. Scope of Work: The work to be done by the Painting Contractor including the furnishing of all material, labor, tools and equip- ment which shall be required to complete the painting and finishing of the Building as specified. 3. Workmanship: The work shall be done in a workmanlike manner and by sKilled mechanics. All materials shall be evenly spread and smooth- ly flowed on and shall be free from runs or sags and no paint or enamel shall be applied until the proceeding coat is thoroughly dry and hard. No exterior painting shall be done in rainy or damp weather or the surface is thoroughly dry. No interior painting or finishing shall be permitted until the has been thoroughly dried out. In general, exterior oil paints shall be allowed to dry at leant 48 hours between coats and interior paints shall be allowed to dry at least 24 hours between coats. All interior coats shall be sanded lightly with No. 0 sandpaper and dusted before succeeding coat is applied. 4. Preparation of Surfaces: The Painting Contractor shall be wholay responsible for the finish of his work and therefore shall not commence any part of it until the surface is in proper condition in every respect. If the Painting Contractor considers any surface unsuitable for the proper finish of his work that it can not be rectified by sanding, he shall notify the Owner of this fact in writing before any materials are applied and he shall not apply any material until the unsuitable surfaces have been made satisfactory or the Owner has instructed him to proceed with the work. until bui ldin6 TECHNICAL SPECIFICATIONS Page 6 of 23 Pages 5. Materials: All materials shall be Pittsburgh, Arneritone, Duller, or equal, firat quality and shall be delivered to the job in their original sealed containers. All mixing shall be done on the premises and the materials shall be thoroughly agitated and starred. No materials shall be changed or reduced in any way except as and when specified and the thinners must be pure. 6. Removal: When the work is completed, the Painting Contractor shall remove all surplus materials, scaffold, etc. and shall clean off misplaced paint, varnish, etc. so as to leave the premises in perfect condition, acceptable to the Owner. 7. Exterior Work: a. Exterior Stucco No painting required. b. Exterior Galvanized Metal Wash with metal etch. One (1) coat metal primer One (1) coat finish, semigloss oil -based enamel c. Exterior Wood One (1) coat primer One (1) coat finish, semigloss oil -based enamel d. Exterior Steel Doors & Frames One (1) coat metal primer (spot as needed) One (1) coat metal undercoater One (1) coat finish, semigloss oil -based enamel 8. Interior Work: a. Interior Drywall One (1) coat PVA sealer One (1) coat Latex semigloss enamel b. Interior Wood Doors One (1) coat primer One (1) coat finish semigloss oil -based enamel c. Interior Concrete Walls & Ceiling One (1) coat PVA sealer One (1) coat Latex flat enamel TECHNICAL SPECIFICATIONS Page 7 of 23 Pages d. Interior Ferrous Metal (Steel Stairs) One (1) coat metal primer (spot as needed) One (1) coat metal undercoater One (1) coat finish industrial enamel e. Interior Galvanized Metal (If used for Ducts) Wash with metal etch One (1) coat metal primer One (1) coat finish Latex flat enamel f Interior Metal (Pipes & Ducts, etc.) One (1) coat metal primer One (1) coat finish Latex flat enamel All enamel coats shall be carefully sanded with fine sandpaper and dusted before succeeding coats are applied. City to select colors prior to application by Contractor. TECHNICAL SPECIFICATIONS Page 8 of 23 Pages DIVISION 15A - HEATING, VENTILATING AND MR CONDITIONING (HVAC) Scope The work covered by this Special Provision consists of furnishing all labor, materials, equipment, and performing all operations for complete and operable heating, ventilating and air conditioning systems. following: Work Description The work shall include but shall not be limited to the a. Heat pump to provide both heating and cooling. b. Outside air louvers, controls, ductwork and air distri- bution devices. c. Insulatj.on for all ductwork. d. Exhaust fans, including ductwork, where shown on the drawings. e. Testing and balancing. f. Cutting and patching. Related Work Not Iurnishecj and Inwtallkd Under this Special Provi ion All line and low voltage conduit, all line voltage wiring, disconnect switches, magnetic and manual motor starters, relays, switches and other accessory electrical equipment shall be furnished and installed complete unless specifically noted otherwise. Rules, Regulations and Permits All HVAC equipment and materials shall be installed in accordance with the requirements of all legally consituted author- ities having jurisdiction. Nothing in these plans and specifications shall be construed to permit work not in conformance with the codes. The contractor shall apply and pay for all permits, fees, inspections, examinations and tests required by any of the legally constituted authorities. TECHNICAL SPECIFICATIONS Page 9 of 23 Pages The Contractor shall also obtain '+Certificates of Completion1' showing acceptance with compliance with the regulations of the agencies involved. Work shall not be deemed complete until such certificates have been delivered to the City Engineer. ..ocati,on, end Routing Before commencing work, the Contractor shall carefully review the drawings, and shall make a careful examination of the premises and any existing work. He shall definitely determine, in advance, the methods of installing and connecting all equipment, the means to be provided for getting the equipment in place, and shaJ1 make himself thoroughly familiar with the requirements of all crafts. Verification of Dimensions Before proceeding with any work, the Contractor shall carefully check and verify all dimensions, sizes, etc., and shall assume full responsibility to the filling in to all equipment and materials of all trades and to the structure. Coordination of Wor14 Anchor bolts, sleeves, inserts and supports that may be required for the mechanical work shall be furnished,by the Con- tractor. Location of anchor bolts, sleeves, inserts and supports shall be directed by the trade requiring the installation, which trade shall also insure that they are properly installed. Any expense resulting from the improper location or installation of anchor bolts, sleeves, inserts and supports shall be paid for by the Contractor. Slots, chases, openings and recesses through floors, walls, ceilings and roofs as specified will be provided by the Contractor, but the trade requiring them shall see that they are properly located and shall, with the approval of the City Engineer, do any cutting and patching caused by the neglect to do so. Locations of pipes, ducts, electrical raceways, switches, panels, equipment, fixture, etc., shall be adjusted to accommodate the work to interferences anticipated and encountered. The Con- tractor shall determine the exact route and location of each pipe duct and electrical raceway prior to fabrication. a. Right-of-way: Lines which pitch shah have the right - of --way over those which do not pitch. Lines whose elevations cannot be changed shall have the right-of- way over lines whose elevations can be changed. TECHNICAL SPECIFICATIONS Page 10 of 23 Pages b. Offsets, transitions and changes in direction in pipes and ducts shall be made as required to maintain proper head room and pitch of sloping lines whether or not indicated on the drawings. The Contractor shall furnish and install all fittings, air vents, dirt legs, etc., as required to effect these offsets, transitions and changes in direction. Copies of a complete list of all materials and equipment proposed for installation under this work shall be submitted to the City Engineer giving in the case of each item to be used, the name of the manufacturer, trade name, and the catalog number of the articles. The list shall be complete for the project, shall be submitted at one time, and shall contain only one manufacturer, one trade name, and one catalog number of the articles. Data submitted for each item shall be properly identified by reference to the item number of paragraphs in the specifications and drawing equipment schedule designation. Any deviation from an item as specified shall be clearly indicated on the submittal and noted as such. SPOT' DJ AWINO The mechanical drawings show the general arrangement of all piping, equipment, and appurtenances and shall be followed as closely as actual building construction and the work of other trades will permit. The mechanical work shall conform to the requirements shown on all of the drawings. General and structural drawings shall take procedence over mechanical drawings. Because of the small scale of the mechanical drawings, it is not possible to indicate all offsets, fittings and accessories which may be required. The Contractor shall investigate the structural and finish conditions affecting the work and shall arrange his work accordingly, providing such fittings, valves and accessories as may be required to meet such conditions. The locations of equipment, ductwork and piping, as indicated on the drawings, are in the desired locations. However, locations may be changed to meet the architectural and structural conditions as required, an/or indicated on the approved shop drawings, and as directed. After receiving approval of the items on the materials and equipment lists, and before installation of any of these items, the Contractor shall submit complete shop drawings and such other descriptive data as the City Eng. may require to demonstrate compliance with the contract documents. If departures from the contract drawings are deemed necessary by the Contractor details of such departures, including changes in related portions of the project and the reasons, shall be submitted with the shop drawings. TECHNICAL SPECIFICATIONS Page 11 of 23 Pages 0 'ERATING AND MATJPFNANCE INSTRUCTIONS . inininnwn of three complete sets of operating and maintenance instructions for each piece of equipment, bound in booklet form, shall be given to the Engineer, Approved wiring and control diagrams of the entire system, framed under glass, shall be post- ed at locations designated by the Engineer. Operating instructions explaning pre- ventive maintenance procedures, methods of checking the system for normal safe operation, and procedure for safely starting and stopping the system shall be pre- pared in typed form, framed under glass, and posted beside the wiring and control diagrams. Upon completion, a competent instructor shall be provided by the Con- tractor to instruct Maintenance personnel, in the operation and maintenance of the air conditioning systems. YINAL INSPECTION AND ACCEPTANCJ After all requirements of the plans and specifications have been fully completed, representatives of the Engineer will inspect the work. The Contractor shall pro- vide competent personnel to demonstrate the operation of any item or system to the full satisfaction of each representative. HEAT PIMP Cabinets shall be heavy gauge galvanized steel with a weather resistant baked enamel finish. Access to the electrical controls and compressor shall be made by removing two service panels. Unit shall be provided with mounting -lifting rails. The Compressor System shh11 contain a hermetic compressor and shall have high and s pressure protection, sump heat and solid -stage compressor overload protection. 'L e refrigerant circuit shall include service pressure tap ports, check valves, switch -over valve, refrigerant line filter driers and factory furnished holding charge R-22. Coils shall be constructed of aluminum and shall be mechanically bonded to seamless aluminum tube. The coils shall have expansion valve refrigerant control during heating operation and 4utomatic temperature/pressure actuated defrost control system. There shall be two single speed, direct drive, vertical discharge outdoor fans. The unit shall, as factory shipped, cycle one fan motor on outdoor thermostats for low ambient cooling down to 30°F. outdoor temperature. Controls shall be factory wired and readily accessible. Compressor shall have solid state overload protection, high and low pressure cutouts, 24 -volt control trans- former and magnetic contactor. TECHNICAL SPECIFICATIONS Page 12 of 23 Pages AIR HANDLERS Cabinets shall be constructed of heavy guage galvanized steel with baked enamel finish and shall be internally lined with foil -faced fiberglass insulation. Filters shall be a high velocity semi -permanent type urethane foam filter. The unit shall include a low voltage terminal board and fan motor relay. Blowers shall be belt driven with variable pitch pulley and permanently lubricated ball -bearing motor. Evaporator coils shall have expansion valve and shall have factory installed eva- porator defrost control. ,INSULATION All insulation shall have composite (insulation, jacket or facing, and adhesive used to adhere the facing or jacket to the insulation) fire and smoke hazard ratings as tested by procedure ASTM E84, NFPA 255 and UL 723 not exceeding: Flame Spread: 25 Smoke Developed: 50 Accessories, such as adhesives, mastics, convents, tapes and asbestos cloth for fitting, shall have the same component ratings as listed above. All products or their shipping cartons shall bear a label indicating that flame and smoke ratings do not exceed above requirements. Any treatment of jackets or facings to impart flame and smoke safety shall be permanent. The use of water soluble treatments is prohibited. The Contractor shall certify that all products used have met the above criteria. External duct insulation shall be Johns -Manville Foil, Skrbn-Kraft faced, R Series "Micro--Lite"; thermal resistance R-8 or an approved equal by Certainteed or Knauf. Internal duct insulation shall be 1" thick, 1 2 -lb. density "Line-Coustic: duct liner by Johns -Manville, or equal by Certainteed or Knauf. (Sizes given on plans are net dimentsions). n I LE DUCT All flexible ductwork shall be Glassflex SL -181 or equal. YLASHINGS All roof penetrations not requiring curbs shall have 22 -gauge sheet metal ventilated flashing with a minimum of 10 -inches of the base extended on the roof. A storm collar of 16 -gauge or heavier shall be clamped around the duct immediately above the flashing. TECHNICAL SPECIFICATIONS Page 13 of 23 Pages FLEXIBLE CONNECTIONS Flexible connections for inlet and discharge duct connections to all supply and re- turn fans shall be double coated Neoprene and glass fiber cloth, approximately 3 -- inches long, held in place with securely bolted angel iron, or by a cinch type clamp- ing ring for round opening, Ventglas, or equal. DUCTWORK INSTALLATION Unless otherwise specified all duct work shall be in com.formance with the S +IACNA Low or High Velocity Duct Construction Standard as they apply. The installation shall comply with NFPA NO. 90A. Dimensions shown on drawings are net. Provide an allowance for ductwork with internal lining. Make elbows either standard radius (space permitting) or square with double vanes. This applies to exhaust, return and outdoor air ducts as well as supply ducts unless otherwise noted. Fabricate transitions with a maximum slope of one -inch in seven -inches, except that a one -inch in four -inch slope is acceptable where the duct area decreases in direc- tion of flow. Provide a branch at each inlet or outlet at least long enough to contain the grille, register or diffuser, dampers, and all associated air turning devices when in the full closed position. Sheet ]fetal- Corners of cross joints shall be closed. Do not use cross -breaking in lieu of other types of reinforcing. Flat areas over 18 -inches wide shall be stiffened by cross -breaking unless duct will have thermal insulation or sound absorbing lining. Use of inside longitudinal standing seams is optional. Duct Subports--General-- Do not attach duct supports to metal roof decks, metal wall, cement asbestos wall, or precast concrete panels. Approvals shall be obtained from the Engineer before supporting horizontal ducts from any wall unless specifically so noted. Supplemental structurals shall be installed where necessary for the attachment of supports. Horizontal Duct Supports - Horizontal duct supports shall be trapeze hangers hung with 3/8" rods spaced according to code. TECHNICAL SPECIFICATIONS Page 14 of 23 Pages Vertical Duct Supports- Where ducts pass through floors, support them with angles at the floor attached to the long sides of the duct. Completely close the floor opening by installing additional angle brackets. Supports shall not be spaced greater than 10 --feet on center. Penetrations of _puildjng Elements-- Where ducts run through partitions and ceiling, not requiring fire dampers, seal the space around the duct with rope as- bestos, mineral wool, or other incombustible material to prevent passage of flame and smoke. Furnish and install 1-.1211, 20 -gauge, galvanized sheet metal sleeve angle collar on both sides of the partition or ceiling to cover the openings and to pro- vide a neat finish. Where fire dampers are required, install angles in accordance with the l°Duct Manual!' and NFPA NO. 90A. Where ducts penetrate the roof, provide a weather proof opening using prefabricated curbs and flashing shall be provided. INSULATION INSTALLATIQN All insulation shall be applied in a neat and workmanlike manner. Insulation shall be applied over clean, dry surfaces only after all leakage tests and inspections have been completed by the City Engr. External duct insulation shall be lapped 2 inches at all joints. Fasten in place with 16 -gauge Soft galvanized wire not more than 12 - inches on centers for straight sections and.not more than 3 inches for.elbows and fittings. TESTS ANP ADJPSTIOEJTS No ducts or equipment shall be concealed or covered until they have been inspected and approved by the City Engineer. The City Engineer shall be notified when the work is ready for inspection. All work shall be completely installed and tested as required herein. All tests shall be repeated to the satisfaction of those making the inspection. The Contractor shall set all dampers and completely balance the complete air hand- ling system so that the volume of air indicated on the drawings is being delivered at the openings. He shall adjust and readjust this part of the work until the operation complies with the requirements of the specifications and all air volumes -are adjusted to within plus or minus 10% as shown. Mark permanent position of damper after balance has been completed. Also mark with curbed arrow direction to open and indicate with a slash mark the full y closed position. The Contractor shall inspect all ductwork prior to closing -in to verify to his satisfaction that all fittings, dampers and balancing devices are properly fabri- cated and installed as specified and that he will be able to properly balance the system. All readings shall be taken by the Contractorls personnel using their own instruments. The Contractor shall provide and install any dampers, pulleys or other items that may be required to properly balance the system. The Contractor shall make a complete written detailed report of each test to the City Engineer including air volume readings at ail supply, return and exhaust air open- ings and fans, the total static and motor pulley sizes and speeds. TECHNICAL SPECIFICATIONS Page 15 of 23 Pages The Contractor shall completely adjust and reajust the temperature control system so that n11 thermostats are maintaining the required temperatures in all portions of the building so equipped. All tests shall be verified in the presence of the City Engineer, TECHNICAL SPECIFICATIONS Page 16 of 23 Pages DIVISION 16 -- ELECTRICAL WORK General Conditions: The requirements of the General Conditions apply to all work herein. Scope of Work: The Electrical subcontractor shall provide all labor and materials herein specified and tools, machinery, equipment, appliances and services as necessary to complete the electrical work under this contract. He shall coordinate his work with the work of other trades to expedite job progress. The electrical system shall consist of a three phase 480 volt service as shown on Plans. Codes: All work performed under this Section shall conform to the following codes or regulations: Title 8, State Building Standards Electrical Code of the State of California. All Federal, State, County and other local codes, ordinances, rules and regulations. Permits and Inspections Electrical Contractor shall secure all required licenses, and permits involved with the performance of the electrical work on this project and shall arrange for all inspections as may be required by the enforcement agencies. Corrections for items' of workmanship or method of installation that may be required by the enforcement agency shall be promptly accomplished without additional cost to the Owner. Drawings For purposes of clarity and legibility, the drawings are essentially diagrammatic in nature. Although sizes and location of equipment is shown to scale wherever possible, Electrical Contractor shall confirm all locations of outlets and junction boxes and panels with all available data prior to installation. Do not scale electrical drawings. Sleeves, Cutting and Patchinic Electrical Contractor shall be responsible for the timely placing of sleeves for all conduit passing thru walks, partitions, beams, floors, and roofs. Sleeves set in concrete shall be Schedule 40 pipe one aize larger than the conduit they will contain. Space between sleeve and conduit shall be sealed with mastic. TECHNICAL SPECIFICATIONS Page l7 of 23 Pages Materials General All materials furnished by the Electrical Contractor for this project shall be new and be delivered to the job site in original cartons or reels. Only Underwriters' Laboratory (UL) approved materials shall be furnished except for materials or equipment for which UL testing and approval is not available. Such items shall be approved by an independent test laboratory.or shall be approved for use without label by the enforcing authority. Proposals for substitutions will be considered when submitted in accordance with the General Conditions of this specification. Wiring Materials Conduit: a. Rigid conduit shall be hot dipped galvanized inside and out with an enamel finish inside and out. b. Electric metalic tubing (EMT). c. Non--metalic duct shall be rigid PVC type 40 plastic in all sizes. d. Flexible conduit shall be "Sealtite, Type UA." Conduit Fitting: a. Conduit fittings shall be cast or malleable type and shall have an enamel coating. Fittings for aluminum conduit shall be copper free aluminum. Covers for outside of building shall be installed with gaskets. b. EMT fittings shall be the set screw inside type. c. Flex fittings shall be of a type designed for type UA flexible conduit. Conduit Supports and Hangers: a. Rigid conduit shall be supported at intervals not to exceed 10 feet by means of straps or hangers designed for the purpose or by approved clamps on formed channel inserts or trapeze hangers. Where two or more conduits run parallel, hangers or inserts shall be provided. Conduit shall be arranged to minimize crossing of conduit and shall be neatly racked. b. Each 10' length of EMT will be supported at two pointri. There shall be a support not more than 2' from each box or fitting. Provide straps and hangers as required for rigid conduit. Boxes and Box Covers: a. Outlet boxes and covers shall be pressed steel knockout typo, galvanized or cast of non-ferrous metal. Installation of boxes shall not require displacement of reinforcing. Outlet boxes shall be used as pull boxes wherever feasible and in such instances shall be at least 4 inches square. Whore separate pull boxes are required they shall have screw covers and shall be painted where indoors, galvanized where outdooru; outdoor boxes shall be gasketed with hubs. TECHNICAL SPECIFICATIONS Page 18 of 23 Pages Boxes and Box Covers; b. Except where otherwise indicated, outlet boxes shall be finished off with plaster rings set flush with finished wall. c. Telephone and thermostat outlet boxes shall be 4-11/16 sq. x 2-1/8" deep with single -device plaster rings. d. Wall switch outlets shall be set 4'-6" above finished floor. e. Receptacle and telephone outlets shall be set 12" above finished floor unless indicated otherwise on the drawings. f. All wall outlets within six inches of each other horizontally shall be aligned vertically. g. All exposed boxes to be cast aluminum, type "FS" with device ring and "Sierra S" type stainless steel plate. Outlet Finish Plates: a. Outlet finish plates shall be ivory plastic in all areas having a concealed raceway system. Plates shall be equal to Sierra or approach equal. b. Outlet finish plates for exposed raceway shall be stainless steel. c. Plates shall be of the type required for the outlet and shall be provided for all wall switches, receptacles, push buttons, telephone outlets, etc. Building Wire and Cable: a. All conductors shall be copper. b. Insulation shall bear manufacturer's trademark, type and voltage rating of insulation, and wire size. c. Conductors shall not be installed in raceway until boxes and conduit system has been freed of moisture and debris. d. Conductors shall be continuous between outlets. Splices shall be made only in outlet or junction boxes. e. Wire and cable for circuits of 600 volts or less shall have 600 -volt insulation and shall conform to the following: (1) Wire smaller than #12 AWG shall not be used except for motor control and fixture loads. (2) In dry locations, all sizes shall be type "THW". (3) Conductors in*conduit below grade in on -grade slabs, refrigerators and areas which are considered wet, shall be "TRW". f All branch circuit conductors and small feeders shall be pulled into conduit by hand without the use of lubricants. Power pullers and lubricants such as Wire-eze may be used for installing conductors size 0 or larger. Splices of conductors size #10 AWG or smaller shall be made with pre - insulated splicing devices. Such devices shall be either 3M Scotchlok or Ideal wing type nuts. Splices will be made with care to avoid nicks in the conductors. Splices of conductors size #8 AWG and larger shall be made with compression type connectors. Such connectors shall be Burndy "Hylug" or Thomas & Betts "Shure Stake." TECHNICAL SPECIFICATIONS Page 19 of 23 Pages All splices in 600 V wire and cable which are not pre insulated shall be taped with two layers (each layer 2 lapped) of Scotch #33 tape or approved equal tape. All such joints in damp areas shall be painted with two coats of glyptal. Wiring Devices: a. All wiring devices shall be specification grade. b. All receptacle bodies and switch handles shall be ivory. c. All general purpose receptacles shall be grounding type 15A, 125 volt, Hubbell. 5262-1 (ivory) or equal. d. Toggle switches shall be rated at 120/277 volts and shall be flush tumbler "Quiet" type, Sierra catalog # 5110 (ivory) . Conduit Installation Conduit installed below grade outside of building lines shall be encased in concrete duct bank and shall be buried as detailed. See details on sheet E-1. Conduit in concrete slabs on grade shall be rigid galvanized or non- metallic. All exposed conduit shall, be run parallel to floors and walls of building. All connections to motors, adjustable or vibrating equipment and transformers shall be made with flexible conduit not to exceed 30" length. All conduit in finished rooms shall be concealed. Lighting Fixtures and Lamps Install on each designated outlet the lighting fixtures as indicated on plans. Such fixtures shall be complete including all required lamps, lenses, diffusers, ballasts, starters, supports and hangers. Fluorescent fixture diffuser shall be acrylic. Ballasts for fluorescent fixtures shall be high power factor type, Class P and shall bear the seal of the Certified Ballast Manufacturer's Association in addition to that of the Underwriter's Laboratories. Ballasts shall be G. E. Advance or Universal. All lamps shall be first line General Electric, Westinghouse or Sylvania. Fluorescent lamps to be equal to Sylvania "Super Saver II". Timers: Provide and install one (1) Astro Dial timer as manufactured by Paragon Electric Co., or equal. TECHNICAL SPECIFICATIONS Page 20 of 23 Pages Li;h Lind and Appliance Panels Panelboards shall be circuit breaker type, as manufactured by General Electric Company, Westinghouse, ITE, Square D, or approved equal. Circuit breakers shall be trip free, thermal magnetic plug -on, quick - make, quick -break type which must meet the following requirements: a. Minimum AIC shall be 10,000 amperes symmetrical. b. Breakers shall accommodate lockout clips or have lockout provisions and shall be able to trip automatically with lockout in place. c. Breakers in ratings 15 to 100 amperes shall be interchangeable in the panelboard assembly without bussing re -arrangement. d. Two and three pole breakers shall be common trip type. Each breaker shall have its circuit number identification label separate from the breaker. Numbering shall be permanently attached. Factory finish is acceptable onsu:face-mounted panels. Flush panels shall be prime coated and finished to match surroundings. Panelboards for 120/208 volt service shall be equal to Westinghouse NQP or Square D NQO. Distribution Panels and Switchboards Distribution panelboard shall be completely metal -enclosed, and shall be a front accessible. Panelboard shall be shipped by manufacturer as a complete unit, with all necessary cross bussing installed. Unit shall comply with NEMA Standardo for Class I distribution panel - board. Section shall be constructed of die -formed 11 gauge steel channel; punching shall provide a flexible arrangement for mounting of equipment, cover plates and doors. Top and front sheets shall be screw removable using retaining hardware. Section shall be 90" high and at least 14" deep. Vertical bus shall be full length. Vertical and horizontal bur3 shall have capacity shown on drawings. All bus shall be braced for 50,000 ampere short circuit currents. Where "space" is indicated on the drawinga,,provide all cross connecting bus taps so that no hardware is required when installing future circuit breakers in these spaces. The assembly shall be thoroughly degreased, then apply a chromate primer and two finish coats of manufacturer's standard enamel. All scratches shall be repaired using manufacturer's enamel prior to final inspection. TECHNICAL SPECIFICATIONS Page 21 of 23 Pages identification Control cabinets, pushbutton stations, motor starters, disconnect switches, switchboard, motor control center, dimmers and distribution circuit breakers shall have nameplates. Lighting panel directories shall be typed and shall completely deu3cribe the load served by each circuit. Circuit numbers shall be identified by.rnetal numbering dies mounted on the trim or engraved numbers in the trim. Toggle awitchee which control load out of sight shall indicate switch function. Empty conduits shall be tagged at each end to indicate destination, and shall be equipped with a ##12 G.I. pull wire or its equivalent plastic cord. Grounding Provide all grounding and grounding systems as required by Code. Entire conduit system shall constitute a continuous grounding oyatema. Pxtvide bonding jumpers from conduit to conduit for all feeders. Ground each transformer neutral to conduit system and to ground electrode. Provide ground electrodes to provide system ground of not greater than 10 ohms. Ground water system to ground electrodes with 1-i" conduit and 1 #j2/0 conductor. Provide continuity of ground by a #12 conductor from each motor frame to a grounded lug in the junction box on the line aide of the flexible conduit serving the motor. Special Supports: Auxiliary supports, blocking, backing, etc. required to meet special condition for installation of lighting fixtures, transformers, panels, etc. shall be part of the electrical work. Connection of Equipment Furnish ai-labor and materials to completely connect all heating, ventilating, air conditioning, plumbing and other equipment furnished under other sections of the specifications including equipment furnished by the Owner for installation for this project. Ir11 power conduit and wiring and temperature control e-011,0 x i,-t- nhall be furnished and installed under this section of the work. All disconnect switches, atartera, etc. shall be furnished under this oection of the specifications except where specifically indicated otherwise. All control wiring for control of mechanical equipment shall be installed under thin oection of this specification. See Mechanical. Sheet "M-1." for work to be performed by this Contractor. TECHNICAL SPECIFICATIONS Page 22 of 23 Pages Excavation and backfill Electrical Contractor shall do all excavation and backfill required for his work. Ap. excavation and backfill shall comply with the excavation and back - fill portions of the specifications. Guarantee: The Electrical Contractor shall unconditionally guarantee of —labor and materials on the electrical portion of the project against defects in workmanship or defective materials for a period of one year. For the period of guarantee the Electrical Contractor shall provide local service on an immediate call basis to correct any defects which may develop during such period. Teets -Electrical Contractor shall be responsible to arrange and pay for all equipment tests required by various portions of the Section of the specifications. During construction and final inspection the Electrical Contractor shall demonstrate that all portions of the electrical system are operable, that the system is free of shorts and ground faults, that ground resist- ance values are within the specified limits, that all control function, as set forth on the drawings and that all circuit breakers are capable of holding under load and withstanding inrushes of on and off opera- tion. Correct any deficiencies discovered by tests and final inspections with- out delay. Cleaning,: Clean light fixtures, panelboards, switchboards and other electrical equipment to remove duet, dirt, grease, or other marks, and leave work in clean condition. DIVISION 17 -- ASPHALTIC CONCRETE PAVING Provide and install base and asphaltic cement for patching and paving trench excavations and areas adjacent to walks, etc. Apply 4" of crusher rock base. Cover with 2" of asphaltic concrete laid in one course; spread and rolled to a smooth surface. Surfaces close to building, walks, etc. that cannot be rolled shall be hand tamped to a smooth surface. TECHNICAL SPECIFICATIONS Page 23 of 23 Pages CITY OF TEMPLE CITY PART III BID DOCUMENTS TO BE SUBMITTED A. BID B. BID BOND C. TERMS OF BID GUARANTY (If Bid Bond not Submitted) D. LIST OF SUBCONTRACTORS E. NONCOLLUSION DECLARATION OF BIDDER F. DECLARATION OF BIDDER'S QUALIFICATIONS G. BID BREAKDOWN CITY OF TEMPLE CITY BID BOND KNOW ALL MEN BY THESE PRESENTS: That , as principal, and a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Temple City, CA, as Obligee, in the full and just sum of ($ ) good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their heirs, executors, and administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal is submitting a bid to the Obligee to do the work described on the attached sheet. NOW THEREFORE, if the bid of the Principal shall be accepted by the Obligee, and the contract for such work be awarded to the Principal by the Obligee, and Principal shall enter into a contract for the com- pletion of work and furnish bonds as required by law, then this obligation shall be null and void, otherwise to remain in full force and effect. In addition to any amounts to which the Obligee may be entitled on this bond, the Obligee shall be entitled to recover from the Surety its costs of bringing suit against this bond including attorney fees as fixed by the court. IN WITNESS WHEREOF, the Principal and Surety have caused these presents to be duly signed, sealed and dates this day of By (Seal) Principal Name of Surety Business Address By (Seal) Attorney -in -Fact NOTE: All signatures must be property acknowledged. The current power of attorney for the person who signs for the surety company shall be attached, CITY OF TEMPLE CITY TERMS OF BID GUARANTY The undersigned bidder has submitted the accompanying bid to the City of Temple City (hereinafter called the "City") for the work described on the attached sheet. The undersigned bidder has also submitted with such bid a Bid Guaranty in the form of and in the amount of The undersigned bidder hereby agrees that if such bid shall be accepted by the City and if the Contract for such work be awarded to the undersigned bidder by the City, then the under- signed bidder shall enter into the Contract for the completion of the work and shall furnish the required bonds and other documents. If the undersigned bidder enters into the Contract and submits the required bonds and other documents, then the Bid Guaranty shall be returned, otherwise it shall be used by the City in the event of a default. Date: Bidder NOTE: If a bid bond has been submitted do not fill in this form. This form should be used only if the Bid Guaranty is other than a Bid Bond, e.g., Certified Check,. etc. TERMS OF BID GUARANTY Page 1 of 1 Page CITY OF TEMPLE CITY LIST OF SUBCONTRACTORS Pursuant to the provisions of Sections 4100 through 4113 of the California Government Code, the bidder hereby designates the name and location of the place of business of each subcontractor who will perform work or labor or render service to the bidder in or about the work. All work for which subcontractor is not listed below shall be performed by the bidder. If subcontractors are not to be used, state "NONE". Subcontractor Date: Address Portion of Work Bidder Title LIST OF SUBCONTRACTORS Page 1 of 1 Page CITY OF TEMPLE CITY NONCOLLUSION DECLARATION OF BIDDER declares that: 1. He is (Owner, Partner, Officer, 'Representative or Agent) of (Name of Bidder) the bidder, who submitted the bid to which this affidavit is attached. 2 He is fully informed respecting the preparation and contents of that bid, and of all pertinent circumstances respecting such bid. 3. Such bid is genuine and is not a collusive or sham bid. 4. In the preparation and submission of such bid, neither the bidder, nor any person or entity associated in any way with the bidder, has in any manner, either directly or indirectly colluded or agreed with any person or entity: (a) To submit any collusive or sham bid. (b) To refrain from submitting any bid, (c) To fix the price in any bid. (d) To fix any overhead, profit, or cost element of any bid price. (e) To secure any advantage against the City, or against any other person or entity interested in the proposed Contract. 5. The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion or unlawful agreement on the part of the bidder or any person or entity associated in any way with the bidder. I declare under penalty of perjury that the foregoing is true and correct: (Place where signed) (Signature of Bidder) Date: (Title or Capacity) NONCOLLUSION DECLARATION OF BIDDER Page 1 of 1 Page CITY OF TEMPLE CITY DECLARATION OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of Bidder: Permanent Main Office Address: 3. Principals: Names, Social Security Numbers, Home Addresses, including City, State and Zip Code: 4. Firm: Name, Treasury Number, Address, City, State and Zip Code . Number and Classification of License 6. When Organized? 7. If a corporation, where incorporated? 8. How many years have you.been engaged in the business involved in this job under your present firm or trade name? 9. Contracts on hand: (Schedule these, showing amount of each contract and the anticipated dates of completion.) 10. General character of work performed by your company: 11. Have you ever failed to complete any work awarded to you? DECLARATION OF BIDDER'S QUALIFICATIONS Page 1 of 2 Pages 12. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed: 13. Have you ever defaulted on a contract? 14. List your major equipment available for this Contract: 15. Experience in work similar in importance to this Project: 16. Background and experience of the principal members of your organiza- tion, including the officers: 17. Credit Available:'$ 18. Bank Reference: 19. Will you, upon request, fill out a detailed financial statement and comply with other reasonable requests of the City of Temple City for information? The undersigned hereby authorizes and requests any person, firm, or'corporation to furnish any information requested by the City of Temple City in verification of the recitals comprising this Declaration of Bidder's Qualifications. I declare under penalty of perjury that the foregoing is true and correct. (Place where signed) (Signature of Bidder) Date: (Title or Capacity) DECLARATION OF BIDDER'S QUALIFICATIONS Page 2 of 2 Pages