definitions - sccoe homepage hs classroom... · web viewif a pre-bid conference has been scheduled...

409
Bid #B27-12-13 HEAD START REMODEL - DANIEL LAIRON SCHOOL SANTA CLARA COUNTY OFFICE OF EDUCATION HEAD START REMODEL AT DANIEL LAIRON SCHOOL 3975 Mira Loma Way San Jose, CA 95111 Prepared By: SANTA CLARA COUNTY OFFICE OF EDUCATION - Bid #B27-12-13 Purchasing Services 1290 Ridder Park Drive San Jose, CA 95131 ARCHITECTS - Project No. 12055 Sugimura / Finney 2155 S. Bascom Ave. Suite 200 Campbell, California 95008 (408) 879-0600 1

Upload: others

Post on 07-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

HEAD START REMODEL AT

DANIEL LAIRON SCHOOL3975 Mira Loma Way

San Jose, CA 95111

Prepared By:

SANTA CLARA COUNTY OFFICE OF EDUCATION - Bid #B27-12-13Purchasing Services1290 Ridder Park DriveSan Jose, CA 95131

ARCHITECTS - Project No. 12055Sugimura / Finney2155 S. Bascom Ave. Suite 200Campbell, California 95008(408) 879-0600

1

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

TABLE OF CONTENTS

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION 002113 - INSTRUCTIONS TO BIDDERSSECTION 003100 - AVAILABLE PROJECT INFORMATION: INVESTIGATION REPORTSSECTION 003113 - PRELIMINARY CONSTRUCTION SCHEDULESECTION 004100 - BID FORMSECTION 004101 - BID FORM INSTRUCTIONSSECTION 004102 - BID PACKAGE DESCRIPTIONSSECTION 004313 - BID SECURITYSECTION 005000 - NOTICE OF INTENT AND AGREEMENTSECTION 006516 - INSURANCE CERTIFICATESSECTION 007200 - GENERAL CONDITIONSSECTION 007300 - SPECIAL CONDITIONS

DIVISION 01 - GENERAL REQUIREMENTS SECTION 010000 – DSA REQUIREMENTSSECTION 011000 - SUMMARY OF WORKSECTION 012200 - UNIT PRICES: MEASUREMENT AND PAYMENTSECTION 012600 - MODIFICATION PROCEDURESSECTION 012613 - REQUESTS FOR INFORMATIONSECTION 013113 - PROJECT COORDINATIONSECTION 013119 - PROJECT MEETINGSSECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION: SCHED. & REPORTSSECTION 013300 - SUBMITTAL PROCEDURESSECTION 015639 - TEMPORARY TREE AND PLANT PROTECTIONSECTION 017400 - CONSTRUCTION CLEANING AND WASTE MANAGEMENTSECTION 017700 - CONTRACT CLOSEOUT PROCEDURESSECTION 018119 - CONSTRUCTION INDOOR AIR QUALITY MANAGEMENTSECTION 019100 - COMMISSIONING

DIVISION 2 – EXISTING CONDITIONS02 41 13 Selective Structure Demolition

DIVISION 3 – CONCRETE03 30 00 Cast In Place Concrete

DIVISION 4 – MASONRY – Not Used

DIVISION 5 – METALS – Not Used

DIVISION 6 – WOOD, PLASTICS, AND COMPOSITES06 10 00 Rough Carpentry

DIVISION 7 – THERMAL AND MOISTURE PROTECTION – Not Used

DIVISION 8 – OPENINGS08 11 13.16 Custom Hollow Metal Doors and Frames08 51 13 Aluminum Windows08 71 00 Door Hardware

2

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

08 81 00 Glass and Glazing

DIVISION 9 – FINISHES09 65 13 Resilient Wall Base09 65 16 Resilient Sheet Flooring09 65 19 Resilient Tile Flooring09 77 50 Sanitary Wall Panels09 91 00 Painting

DIVISION 10 – SPECIALTIES – Not UsedDIVISION 11 – EQUIPMENT – Not Used

DIVISION 12 – FURNISHINGS12 21 13 Horizontal Louver Blinds

DIVISION 13 – SPECIAL CONSTRUCTION – Not Used

DIVISION 14 – CONVEYING SYSTEMS – Not used

DIVISION 21 – FIRE SUPPRESSION– (Not Used)

DIVISION 22 – PLUMBING22 05 11 Basic Plumbing Materials and Methods

DIVISION 23 – HEATING, VENTILATION AND AIR CONDITIONING– (Not Used)

DIVISION 24 – (Not Used)

DIVISION 25 – INTEGRATED AUTOMATION – (Not Used)

DIVISION 26 – ELECTRICAL – (See Drawings)

DIVISION 27 – COMMUNICATIONS – (See Drawings)

DIVISION 28 – ELECTRONIC SAFETY AND SECURITY – (See Drawings)

DIVISION 29 – (Not Used)

DIVISION 30 – (Not used)

DIVISION 31 – EARTHWORK ) (Not used)

DIVISION 32 – EXTERIOR IMPROVEMENTS ) (Not used)

DIVISION 33 – UTILITIES (Not Used)

END OF SECTION

3

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

PROJECT SCHEDULE

Notice to Bidders Issued Thursday April 11, 2013

Bid Documents Posted to SCCOE Website Friday April 12, 2013

Pre-Bid Walk-Thru at Site Tuesday April 16, 2013

Last day to submit Bid RFI’s Monday April 22, 2013

Bid Opening Tuesday April 30, 2013

Board Approval Wednesday May 15, 2013

Notice to Proceed Issued (via PO) Thursday May 16, 2013

Construction Start Monday, June 17, 2013(Assuming Completed Asbestos Abatement)

Construction Complete Friday, July 26, 2013

END OF SECTION

4

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 002113 - INSTRUCTIONS TO BIDDERS

1.0 GENERAL

1.1 DEFINITIONS

A. The Bidding Documents Include:

1. Notice to Bidders

2. Investigation Reports

3. Project Manual, Specifications (Divisions 0-16)

4. Addenda

B. The Contract Documents Include:

1. The Accepted Bid

2. Addenda

3. Project Manual, Specifications (Divisions 0-16)

4. Certificate of Nondiscrimination by Seller

5. Non-collusion Affidavit

6. List of Subcontractors Form

7. Statement of Bidder’s Qualifications

1.2 PRE-BID CONFERENCE

A. The date and time of the Pre-bid Conference is found in the Notice to Bidders, at the end of Section 002113, Instructions to Bidders.

B. If a pre-bid conference has been scheduled at the site of the work, all bidders, subcontractors, material suppliers and others who may be working on the work of improvement are strongly encouraged to attend this pre-bid conference. Due to the facts and circumstances of this particular project, the pre-bid conference may be the only opportunity to conduct the pre-bid investigation of the site and satisfy the pre-bid obligations set forth in these Contract Documents. If a bidder

5

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(or others) attend the entirety of a scheduled pre-bid conference and need additional time to complete their investigation of the site or other pre-bid obligations set forth in these Contract Documents, bidder must notify the County in writing, via certified or registered mail, no less than five (5) days before the scheduled bid opening date, to request additional time. The written request must include an estimate of the amount of additional time required by bidder.

1.3 BIDDING DOCUMENTS

Bid documents can be reviewed at the SCCOE located at 1290 Ridder Park Drive, San Jose, CA 95131 or on the SCCOE Purchasing website at: http://www.sccoe.org/depts/purchasing, commencing on Friday, April 12, 2013. Plans are available at the following web link: http://ftp.sugimura.com/index.php?action=list&dir=SCCOE&order=name&srt=yes The login and password are SCCOE (in caps).

A. Bidders shall use complete sets of Bidding Documents in preparing bids. Bidders are responsible for ascertaining that the Bidding Documents upon which their bids are based are complete sets.

B. Requests from bidders for clarification or interpretation of the Bidding Documents shall be directed to the construction manager in writing and received by construction manager no later than seven (7) calendar days prior to bid date or at the discretion of the construction manager. The construction manager will consult with the County who is solely responsible for clarification and interpretation. The construction manager will prepare an addendum and will forward each addendum to the all known bid document holders.

C. Should a bidder find discrepancies, ambiguities, inconsistencies, errors or omissions in the documents, or should there be any doubt as to their meaning, the bidder shall at once notify the construction manager in writing. If bidder fails to notify the construction manager in writing, the bidder will be responsible for the strictest interpretation.

D. Each bidder shall acknowledge receipt of all addenda on the Bid Form. Failure by the bidder to acknowledge receipt of any document may result in the rejection of the bid.

E. An original of the bid form shall be filled in and submitted as the bid. All portions of the bid form must be completed before the bid is submitted. Failure to do so may result in the bid being rejected as non-responsive. Attached to and submitted with the Bid Form, bidder must provide the completed Certificate of Nondiscrimination by Seller, Non-collusion Affidavit signed by bidder, Statement of Compliance, Designation of Subcontractors form and Contractor’s Questionnaire submitted on the enclosed Bid form. Failure to submit all required documents may result in the bid being rejected as non-responsive.

6

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

F. Bidder may not withdraw the bid for a period of ninety (90) calendar days after the date for the opening of the bids.

G. Investigations of subsurface conditions or otherwise, are made for the purpose of design, and the County assumes no responsibility whatsoever with respect to the sufficiency or accuracy of borings, the log of test borings, or other preliminary investigations, or of the interpretation thereof, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unanticipated conditions may not occur. When a log of test borings or other report is made available to Contractor or included in the Contract Documents, it is expressly understood and agreed that said log of test borings or other reports does not constitute a part of the Contract, and represents only an opinion of the County as to the character of the materials to be encountered, and is made available or included in the Contract Documents only for the convenience of the bidders. Bidders must satisfy themselves, through their own investigation, as to conditions to be encountered.

1.4 CONSTRUCTION SCHEDULE

A. For information regarding the Preliminary Construction Schedule, refer to Section 003113, Preliminary Construction Schedule.

1.5 BID OPENING AND CONTRACT AWARDS

A. Bids will be opened publicly and read aloud at the time and date established in the Notice to Bidders.

B. Contracts shall be awarded on the basis of the lowest responsive and responsible bid determined by the base bid plus the sum of all of the alternates. The County reserves the right to prepare a contract based on any combination of base bid and alternates. The County intends to award contracts to the bidders who submit bids in accordance with the requirements of the Bidding Documents. All awards will be made in the County’s best interest, to the extent authorized by law.

C. Bid protests shall be filed in writing with the Santa Clara County Office of Education, 1290 Ridder Park Drive, San Jose, California, 95131-2398, Purchasing Department, Attention: Andy Bursch by certified or registered mail, not later than three (3) working days after the bid opening or, if the protest is based on the selection of the apparent lowest responsible bidder, not later than three (3) working days after selection of the apparent lowest responsible bidder. The protest shall specify the reasons and facts upon which the protest is based.

D. The County reserves the right to waive any informality or irregularity in any bid.

E. The County reserves the right to reject any and all bids.

7

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.6 POST-BID INTERVIEWS

A. Bidders in contention for contract awards may be asked to attend post-bid interviews and submit post-bid documents in rough draft for review.

1.7 POST BID DOCUMENTS

A. The County may elect to issue a Notice of Intent to Award prior to the execution of County/Contractor Agreements.

B. Within five (5) days of receipt of Notice of Intent to Award, contractor is to provide the following:

1. Certificates of Insurance, refer to Section 006516, Insurance Certificates.

2. Schedule of Values.

3. Preliminary Construction Schedule, refer to Section 003113, Preliminary Construction Schedule.

C. After receipt of the above post bid documents, the Santa Clara County Office of Education will issue a Purchase Order (PO), which is to serve as the contract agreement and Notice to Proceed.

D. Within fifteen (15) days of receipt of Notice of Intent to Award, contractor is to provide the following:

1. Samples and submittals, refer to Section 013300, Submittal Procedures.

1.8 WAGES

A. The schedule of prevailing rates of pay for each craft or type of workman needed to execute the work shall contain the minimum rate of pay, as established by the State Director of Industrial Relations in pursuance of the provision of the Labor Code of the State of California.

B. All bidders shall check the available source of labor supply and obtain information with reference to the length of the working day of various crafts and actual rates of wages being paid in the immediate vicinity of the place where work contemplated by these Documents is to be performed, particularly with reference to rates of pay that may be in excess of those general prevailing rates established by the County.

C. Contractor shall comply with all requirements of the Davis-Bacon Act. Access to current local wage requirements may be found at the following website: http://www.dol.gov/whd/govcontracts/dbra.htm

8

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.9 CONTRACTORS’ LICENSE

A. Bidders must be contractors, properly licensed to perform the work of this project with an active license in good standing as of the date of receipt of bids. License must be maintained in good standing throughout the term of the contract.

1.10 SUBCONTRACTOR LISTING

A. Pursuant to the provisions of Sections 4100 to 4114, inclusive of the California Public Contracts Code, every bidder shall in this bid set forth:

1. The name and location of the place of business of each subcontractor.

2. The portion of the work that will be done by each subcontractor. If the bidder fails to specify a subcontractor for any portion of the work to be performed under the contract in excess of one half (1/2) of one percent (1%) of the bidder’s total bid, he agrees to perform that portion himself. The successful bidder shall not, without the written consent of the County, either:

a. Substitute any person as subcontractor in place of the subcontractor designated in the original bid.

b. Permit any subcontract to be assigned or transferred or allow it to be performed by anyone other than the original subcontractor listed in the bid.

c. Sublet or subcontract any portion of the work in excess of one half (1/2) of one percent (1%) of the total bid as to which his original bid did not designate a subcontractor.

2.0 FORMS FOR BIDDING

2.1 BID FORM - Refer to Section 004100, Bid Form.

3.0 PROCEDURES AND CONDITIONS FOR BIDDING

3.1 BIDDERS’ REPRESENTATIONS & ACKNOWLEDGEMENTS

A. In submitting a bid, each bidder represents that:1. The bidder has read and understands the bidding documents.

2. The bid is made in accordance with the bidding documents.

9

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. The bidder has visited the Project site and is familiar with the local conditions under which the Work will be performed and acknowledges that failure to visit the site will not relieve the bidder of the responsibility for observing and considering those conditions which a reasonable contractor would have observed and considered during a site visit, estimating properly the difficulty and the work without additional cost to the County.

10

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

NOTICE TO BIDDERSFOR

HEAD START REMODEL AT

DANIEL LAIRON SCHOOLSANTA CLARA COUNTY OFFICE OF EDUCATION

NOTICE IS HEREBY GIVEN that the Santa Clara County Office of Education, herein after referred to as the OWNER or SCCOE, calls for sealed bids to be received by the Purchasing Manager in the Purchasing Department at 1290 Ridder Park Drive, San Jose, California 95131 by Tuesday, April 30, 2013 @ 3:00 p.m. at which time and place bids will be opened.

SCOPESanta Clara County Office of Education’s Special Education Program requires building improvements to remodel classroom and bathroom areas at their Daniel Lairon School located at 3975 Mira Loma Way, San Jose, CA 95111.

Interested parties shall be licensed to provide and oversee all trades work required for this project. We have contracted with The Sugimura/Finney architectural firm to prepare the specifications and drawings for this project. Note: The general contractor will be responsible for overseeing and coordinating all work described in this bid.

Plans are available at the following web link. The login and password are SCCOE (in caps): http://ftp.sugimura.com/index.php?action=list&dir=SCCOE&order=name&srt=yes The bid documents are available on the SCCOE / Purchasing website at: http://www.sccoe.org/depts/purchasing/open-bids.asp

BID CONTACTS Bidding & Admin. - COE Purchasing Manager, A. D. Bursch @408.453.6858 or

COE Purchasing Technician, Kelly Brewer @408.453.6855Project Management - COE Facilities Manager, Adolfo Pando @408.453.6687Architect - Don Barry of Sugimura/Finney @408.879.0600 x5712

JOB WALK There will be a job walk on Tuesday, April 16, 2013 , at 2:00 PM for the purpose of examining the site conditions at the job site located at 3975 Mira Loma Way, San Jose, CA 95111. Additional bid packages will be made available at this time. It is strongly recommended that all interested parties attend this walk thru.

ADDITIONAL BONDS The successful contractor, simultaneously with the execution of the agreement, shall furnish a payment bond in the amount of 100% of the contract price and a faithful performance bond in the amount of 100% of the contract price. Bonds shall be secured from a surety company issued by corporation duly and legally licensed to transact business in the State of California and approved by the Owner. The check or bid bond shall be given as a guarantee that the contractor, upon award, shall execute the contract, in conformity with the contract documents and shall provide the surety bond or bonds as specified therein within five (5) working days after notification of award of the contract to the Contractor. END OF SECTION

11

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 003100 – AVAILABLE PROJECT INFORMATION: INVESTIGATION REPORTS

1.0 GENERAL

1.1 INFORMATION AVAILABLE TO BIDDERS

A. The following reports are available to bidders for information: N/A

1.2 USE OF INFORMATION

A. All of these documents made available by the County are for information only and are not part of the Contract Documents, nor a warranty of subsurface conditions.

B. Bidders may review these documents at a location to be announced at the pre-bid conference. Bidders may purchase a copy at cost of reproduction.

C. The data contained in the above items have been utilized in the preparation of construction documents. The contractor may rely on the accuracy of the technical data contained in the report, but not upon non-technical data, interpretations or opinions contained therein, or for the completeness thereof for the contractor’s purposes.

D. Except as indicated in the preceding paragraph, contractor shall have full responsibility with respect to subsurface conditions at the site.

END OF SECTION 003100

12

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 003113 - PRELIMINARY CONSTRUCTION SCHEDULE

1.0 GENERAL

1.1 PRELIMINARY CONSTRUCTION SCHEDULE

A. The preliminary construction schedule indicates planned substantial completion dates for significant activities during the construction period. Substantial completion of an activity is considered to be attained when the work of subsequent activities can proceed in accordance with the Project Construction Schedule.

B. The contractor will be required to prepare a construction schedule in accordance with Section 013200, Progress Schedules and Reports. During the construction period the contractor is required to regularly provide information and input on scheduling and coordination of his work.

C. The contractor is required to submit a detailed schedule for the activities within his scope of work within five (5) working days of receipt of a Notice to Proceed from the County. Refer to Section 013200, Progress Schedules and Reports.

D. The project is to be performed in a single phase

1. Start date is to be within five days from receipt of Purchase Order, with completion of work by upon 90 calendar days after the evacuation of Daniel Lairon School.

1.2 LIQUIDATED DAMAGES

A. In the event of failure on the part of the Contractor to complete it’s work within the time schedule, including any approved extensions thereof, the Contractor shall pay the County Liquidated Damages in the amount of $250 for each calendar day past the specified time that is required to Substantially Complete the work.

END OF SECTION 003113

13

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 004100 – BID FORMBID FOR: Head Start Remodel – Daniel Lairon School

TO: Purchasing DepartmentSanta Clara County Office of Education1290 Ridder Park DriveSan Jose, CA 95131-2398

DATE SUBMITTED:

SUBMITTED BY: _______________________________________________________Name of Bidder

Address:

Phone #: Fax #:

The undersigned has carefully examined the site, the proposed contract documents consisting of Project Manual and all addenda prepared by Sugimura/Finney Architects Inc. and issued by the SCCOE pertinent to the construction of the above referenced Project and further, being familiar with all other conditions affecting the work, the undersigned hereby proposes and agrees to provide all labor, materials, supervision, transportation, tools, equipment, services and other facilities necessary and required for the expeditious completion of the work included in the bid indicated above, in strict conformity with said conditions and contract documents.

The undersigned has reviewed the work outlined in the bid, fully understands the scope of work required in this bid, acknowledges that the bid includes the work of all trades within the bid documents, understands that each bidder who is awarded a contract shall be in fact a prime contractor, not a subcontractor, to the Santa Clara County Office of Education, and agrees that the bid, if accepted by the County, will be the basis for a contract with the County to enter into such a contract in accordance with the intent of the contract documents.

The undersigned agrees to complete the work required within the bid package, within the time indicated in contract documents as specified in Section 003113, Preliminary Construction Schedule.

The undersigned has notified the construction manager of any discrepancies or omissions, or of any doubt about the meaning of any of the contract documents, and has contacted the construction manager before bid date to verify the issuing of any clarifying addenda.

14

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

The undersigned further acknowledges receipt of the following addenda:

No. Date:

No. Date:

No. Date:

No. Date: (Include all addenda received)

BIDDER NAME:

BASE BID:

The undersigned proposes to provide and construct the work required for the above listed bid number, including all allowances listed in the bid package description identified in the Project Manual, in accordance with said contract documents for the lump sum price of:

1. Bid Package A - General Construction for Head Start Remodel at Daniel Lairon School

Dollars

($ ). INCLUDES ALL TAXES. (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern.)

AGREEMENT:

It is understood and agreed that if written notice of the County’s acceptance of this proposal is mailed, telegraphed, or delivered to the undersigned after the opening of the bid, and within ninety (90) days, or at any time thereafter before this bid is withdrawn, the undersigned will execute and deliver to the County a contract in accordance with the bid as accepted, and will also furnish and deliver to the County the Certificate of Insurance as specified, all within five (5) working days after receipt of notification of intent to award, and that the work under the contract shall be commenced by the undersigned bidder, if awarded the contract, on the date indicated in Section 003113, Preliminary Construction Schedule, and shall be completed by the contractor in the time specified in the contract documents.

Enclosed herewith is a listing of subcontractors and major material suppliers in accordance with Section 4100 to 4114 of the California Public Contracts Code and the Instructions to Bidders.The undersigned acknowledges the fact that the County reserves the right to accept or reject any and all bids, to waive any irregularity or informality in receipt of this bid, with or without cause or reason, and award the contract on the basis stated in the Instructions to Bidders.

15

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

COUNTY POLICIES

Smoke Free Environment Policy

As per Education Code 48901 and Health and Safety Code 39002, the Santa Clara County Office of Education is a Tobacco Free Environment. Smoking and the use of tobacco products by all persons shall be prohibited on or in county school property. County property includes: school buildings, school grounds, school owned vehicles and vehicles owned by others while on County property.

Equal Opportunity Statement

Santa Clara County Office of Education has an Affirmative Action Employment Program and requires any organization or business we contract or trade with to adhere to the same policies.

is an EEO/AA Employer and adheres to the policies.(Bidder Company Name)

BIDDER NAME:

CERTIFICATE OF NONDISCRIMINATION BY SELLER

As a supplier of goods or services to the Santa Clara County Office of Education, the firm listed below certifies that it does not discriminate in its employment with regard to race, religion, creed, sex, national origin, or handicap; that it is in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment; and that it agrees to demonstrate positively and aggressively the principal of equal opportunity in employment.

We agree specifically:

1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels.

2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services (especially those serving minority communities), and the minority communities at large.

3. To take affirmative steps to hire minority employees within the company.

FIRM NAME: TITLE OF OFFICER SIGNING: SIGNATURE: DATE: BIDDER NAME:

16

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

NONCOLLUSION AFFIDAVIT

The contractor and/or the subcontractors, as applicable, shall comply with the California Public Code Section 7106, which is worded as follows:

“Any public works contract of a public entity shall include an affidavit, in the following form:

State of California )) ss.

County of Santa Clara )

, being first duly sworn, deposes and says that he or she is(Name) of (Title) (Contractor)

(DBA)the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive sham bid.”

The undersigned certifies under penalty of perjury that the foregoing is true and correct;

Signature

BIDDER NAME:

17

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

LIST OF SUBCONTRACTORS

PROJECT: HEAD START REMODEL AT DANIEL LAIRON SCHOOL

Pursuant to the provisions of Sections 4100 to 4114 inclusive, of the California Public Contracts Code, and as set forth in Instructions to Bidders, and the General Conditions, the above named contractor hereby designates below the names and locations of the place of business of each subcontractor. District may request subcontractor license number.

SUBCONTRACTOR LOCATION OF BUSINESS WORK/TRADE

If no subcontractors are to be used please indicate on the top line of this form

BIDDER NAME:

18

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

STATEMENT 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.

1. When organized?

2. If Corporation, where incorporated?

3. How many years have you been engaged in the contracting business under your present firm or trade name?______________________________________________

4. Have you eve defaulted on a contract? If so, where and why?

5. Have you ever failed to complete any work awarded to you? If so, where and why?

How was it resolved?

6. List the projects currently under contract including the contract value, the scheduled completion date, contact person and phone number.

CONTRACT COMPLETION NAME VALUE DATE CONTACT & PHONE

Attach additional pages if needed.

19

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

BIDDER NAME:

7. List experience in school construction work similar to this project. Provide a contact name and phone number.

PROJECT CONTACT & PHONE NUMBER

8. Do you currently have any legal action pending? If yes, please explain:

The undersigned hereby authorizes and requests any person, firm or corporation to furnish any credit history and financial condition or other information required by the District in verification of the recitals comprising this Statement of Bidder’s Qualifications. I hereby certify that the above information is true and correct to the best of my knowledge and that the District may rely on the information provided.

THIS STATEMENT MUST BE NOTARIZED.Attach the “California All Purpose Acknowledgement” duly notarized.

NAME OF CONTRACTOR:

BY: Signature Title

Type/Print Name Date

Signature Title

Type/Print Name Date

20

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

BIDDER NAME:

Bidder is a: (circle one)Corporation Partnership Individual Joint Venture Other ____

(Specify)NAMES AND TITLES OF KEY MEMBERS OF FIRM:(Name of person signing the bid on behalf of the bidder and all general partners, if a partnership, must be included.)

NAME OF PRESIDENT IF A CORPORATION:

NAME OF SECRETARY IF A CORPORATION:

CALIFORNIA CONTRACTORS LICENSE(S):

Name of License(s):

Classification(s) Number Expiration Date

(For Joint Ventures, list Joint Venture's license or licenses for all Joint Venture partners.)

The following documents are submitted with and made a condition of this bid:

1. Bid security in the form of (fill in type of bid security)

Corporation is organized under the laws of the State of

Corporate Seal:

21

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Name of bidder's firm:

Address:

By: __________________________________________________(Signature)__________________________________________________(Print or Type Name)

By: __________________________________________________(Signature)__________________________________________________(Print or Type Name)__________________________________________________(Print or Type Title)

(If signature is by other than the sole proprietor, general partner, or corporate officers, attach an original Power of Attorney.)

END OF SECTION 004100

22

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 004101 – BID FORM INSTRUCTIONS

1.0 GENERAL

1.1 BID FORMS

A. Bidders are required to use the Bid Form provided in Section 004100, Bid Form. Additional proposal forms may be obtained from the construction manager.

2.0 FORMAT

2.1 BID FORMAT

A. A responsive bid consists of all the following:

1. Completion of all pages of the Bid Form (Section 004100)

B. Bids shall be submitted in a sealed bid envelope. On the face of the envelope clearly write or type “BID PROPOSAL FOR HEAD START REMODEL AT DANIEL LAIRON SCHOOL #B27-12-13 – DO NOT OPEN.

C. All spaces provided on the Bid Form shall be filled in. If any space provided is

not utilized by the bidder, that space shall be filled in with the notation “N/A” (Not Applicable).

D. The Bid Form shall be type written or manually printed in ink.

E. Where indicated, all amounts shall be expressed in words and in figures. In case of discrepancy, the amount written in words shall govern.

F. Bidders shall not make unsolicited notations or statements on the Bid Form. Alteration of the Bid Form is not permitted, and may result in the bid being considered non-responsive.

G. All changes to and erasures of the bidder’s entries shall be initialed by the signer of the bid.

H. Each bid shall include the legal name of the bidder and a statement regarding whether the bidder is a sole proprietor, a partnership, a corporation, or other type of legal entity. Bids submitted by corporations shall have the state of incorporation noted. Any bid submitted by an agent shall have a current Power of Attorney attached, certifying the agent’s power to bind the bidder.

23

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.0 COMPLETION OF BID FORMS

3.1 BID FORM (Section 004100)

A. Submit only one Bid Form.

B. Fill in the numbers and dates on all Addenda received and considered in the bid. Bids must include acknowledgement of all addenda issued prior to the bid date.

C. Fill out and sign the Certificate of Nondiscrimination by Seller

D. Fill out and sign the Non-Collusion Affidavit.

E. Fill in List of Subcontractors; if there will not be any subcontractors, state that on the top line and sign the form.

F. Type or print the signer’s name and title in the spaces provided below the signature.

G. Date the Bid Form in the spaces provided.

H. Place the bidder’s name on each sheet in the space provided.

I. Attach the “California All Purpose Acknowledgement” notarized document to the bid.

J. List contractor’s license number and expiration date. Sign and date the bid document in the space provided on page eleven (9). The signature is binding for all items within the bid except where additional signature is needed.

3.2 SUBMISSION OF BIDS

A. Bids shall be submitted to the County in writing, at the location stated in Section 002113, Instructions to Bidders. Telephone and faxed proposals will not be accepted.

B. Bids shall be submitted by the time and date stated in Section 002113, Instructions to Bidders.

C. Bidders shall bear full responsibility for delivering bids to the location for receipt of bids by the time and date for receipt of bids.

D. No telephones will be provided by the County for use by bidders when preparing their bid.

24

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.3 MODIFICATIONS OR WITHDRAWAL OF BIDS

A. A bid may not be withdrawn by the bidder following the time and date designated for the receipt of bids, except in accordance with Sections 5100 – 5108 of the Public Contract Code.

B. Prior to the time and date designated for receipt of bids, bids may be modified or withdrawn. Modifications and withdrawals shall be in writing. Telephone or fax modifications will not be accepted.

C. Withdrawn bids may be resubmitted up to the time and date designated for receipt of bids.

END OF SECTION 004101

25

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 004102 – BID PACKAGE DESCRIPTIONS

1.0 GENERAL

1.1 SUMMARY

1. This Section includes Bid Package Descriptions

1.2 RELATED SECTIONS

A. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Special Conditions and Division 1 of these Contract Documents.

B. Section 011000, Summary of Work

1.3 BID PACKAGE DESCRIPTIONS

A. Bid Package titles

Package A: General Construction

B. For the purpose of clarity, the scope of work for each Bid Package has been divided into three categories: "INCLUDED", "ALSO INCLUDED", and "EX CLUDED".

1. Items listed under "INCLUDED" are the standard and/or "conventional" work scope of each Bid Package.

2. Information provided under "ALSO INCLUDED" points out some items which may be considered less obvious or "unconventional," but which are included in the work scope of each Bid Package. (Information under this heading is not always necessary to delineate a Bid Package.)

3. Information provided under "EXCLUDED" is for the purpose of indicating beginning and termination points, and/or to provide an understanding of fringe involvement included in Bid Packages. (Information under this heading is not always necessary to delineate a Bid Package.)

C. Bid Packages are the categories of work into which the project will be divided for bidding and construction.

1. Bid Package Descriptions are written descriptions of the Scope of Work included in each of the bid packages.

2. Bid Package Descriptions have been written to clearly define each bid package. Contractors are encouraged to request information or

26

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

clarification by calling the construction manager. The County will not be responsible for a contractor’s incorrect interpretation of the bid packages.

3. Each contractor shall become familiar with the work scopes of all other bid packages that interface with the bid package of which a bid is being submitted. Each contractor shall consider that the work of contractor’s bid package(s) may follow the work of another bid package, that other contractors may perform work after the work of contractor’s bid package(s) and that other contractors may work simultaneously with the work of contractor’s bid package(s). Each contractor shall include provisions for such sequencing and scheduling, and for cooperation and coordination with such other contractors on the project.

D. DESCRIPTIONS OF BID PACKAGES

1. Bid Package - Scope of work :

a. Restrooms (permanent building) Expand 2 existing restrooms in permanent building to include an

additional child size toilet and 2 sinks Maintain at least one child size sink in the classroom for art/tooth

brushing Add a floor drain Remove existing walls to make room for the additional fixtures Rebuild walls along with electrical connections to support new

design Install new finishes Install partitions between toilets Remove the door for adequate supervision

b. Restroom (portable building) Remove existing wall between two restrooms for ADA compliance Add a floor drain Replace floor with sheet vinyl Patch existing walls with FRP Remove the doors for adequate supervision

c. Food Preparation area (permanent building) Add a dishwasher to each classroom’s food preparation area Save casework as per drawings Remove abandoned duct work to make room for a refrigerator

27

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

d. Food Preparation area (portable building) Add approximately 20 linear ft of case work, lower and upper with

granite countertop Install a sink with garbage disposal Install a dishwasher Install a refrigerator

e. Exterior Remove existing sliding doors Infill space to 18” with concrete curb and wood framing Install windows at 18” height as per drawings Exterior finish to match existing siding

f. Portable building Add an access ramp Install an additional door to meet licensing requirements Reroute electrical to accommodate new design

g. Fire alarm Install necessary upgrades to meet DSA requirements and local fire

Marshall to insure space in licensable for early childhood occupancy ( E2)

NOTE: Play area to be refurbished by others

2. Additional Requirements:

a. Provide protection of all surrounding areas, including but not limited to, buildings, landscaping, pavements, walkways, curbs, curbs and gutters, driveways, noted to remain. Provide and maintain adequate barricades and safety precautions required by all applicable local and state codes.

b. Provide daily cleanup of all trash generated by the work under this contract.

c. Modifications to existing fence may be required in order to provide access to Contractors. Contractor is to include labor and materials required to modify existing fences and repair upon completion of work.

d. Provide and maintain portable toilet facilities for the entire duration of the project for the use of all contractors on site. A minimum of two must be provided. However, contractor is responsible to provide the appropriate quantity to accommodate the number of workers on site at

28

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

any given time and as required by code at no additional cost to the County.

e. Provide as built record drawings showing original contract, addenda, RFIs, change order work and additional work, including the cost of reproducing those drawings for the County.

f. Provide daily maintenance and securing of temporary construction fencing (provided by others)

END OF SECTION 004102

29

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 004313 – BID SECURITY

1.0 GENERAL

1.1 BID SECURITY

A. All bids must be valid for the time specified in Section 002113, Instructions to Bidders.

B. Each bid shall be accompanied by Bid Security, pledging that the bidder will enter into a contract with the County in accordance with the terms stated in the bid and will furnish bonds as described in Section 006516, Insurance Certificates. The Bid Bond, Faithful Performance Bond and the Labor and Materials Payment Bond must be issued by an insurance commissioner to transact surety business in the State of California during this calendar year. Should the bidder refuse to enter into such contract or fail to furnish such bonds, the amount of the bid security shall be forfeited to the County as damages, not as a penalty.

C. Bid security shall be in the amount of ten percent (10%) of the base bid.

D. Bid security shall be in the form of a bid bond, cashier’s check or a certified check. The County shall be listed as oblige on the bond or as payee on the check.

E. If a bid bond is submitted, the attorney-in-fact who executes the bond of behalf of the surety shall attach to the bond a certified, current copy of his power of attorney. The bid bond form supplied by the surety is adequate.

F. Bid security from all bidders will be retained a minimum of fifteen (15) days after bids have been opened. The bid security will be retained for the two lowest responsive bidders until the successful bidder executes a contract.

G. Bid security for the two lowest responsive bidders will be returned to bidders within ten (10) days after construction contracts with the successful bidder has been fully executed. If the successful bidder withdraws his bid within the period specified therein for acceptance, or upon acceptance thereof by the County, and fails to enter into the contract and provide bonds within the time specified after the forms are presented to him, he shall be liable for any difference by which the cost of securing the supplies or services exceeds the amount of bid, and the bid security shall be available toward offsetting such difference.

END OF SECTION 004313

30

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 005000 – NOTICE OF INTENT & AGREEMENT

1.0 GENERAL

1.1 NOTICE OF INTENT TO AWARD

A. The County may elect to issue a Notice of Intent to Award prior to execution of County/Contractor Agreements.

B. Upon receipt of such a Notice of Intent, the contractor shall review it for completeness and accuracy. If the Contractor has any comments regarding the content, they must notify the County in writing within two (2) working days.

C. Should a Notice of Intent to Award be issued, the Contractor shall submit all required post bid documents by the fifth (5th) working day following the date of issue of the Notice of Intent to Award. The post bid documents include:

1. Certificates of Insurance (Section 006516)

2. Schedule of Values

3. Preliminary

1.2 COUNTY/CONTRACTOR AGREEMENT

A. The Agreement between the County and each contractor will be written on the County’s standard Purchase Order Form.

B. The Purchase Order Form will be completed by the County and will be sent to the selected contractor.

C. The Purchase Order, along with all other bidding documents as defined in Section 002113, Instructions to Bidders will be the entire, integrated contract between the County and each contractor.

D. Upon receipt of a Purchase Order, the successful bidder shall review it for completeness and accuracy.

E. The County will execute the Purchase Order after all required post bid documents have been submitted.

F. The Purchase Order will serve as the Contractor’s Notice to Proceed.

END OF SECTION 050000

31

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 006516 – INSURANCE CERTIFICATES

1.0 GENERAL

1.1 INSURANCE CERTIFICATES

A. Each contractor shall provide insurance certificates to the construction manager for delivery to the County indicating that all required insurance coverage is in force prior to beginning work on the project.

B. Use a standard Insurance Certificate Form such as the “Accord” form available from your insurance agent. Also include the County, the construction manager, and their agents, representatives and employees to be added to the original certificate as additional named insured’s.

1.2 CONTRACTOR’S LIABILITY INSURANCE

A. The contractor shall purchase and maintain liability insurance to protect the County, the construction manager, and their agents, representatives and employees from claims set forth below which may arise out of or result from the contractor’s operations under the contract whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. The insurance required shall include contractual liability insurance applicable to the contractor’s obligations. The following claims shall be covered.

1. Claims under worker’s compensation, disability benefit and similar employee benefits acts (with worker’s compensation and employer’s liability insurance in an amount not less than those necessary to meet the statutory requirements of the state(s) having jurisdiction over an portion of the work);

2. Claims for damages because of public liability bodily injury, occupational sickness or disease, or death of this contractor’s employees, not less than three million dollars ($3,000,000);

a. Claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees arising out of any one occurrence;

b. Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the employment of such person by the contractor, or (2) by any other person;

32

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. Claims for damage, other than to the work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom in the amount of not less than three million dollars ($3,000,000) against any liability arising directly or indirectly out of any activity, performance, or operation under the contract;

4. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership maintenance or use of any motor vehicle, owned, hired and non-owned with minimum limits of liability, per occurrence, of three million dollars ($3,000,000) for bodily injury and property damage.

B. All policies shall contain a provision requiring thirty (30) days written notice to be given to the County prior to cancellation, modification, or reduction of limits. The standard cancellation clause on the certificate shall be changed from:

“Should any of the above described policies be canceled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the certificate holder named to the left but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agent or representative.”

to:

“Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the certificate holder named.”

C. The insurance required shall be primary and non-contributory to any insurance possessed or procured by the County and limits of liability shall be not less than those set forth.

D. Certificates of insurance acceptable to the County shall be filed with the County prior to commencement of work.

1.3 PROPERTY INSURANCE

A. The County will provide property insurance in accordance with the general conditions of the contract documents. The contractor shall be responsible for and pay all costs of the deductible up to a maximum of $10,000 for each claim.

B. The County will provide an endorsement listing the construction manager and the architect as additional insured’s under all such policies of insurance.

END OF SECTION 006516

33

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 007200 – GENERAL CONDITIONS

TABLE OF CONTENTSSANTA CLARA COUNTY OFFICE OF EDUCATION

Article 1. NOT USED....................................................................................................................Article 2. LAWS CONCERNING THE COUNTY A PART HEREOF...................................36Article 3. SITE INVESTIGATION...........................................................................................36Article 4. STATUS OF CONTRACTOR..................................................................................36Article 5. CHANGE IN NAME AND NATURE OF CONTRACTOR'S LEGAL ENTITY.........37Article 6. CONTRACTOR'S SUPERVISION..........................................................................37Article 7. SUBCONTRACTORS..............................................................................................37Article 8. PROHIBITED INTERESTS......................................................................................38Article 9. COUNTY'S INSPECTOR.........................................................................................38Article 10. NOT USED....................................................................................................................Article 11. NOT USED....................................................................................................................Article 12. NO ORAL AGREEMENTS......................................................................................39Article 13. ASSIGNMENT OF ANTITRUST ACTIONS..........................................................39Article 14. OTHER CONTRACTS.............................................................................................40Article 15. OCCUPANCY...........................................................................................................40Article 16. COUNTY'S RIGHT TO DO WORK........................................................................41Article 17. COUNTY'S RIGHT TO TERMINATE OR SUSPEND CONTRACT....................41Article 18. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT...................................42Article 19. NOT USED....................................................................................................................Article 20. NOT USED....................................................................................................................Article 21. FIRE INSURANCE...................................................................................................43Article 22. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE.......................43Article 23. WORKERS' COMPENSATION INSURANCE.......................................................43Article 24. PROOF OF CARRIAGE OF INSURANCE.............................................................44Article 25. PLANS AND SPECIFICATIONS............................................................................44Article 26. OWNERSHIP OF PLANS........................................................................................46Article 27. DETAIL DRAWINGS AND INSTRUCTIONS.......................................................46Article 28. NOT USED....................................................................................................................Article 29. LAYOUT AND FIELD ENGINEERING.................................................................47Article 30. SOILS INVESTIGATION REPORT........................................................................47Article 31. TESTS AND INSPECTIONS...................................................................................47Article 32. NOT USED....................................................................................................................Article 33. VERIFICATION OF TEST REPORTS....................................................................48Article 34. TRENCHES...............................................................................................................48Article 35. DOCUMENTS ON WORK.......................................................................................49Article 36. STATE AUDIT..........................................................................................................49Article 37. NOT USED....................................................................................................................Article 38. NOT USED....................................................................................................................Article 39. NOT USED....................................................................................................................Article 40. MATERIALS AND WORK......................................................................................50

34

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 41. INTEGRATION OF WORK.....................................................................................51Article 42. OBTAINING OF PERMITS, LICENSES AND EASEMENTS..............................51Article 43. SURVEYS.................................................................................................................52Article 44. EXISTING UTILITY LINES; REMOVAL, RESTORATION................................52Article 45. WORK TO COMPLY WITH APPLICABLE LAWS AND REGULATIONS........52Article 46. ACCESS TO WORK.................................................................................................53Article 47. PAYMENTS BY CONTRACTOR...........................................................................53Article 48. LIENS........................................................................................................................53Article 49. MUTUAL RESPONSIBILITY OF CONTRACTOR...............................................54Article 50. NOT USED....................................................................................................................Article 51. UTILITIES.................................................................................................................54Article 52. SANITARY FACILITIES.........................................................................................54Article 53. CLEANING UP.........................................................................................................54Article 54. PATENTS, ROYALTIES, INDEMNITIES, AND TAXES.....................................55Article 55. GUARANTEE...........................................................................................................55Article 56. DUTY TO PROVIDE FIT WORKERS....................................................................56Article 57. WAGE RATES, TRAVEL AND SUBSISTENCE...................................................56Article 58. HOURS OF WORK...................................................................................................57Article 59. PAYROLL RECORDS..............................................................................................58Article 60. APPRENTICES.........................................................................................................59Article 61. LABOR FIRST AID..................................................................................................60Article 62. PROTECTION OF PERSONS AND PROPERTY...................................................61Article 63. AFFIRMATIVE ACTION EMPLOYMENT PROGRAM.......................................62Article 64. SCHEDULE OF VALUES........................................................................................63Article 65. CONTRACTOR CLAIMS........................................................................................63Article 66. NOT USED....................................................................................................................Article 67. PAYMENTS..............................................................................................................67Article 68. CHANGES AND EXTRA WORK...........................................................................69Article 69. COMPLETION..........................................................................................................70Article 70. ADJUSTMENT TO CONTRACT PRICE................................................................71Article 71. CORRECTION OF WORK.......................................................................................71Article 72. EXTENSIONS OF TIME AND DELAY DAMAGES.............................................71Article 73. PAYMENTS WITHHELD........................................................................................72Article 74. EXCISE TAXES........................................................................................................74Article 75. TAXES.......................................................................................................................74Article 76. NO ASSIGNMENT...................................................................................................74Article 77. NOTICE AND SERVICE THEREOF.......................................................................74Article 78. NO WAIVER.............................................................................................................75Article 79. SEVERABILITY.......................................................................................................75Article 80. HAZARDOUS MATERIALS...................................................................................75Article 81. MATERIAL SAFETY DATA SHEETS (MSDS)....................................................75Article 82. CONSTRUCTION MANAGEMENT.......................................................................76Article 83. TIMELY PROGRESS PAYMENTS & INTEREST.................................................76

35

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

GENERAL CONDITIONS

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 1. NOT USED

Article 2. LAWS CONCERNING THE COUNTY A PART HEREOF

Contract is subject to all provisions of the Constitution and laws of California governing, controlling, or affecting the County, or the property, funds, operations, or powers of the County, and such provisions are by this reference made a part hereof.

Article 3. SITE INVESTIGATION

Before bidding on this Work, Contractor shall make a careful investigation of the site and thoroughly familiarize itself with the requirements of Contract. By the act of submitting a bid for the Work included in this Contract, Contractor shall be deemed to have made such study and investigation and represents that it is familiar with and accepts the existing conditions of the site. If required, Contractor will submit with its bid a Site Visit Certification, evidencing its investigation of the site.

Article 4. STATUS OF CONTRACTOR

(a) Contractor and subcontractors are, and shall at all times be deemed to be, independent contractors and shall be wholly responsible for the manner in which they perform the services required of them by the terms of this Contract. Nothing herein contained shall be construed as creating the relationship of employer and employee, principal and agent, or joint ventures between the County or any of the County’s employees or agents, on the one hand, and Contractor or any of Contractor’s agents, employees, or subcontractors, on the other hand. Contractor assumes exclusively the responsibility for the acts of its agents, employees, and subcontractors as they relate to the services to be provided during the course and scope of their work. Contractor, its agents, employees and subcontractors shall not be entitled to any rights or privileges of the County employees. The County shall be permitted to monitor the activities of Contractor to determine compliance with the terms of this Contract.

(b) Contractor and subcontractors are required by law to be licensed and regulated by the Contractor's State License Board. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, 3132 Bradshaw Road, Post Office Box 2600, Sacramento, California, 95826.

(c) The Contractor shall be responsible to the County for acts and omissions of the Contractor’s employees, representatives and agents and those of the subcontractor, its employees, representatives and agents, and all other persons performing any portion of the Work under a contract or at the request of Contractor. The Contractor shall not be relieved of the obligation to perform the Work in accordance with the Contract Documents because of activities or duties

36

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

performed by the Construction Manager, if there is one, Architect, Inspector, or by tests, inspections or approvals required or performed by persons other than Contractor.

Article 5. CHANGE IN NAME AND NATURE OF CONTRACTOR'S LEGAL ENTITY

Before Contractor makes any change in the name or legal nature of the Contractor’s entity, Contractor shall first notify the County directly, or through the Construction Manager, if there is one, and cooperate with the County in making such changes as in this Contract the County may request.

Article 6. CONTRACTOR'S SUPERVISION

(a) During progress of the Work, Contractor shall keep on the premises (including both the site and the plant) a competent construction superintendent who is an employee of the Contractor, and is satisfactory to the County, as indicated directly, or through the Construction Manager, if there is one. Before commencing the Work herein, Contractor shall give written notice directly to the County, or through the Construction Manager, if there is one, of the name of such superintendent. The Contractor’s construction superintendent shall not be changed except with prior written notice to the County or Construction Manager, if there is one, unless the Contractor’s construction superintendent proves to be unsatisfactory to Contractor, the County, or any of the County’s employees or agents, in which case, Contractor shall notify the County directly, or through the Construction Manager, if there is one, in writing. The Contractor’s construction superintendent shall represent Contractor, and all directions given to Contractor’s construction superintendent shall be binding on the Contractor.

(b) Contractor shall give efficient supervision to Work, using its best skill and attention. Contractor shall carefully study and compare all drawings, specifications, and other instructions and shall at once report to the County, directly, or through the Construction Manager, if there is one, any error, inconsistency or omission that Contractor, its employees or subcontractors may discover, in writing with a copy to the County’s inspector. The Contractor’s construction superintendent shall have sole responsibility for discovery of errors, inconsistencies or omissions.

Article 7. SUBCONTRACTORS

(a) Contractor agrees to bind every subcontractor by terms of Contract as far as such terms are applicable to subcontractor's work. If Contractor shall subcontract any part of this Contract, Contractor shall be as fully responsible to the County for acts and omissions of any subcontractor and of persons either directly or indirectly employed by any subcontractor, as it is for acts and omissions of persons directly employed by Contractor. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the County, nor shall this Contract be construed to be for the benefit of any subcontractor. The Divisions or Sections of the Contract Documents (Specifications) are not intended to control the Contractor in dividing the work among subcontractors or limit the work performed by any trade.

37

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(b) The County’s consent to, or approval of, any subcontractor under this Contract shall not in any way relieve Contractor of any obligations under this Contract and no such consent shall be deemed to waive any provisions of this Contract.(c) Pursuant to Section 4104 of the Public Contract Code, Contractor must submit a List of Subcontractors with its bid. If Contractor specifies more than one subcontractor for the same portion of work or fails to specify a subcontractor, and such portion of the Work exceeds one-half of one percent (1/2 of 1%) of the total bid, Contractor agrees that it is fully qualified and licensed to perform and shall perform such work itself, unless Contractor provides for substitution or addition of subcontractors. Substitution or addition of subcontractors shall be permitted only as authorized in Chapter 2 (commencing at Section 4100), Division 5, Title 1 of the Public Contract Code.

(d) The Contractor shall be responsible for the coordination of the trades, subcontractors and material men engaged upon the Work.

(e) The County will not undertake to settle any differences between the Contractor and its subcontractors or between subcontractors.

(f) In accordance with Sections 4107 and 4107.5 of the Public Contract Code, the Contractor shall not without consent in writing of the County: (1) substitute any person as a subcontractor in place of the subcontractor designated in the original bid; (2) permit any such subcontractor to be assigned or transferred, or allow any portion of the Work to be performed by anyone other that the original subcontractor listed in the bid; or (3) sublet or subcontract any portion of the Work in excess of one-half of one percent (1/2 of 1%) of the Contractor’s total bid as to which its original bid did not designate a subcontractor.

Article 8. PROHIBITED INTERESTS

No official of the County that is authorized on behalf of the County to negotiate, make, accept, or approve, or to take part in negotiating, making, accepting or approving any architectural, engineering, inspection, construction or material supply contract or any subcontract in connection with construction of Project, shall become directly or indirectly interested financially in this Contract or in any part thereof. No officer, employee, attorney, or inspector for the County who is authorized on behalf of the County to exercise any executive, supervisory or other similar function in connection with construction of Project shall become directly or indirectly interested financially in this Contract or in any part thereof. Contractor shall receive no compensation and shall repay the County for any compensation received by Contractor hereunder, if Contractor aids, abets or knowingly participates in the violation of this Article.

Article 9. COUNTY’S INSPECTOR

(a) One or more inspector(s), including special inspectors, as required, will be employed and assigned to the Work by the County, in accordance with requirements of Title 24, Part 1, of the California Code of Regulations. Duties of an inspector are specifically defined in Part 1 of Title 24.

38

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(b) No work shall be carried on except with the knowledge and under the inspection of Inspector(s). Inspector(s) shall have free access to any or all parts of Work at any time. Contractor shall furnish Inspector reasonable opportunities for obtaining such information as may be necessary to keep Inspector fully informed regarding progress and manner of work and character of materials. Inspection of Work shall not relieve Contractor from any obligation to fulfill this Contract. Inspector shall be authorized to stop work whenever provisions of the Contract are not being complied with and such noncompliance is discovered. Contractor shall instruct its employees accordingly.

(c) Contractor acknowledges that Inspector has no contractual duty to Contractor, express or implied, and that Contractor is not an intended beneficiary of the Inspector’s contract with the County.

Article 10. NOT USED

Article 11. NOT USED

Article 12. NO ORAL AGREEMENTS

No oral agreement or conversation with any officer, agent, or employee of the County, either before or after execution of Contract, shall affect or modify any of the terms or obligations contained in any of the Contract Documents.

Article 13. ASSIGNMENT OF ANTITRUST ACTIONS

(a) Section 4553 of the Government Code, in part, states:

If an awarding body or public purchasing body receives, either through judgment or settlement, monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery.

(b) Section 4554 of the Government Code, in part, states:

Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action.

Contractor, on behalf of itself and all of its subcontractors, agrees to assign to the County all rights, title, and interest in and to all such causes of action Contractor and/or its subcontractors may have hereunder. This assignment shall become effective at the time the County tenders final payment to the Contractor, and Contractor shall require assignments from all subcontractors in compliance herewith.

39

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 14. OTHER CONTRACTS

(a) The County reserves the right to employ other prime contractors to perform services for the County at the same time as Contractor, and the right to let other contracts in connection with this Work. Contractor shall afford other contractors reasonable opportunity for introduction and storage of their materials and execution of their work and shall properly coordinate and connect its work with that of such other contractors.

(b) If any part of Contractor’s work depends for proper execution or results upon work of any subcontractor or any other contractor, the Contractor shall inspect and promptly report to the County in writing any defects in such work that render it unsuitable for such proper execution or results. Contractor will be held accountable for damages to the County for that work that it failed to inspect or should have inspected. Contractor’s failure to inspect and report shall constitute its acceptance of other contractor's work as fit and proper for reception of its work, except as to latent defects that may be discovered in the work of another contractor after the execution of Contractor’s work.

(c) To insure proper execution of its subsequent work, Contractor shall measure and inspect work already in place and shall at once report to the County in writing any discrepancy between executed work and Contract Documents.

(d) Contractor shall ascertain to its own satisfaction the scope of the Project and nature of any other contracts that have been or may be awarded by the County in prosecution of the Project to the end that Contractor may perform this Contract in light of such other contracts, if any.

(e) Nothing herein contained shall be interpreted as granting to Contractor exclusive occupancy at site of Project. Contractor shall not cause any unnecessary hindrance or delay to any other contractor working on Project. If simultaneous execution of more than one Contract for the Project is likely to cause interference with performance of some other contract or contracts, the County shall decide which contractor shall cease or suspend work temporarily and which contractor shall continue or whether work can be coordinated so that contractors may proceed simultaneously.

(f) The County shall not be responsible for any damages suffered or extra costs incurred by Contractor resulting directly or indirectly from award or performance or attempted performance of any other contract or contracts on Project, or caused by any decision or omission of the County, or Construction Manager, if there is one, respecting the order of precedence in performance of contracts.

Article 15. OCCUPANCY

The County reserves the right to occupy portions of the Project at any time before completion, and such occupancy shall not constitute final acceptance of any portion of the Work or preclude the assessment of liquidated damages after such occupancy. The Contractor will not be subject to performing work or repairs caused by the County’s use of the occupied areas. Condition of

40

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

areas to be occupied by the County shall be mutually inspected by the County, Construction Manager (if there is one), Architect, inspector, and Contractor. Such occupancy shall not extend the Contract Time. The Contractor will be required to complete punch list items documented by the County, Inspector, and Contractor prior to final payment.

Article 16. COUNTY'S RIGHT TO DO WORK

Should the Contractor at any time during the process of construction, fail or refuse to furnish enough materials or workmen to properly execute the Work, unless prohibited from so doing through the action of the County or other authorized agents, the County, after giving five (5) working days written notice to Contractor, either directly or through the Construction Manager, if there is one, may without prejudice to any other right it may have, proceed to furnish the materials and/or workers necessary to proceed with or complete the Work and may deduct the cost thereof, together with reasonable expenses arising from such procedure, from any amounts then due or that may thereafter become due to Contractor.

Article 17. COUNTY'S RIGHT TO TERMINATE OR SUSPEND CONTRACT

(a) If Contractor refuses or fails to execute the Work or any separable part thereof with such diligence as will insure its completion within the Contract Time or any extension thereof, or fails to complete said Work within such time, or if Contractor should file a petition for relief as a debtor, or should relief be ordered against Contractor as a debtor under Title 11 of the United States Code, or if Contractor should make a general assignment for the benefit of its creditors, or should a receiver be appointed on account of its insolvency, or if it should repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials to complete the Work in the time specified, or persistently disregard laws or ordinances or instructions of the County, or if Contractor or its subcontractor should otherwise materially violate any provision of this Contract, then the County may, without prejudice to any other right or remedy, serve written notice upon Contractor and its Surety of the County’s intention to terminate this Contract, such notice to contain the reasons for such intention to terminate. Unless within ten (10) calendar days after the service of such notice such condition or violation shall cease and arrangement satisfactory to the County for the correction thereof be made, this Contract shall upon the expiration of said ten (10) calendar days, cease and terminate. In such case, Contractor shall not be entitled to receive any further payment until except as provided as herein.

(b) In the event of any such termination, the County shall immediately serve written notice thereof upon Surety and Contractor, and Surety shall have the right to take over and perform this Contract, provided, however, that if Surety does not give the County written notice of its intention to take over and perform this Contract within ten (10) calendar days after service upon it of said notice of termination and does not commence said performance on a timely basis acceptable to the County, the County may take over the Work and execute same to completion. The County may enter a contract with another contractor, or complete the Work by any other method it may deem advisable for the account and at the expense of Contractor, and Contractor and its Surety shall be liable to the County for any cost and/or other damages incurred by the County as a result of such termination, including without limitation, attorneys’ fees, all costs

41

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

necessary to repair Contractor’s work not in compliance with the Contract Documents, and all costs necessary for the completion of the Work in excess of the Contract Price. Time is of the essence in this Contract, and therefore, Contractor and its Surety shall also be liable for any delay caused by such termination, consistent with the provisions of the Contract Documents pertaining to liquidated damages. If the County takes over the Work, as hereinabove provided, the County may, without liability for so doing, take possession of, and utilize in completing the Work, such materials, appliances, plant, and other property belonging to Contractor as may be on the site of the Work, in bonded storage, or previously paid for, and necessary thereof.

(c) If the unpaid balance of Contract Price exceeds the expense of finishing the Work, including, but not limited to, compensation for additional legal, architectural, managerial, inspection and administrative services, such excess shall be paid to Contractor. If such expense shall exceed such unpaid balance, Contractor and/or surety shall pay the difference to the County, in addition to any other damages provided under this Contract and/or by law.

(d) The County may, without cause, order Contractor in writing to suspend, delay, or interrupt the Work in whole or in part for such period of time as the County may determine necessary. An adjustment shall be made for any actual, reasonable, and necessary increases in the cost of Contractor’s performance of the Contract caused by such suspension, delay or interruption unless: (1) that performance is, was or would have been so suspended, delayed or interrupted by another cause for which Contractor is responsible; or (2) that an equitable adjustment or claim is made or denied under another provision of the Contract.

(e) The County may, at any time and without cause, terminate the Contract for the County’s convenience. Upon receipt of written notice from the County of such termination for convenience, Contractor shall: (1) cease operations as directed in the notice; (2) take actions necessary, and such actions that the County may direct, for the protection and preservation of the Work; and (3) except for work directed to be performed prior to the effective date of termination stated in the notice, terminate all existing subcontracts and purchase orders and enter into no further subcontracts and purchase orders. In case of such termination for the County’s convenience under this provision, the Contractor shall be entitled to receive payment for work performed under this Contract, and actual, reasonable and necessary costs incurred by reason of such termination.

(f) If the Contract is terminated under Paragraph (a) of this Article, and it is subsequently determined for any reason that the Contractor was not in default under the provisions thereof, the termination shall be deemed a termination for convenience of the County under Paragraph (e) of this Article, and the rights of the Contractor and the County shall be determined in accordance with the provisions thereof.

(g) The foregoing provisions are cumulative to, and do not limit, any other rights or remedies available to the County.

Article 18. CONTRACTOR'S RIGHT TO TERMINATE CONTRACT

If through no fault of Contractor, or of anyone employed by it, (1) the Work is stopped by order

42

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

of any court or governmental authority, other than the County, or (2) the County fails to issue payment to Contractor within sixty (60) calendar days after it is due, then Contractor may, upon ten (10) calendar days after service of written notice to the County, stop work or terminate the Contract. Contractor’s damages shall be limited to direct, actual, and unavoidable additional costs of labor, materials or equipment directly resulting from (2), above.

Article 19. NOT USED

Article 20. NOT USED

Article 21. FIRE INSURANCE

The Contractor shall be responsible for securing and maintaining fire insurance and any other appropriate insurance covering any tool, equipment, or supplies that are expected to remain its property.

Article 22. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE

(a) Contractor shall procure and maintain during the life of this Contract such Comprehensive General Liability, Automobile Liability, and Public Liability Insurance as shall protect the Contractor, County, County’s officers, Construction Manager, agents, and employees from all claims for personal injury, including accidental death, to any person (including, the County, its officers, ,agents, and employees, Construction Manager’s employees and Contractor’s or subcontractor's employees), as well as from all claims for property damage arising from operations under this Contract, with minimum limits, coverage, and other terms set forth in the Special Conditions.

(b) Contractor shall require its subcontractors, if any, to procure and maintain similar Comprehensive General Liability, Automobile Liability, Public Liability and Property Damage Insurance with minimum limits, coverage, and other terms set forth in the Special Conditions, as required of Contractor.

Article 23. WORKERS' COMPENSATION INSURANCE

(a) In accordance with the provisions of Section 3700 of the California Labor Code, the Contractor and every subcontractor shall be required to secure the payment of compensation to its employees.

(b) Contractor shall provide for the duration of this Contract, Workers’ Compensation Insurance and Employer’s Liability Insurance for all of its employees engaged in work under this Contract, on or at the site of the Project, and if any of its work is subcontracted, Contractor shall require the subcontractor similarly to provide such insurance for all of the latter's employees. Any class of employee or employees not covered by a subcontractor's insurance shall be covered by Contractor’s insurance. In case any class of employees engaged in work under this Contract, on or at the site of the Project, is not protected under the Workers' Compensation Statute, Contractor shall provide or shall cause a subcontractor to provide adequate insurance coverage for the

43

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

protection of such employees not otherwise protected before subcontractor commences work. Contractor shall file with the County certificate of its insurance protecting Workers, and a thirty (30) day notice shall be provided to the County before the cancellation or reduction of any policy of Contractor or subcontractor.

Article 24. PROOF OF CARRIAGE OF INSURANCE

(a) Contractor shall not commence work nor shall it allow any subcontractor to commence work under this Contract until all required insurance and certificates have been obtained and delivered in duplicate to the County, and approved by the County.

(b) Certificates and insurance policies shall include the following:

1. A clause stating the following: "This policy shall not be canceled or reduced in required limits of liability or amounts of insurance until notice has been mailed to the County and Construction Manager, if there is one, stating date of cancellation or reduction. Date of cancellation or reduction may not be less than thirty (30) calendar days after date of mailing notice."

2. Language stating in particular those insured, extent of insurance, location and operation to which insurance applies, expiration date, to whom cancellation and reduction notice will be sent, and length of notice period.

3. A clause stating that the County and Construction Manager, if there is one, are named additional insured under the policy described and that such insurance policy shall be primary to any insurance or self-insurance maintained by the County.

(c) If Contractor fails to pay premiums for coverage required by the Contract Documents to any of its insurers in a timely manner, the County reserves the right, at its sole discretion, to elect to pay all future premiums and to deduct those amounts from payments due or to become due to Contractor.

Article 25. PLANS AND SPECIFICATIONS

(a) Contract Documents are complementary, and what is called for in one provision, or illustrated in a drawing, shall be binding as if called for or illustrated by all.

(b) Materials or work described in words that have a well-known technical or trade meaning shall be deemed to refer to such meanings.

(c) Whenever a material, article or piece of equipment is referred to in the Contract Documents by brand name or catalogue number, it shall be understood that this is referenced for the purpose of defining the performance or other salient requirements and that other products of equal capacities, quality and function shall be considered. The Contractor may recommend the substitution of a material, article, or piece equipment of equal substance and function to those referred to in the Contract Documents by reference to brand name or catalogue number, and if, in

44

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

the opinion of the County, such material, article, or piece of equipment is of equal substance and function to that specified, the County may approve its substitution and use by the Contractor in accordance with Section 3400 of the Public Contract Code. The Contractor warrants that if substitutes are approved, no major changes in the function or general design of the Project will result. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the Contract Price or contractual completion date.

In accordance with Section 3400 of the Public Contract Code, the Contractor shall submit data to the County substantiating requests for substitution of "equal" items at least ten (10) calendar days prior to bid opening.

(d) Trade Name or Trade Term: It is not the intention of this Contract to detail the description of any materials and/or methods commonly known to the trade under "trade name" or "trade term." The mere mention or notation of such "trade name" or "trade term" shall be considered a sufficient notice to Contractor that it will be required to complete, finish and render operable the referenced work, including any and all appurtenances and incidental and accessory items to same, consistent with the best practices of all trade(s) involved.

(e) The naming of any material and/or equipment shall mean furnishing and installing of same, including all incidental and accessory items thereto and/or labor therefore, as per best practices of the trade(s) involved, unless specifically noted otherwise.

(f) Interpretations: Figured dimensions on plans shall govern, but work not dimensioned shall be the same as similar parts that are shown or specified. Large scale details shall take precedence over smaller scale drawings as to shape and details of construction. Specifications shall govern as to materials, workmanship, and installation procedures. Plans and specifications are intended to be fully cooperative and to agree. In case of conflict, the specification calling for the higher quality, material or workmanship shall prevail. If Contractor observes that plans and specifications are in conflict, however, Contractor shall promptly notify the County in writing, and any necessary changes shall be adjusted as provided in the Article 68, entitled "Changes and Extra Work."

(g) Specifications and accompanying plans are intended to delineate and describe the Project and its component parts to such a degree as will enable skilled and competent contractors and subcontractors to intelligently bid upon the Work, and to carry said Work to a successful and complete conclusion.

(h) Plans and specifications are intended to comply with all laws, ordinances, rules and regulations of constituted authorities having jurisdiction, and where referred to in the Contract Documents, said laws, ordinances, rules and regulations shall be considered as a part of the Contract, within the limits specified. Contractor shall bear all expense of correcting work done contrary to said laws, ordinances, rules and regulations, if (1) Contractor or subcontractor knew or should have known that the work as performed is contrary to said laws, ordinances, rules and/or regulations and if Contractor performed same without first consulting the County for further instructions regarding said work or (2) if Contractor or subcontractor disregarded the

45

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

County’s instructions regarding said work.

(i) Questions regarding interpretation of plans and specifications shall be clarified by the County in writing. Should Contractor commence work, or any part thereof, without seeking clarification, Contractor waives any claim for extra work or damage as a result of any ambiguity, conflict or lack of information.

(j) Contractor will be furnished, free of charge, 6 copies of plans and specifications. Additional copies may be obtained at cost of reproduction.

Article 26. OWNERSHIP OF PLANS

All copies of plans, drawings, designs, specifications, and copies of other incidental architectural and engineering work, or copies of other Contract Documents furnished by the County, are and remain the property of the County. They are not to be used by Contractor in any other work and, with the exception of signed sets of Contract Documents, are to be returned to the County upon request at the completion of Work or in the event of termination. Further, the plans and specifications may be used by the County, as it may require, without any additional cost to the County.

Article 27. DETAIL DRAWINGS AND INSTRUCTIONS

(a) In case of ambiguity, conflict, or lack of information, the County shall furnish additional instructions by means of drawings or otherwise, necessary for proper execution of Work. All such drawings and instructions shall be consistent with Contract Documents, true developments thereof, and reasonably inferable there from.

(b) Work shall be executed in conformity with Contract Documents, and any additional instructions pursuant to Paragraph (a), above. Contractor shall do no work without proper drawings and instructions.

(c) Should any detail be more expensive, in the opinion of Contractor, than scale drawings and specifications warrant, Contractor shall give written notice thereof to the County within five (5) calendar days of the receipt of same. In case notice is not given to the County within five (5) calendar days, it will be assumed the details are a reasonable development of the scale drawings. In case notice is given, then the claim will be considered, and if found justified, the County will either modify the drawings or issue a change order for the extra work involved.

(d) All parts of the described and shown construction shall be of the best quality of their respective kinds and Contractor is hereby advised to use all diligence to become fully involved as to the required construction and finish, and in no case to proceed with the different parts of the Work without obtaining first from the County such directions and/or drawings as may be necessary for the proper performance of the Work.

46

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(e) If it is found at any time, before or after completion of the Work, that Contractor has varied from the plans and/or specifications, in material, quality, form or finish, or in the amount or value of the materials and labor used, the County shall make a recommendation: (1) that all such improper work should be removed, remade or replaced, and all work disturbed by these changes be made good at Contractor’s expense; or (2) that the County deduct from any amount due Contractor, the sum of money equivalent to the difference in value between the work performed and that called for by the plans and specifications. The County shall determine such difference in value. The County, at its option, may pursue either course

Article 28. NOT USED

Article 29. LAYOUT AND FIELD ENGINEERING

The Contractor shall be responsible for having ascertained pertinent local conditions such as location, accessibility and general character of the site and for having satisfied itself as to the conditions under which the Work is to be performed. No claim for allowances because of its error or negligence in acquainting itself with the conditions at the site will be recognized.

Article 30. SOILS INVESTIGATION REPORT

When a soils investigation report obtained from test holes at site is available, such report shall not be a part of this Contract. Any information obtained from such report or any information given on drawings as to subsurface soil condition or to elevations of existing grades or elevations of underlying rock is approximate only, is not guaranteed, does not form a part of Contract, and Contractor may not rely thereon. Contractor is required to make visual examination of site and must make whatever tests Contractor deems appropriate to determine underground condition of soil. Contractor agrees that no claim against the County will be made by Contractor for damages and hereby waives any rights to damage in the event that during progress of Work Contractor encounters subsurface or latent conditions at site materially differing from those shown on drawings or indicated in specifications, or for unknown conditions of an unusual nature that differ materially from those ordinarily encountered in the Work of the character provided for in Contract, except as provided in the Article 44, entitled "Existing Utility Lines; Removal, Restoration".

Article 31. TESTS AND INSPECTIONS

(a) Tests and inspections will comply with Title 24, Part 1, California Code of Regulations, Group 1, Article 5, Section 4-335.

(b) The County will select an independent testing laboratory to conduct the tests. Selection of the materials required to be tested shall be by the laboratory or the County’s representative and not by the Contractor. The Contractor shall notify the County’s representative a sufficient time in advance of its readiness for required observation or inspection.

(c) The Contractor shall notify the County’s representative a sufficient time in advance of the manufacture of material to be supplied under the Contract, which must by the terms of the Contract be tested in order that the County may arrange for the testing of same at the source of supply.

47

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(d) Any material shipped by the Contractor from the source of supply prior to having satisfactorily passed such testing and inspection or prior to the receipt of notice from the County’s representative that such testing and inspection will not be required shall not be incorporated in the job.

(e) The County will select and pay testing laboratory costs for all tests and inspections. Costs of tests of any materials found not to be in compliance with the Contract shall be paid for by the County and reimbursed by the Contractor.

Article 32. NOT USED

Article 33. VERIFICATION OF TEST REPORTS

Each testing agency shall submit to the Division of the State Architect a verified report in duplicate covering all of the tests that are required to be made by that agency during the progress of the Project. A report shall be furnished each time that work on the Project is suspended, covering the tests up to that time, and at the completion of the Project, covering all tests.

Article 34. TRENCHES

(a) In accordance with Labor Code Section 6705, if Contract Price exceeds twenty-five thousand dollars ($25,000) and involves the excavation of any trench or trenches five (5) feet or more in depth, Contractor shall, in advance of excavation, submit to the County or a registered civil or structural engineer employed by the County a detailed plan showing the design or shoring, bracing, sloping or other provisions to be made for workers' protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the Contractor shall submit a plan prepared by a registered civil or structural engineer, but in no case shall plan be less effective than that required by the Construction Safety Orders. No excavation of such trench or trenches shall be commenced until the plan has been accepted by the County or the person to whom authority to accept has been delegated by the County.

(b) Public Contract Code Section 7104, in relevant part, provides:

Any public works contract of a local public entity which involves digging trenches or other excavations that extend deeper than four feet below the surface shall contain a clause which provides the following:

That the contractor shall promptly, and before the following conditions are disturbed, notify the public entity, in writing, of any:

(1) Material that the contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law.

48

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(2) Subsurface or latent physical conditions at the site differing from those indicated.

(3) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract.

That the public entity shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the contractor's cost of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in the contract.

That, in the event that a dispute arises between the public entity and the contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, the contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. The contractor shall retain any and all rights provided either by contract or by law which pertain to the resolution of disputes and protests between the contracting parties.

Article 35. DOCUMENTS ON WORK

Contractor shall keep on the job site at all times one legible copy of all Contract Documents, including addenda and change orders, and Titles 19 and 24 of the California Code of Regulations, the latest edition of the Uniform Building Code, all approved drawings, plans, schedules and specifications, record drawings (as set forth below), MSDS sheets (as set forth under Article 81, entitled, “Material Safety Data Sheets (MSDS)”)and all codes and documents referred to in the specifications, and made part thereof. Said documents shall be kept in good order and available to the County, the County’s representatives, and all authorities having jurisdiction over the Project. Contractor shall be acquainted with and comply with the provisions of said Titles as they relate to this Project. (See particularly the duties of Contractor, Title 24, Part 1, California Code of Regulations, Section 4-343.) Contractor shall also be acquainted with and comply with all California Code of Regulations provisions relating to conditions on this Project, particularly Titles 8 and 17.

Article 36. STATE AUDIT

In accordance with the provisions of Government Code Section 10528, or any amendments thereto, all books, records, and files of the County, Contractor, or any subcontractor connected with the performance of this Contract involving the expenditure of state funds in excess of ten thousand dollars ($10,000.00), including, but not limited to, the administration thereof, shall be subject to the examination and audit of the Office of the Auditor General of the State of California and the County for a period of three (3) years after final payment is made under this Contract. Contractor shall preserve and cause to be preserved such books, records and files for the audit period.

49

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 37. NOT USED

Article 38. NOT USED

Article 39. NOT USED

Article 40. MATERIALS AND WORK

(a) Except as otherwise specifically stated in this Contract, Contractor shall provide and pay for all materials, labor, tools, equipment, transportation, superintendence, temporary constructions of every nature, and all other services and facilities of every nature whatsoever necessary to execute and complete this Work within the specified time.

(b) Unless otherwise specified, all materials shall be new and the best of their respective kinds and grades as noted or specified, and workmanship shall be of good quality.

(c) Materials shall be furnished in ample quantities and at such times as to insure uninterrupted progress of Work and shall be stored properly and protected as required.

(d) For all materials and equipment specified or indicated in the plans, the Contractor shall provide all labor, materials, equipment, and services necessary for complete assemblies and complete working systems. Incidental items not indicated in plans, nor mentioned in the specifications, that can legitimately and reasonably be inferred to belong to the Work described, or are necessary in good practice to provide a complete assembly or system, shall be furnished as though itemized within the Contract in every detail. In all instances, material and equipment shall be installed in strict accordance with each manufacturer's most recent published recommendations and specifications.

(e) Contractor shall, after award of Contract by the County, place orders for materials and/or equipment as specified so that delivery of same may be made without delays to the Work. Contractor shall, upon demand from the County, furnish to the County documentary evidence showing that orders have been placed.

(f) The County reserves the right, for any failure in complying with the above instructions, to place orders for such materials and/or equipment as it may deem advisable so that the Work may be completed at the date specified in the Agreement, and all expenses incidental to the procuring of said materials and/or equipment shall be paid for by Contractor.

(g) No material, supplies, or equipment for Work under this Contract shall be purchased subject to any chattel by which an interest therein or in any part thereof is retained by seller or supplier. Contractor warrants good title to all material, supplies, and equipment installed or incorporated in Work and agrees upon completion of all Work to deliver premises, together with all improvements and appurtenances constructed or placed there on by it, to the County free from any claims, liens, or charges. Contractor further agrees that neither it nor any person, firm, or corporation furnishing any materials or labor for any work covered by the Contract shall have any right to lien upon premises or any improvement or appurtenance thereon, except that

50

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Contractor may install metering devices or other equipment of utility companies or of political subdivision, title to which is commonly retained by utility company or political subdivision. In the event of installation of any such metering device or equipment, Contractor shall advise the County as to the owner thereof.

(h) Nothing contained in this Article, however, shall defeat or impair the rights of persons furnishing materials or labor under any bond given by Contractor for their protection or any rights under any law permitting such protection or any rights under any law permitting such persons to seek funds due the Contractor from and in the possession of the County, and this provision shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing material for Work when no formal contract is entered into for such material.

(i) The title to new materials and/or equipment for the Work of this Contract and attendant liability for its protection and safety, shall remain with Contractor until incorporated in the Work of this Contract and accepted by the County; no part of said materials and/or equipment shall be removed from its place of storage except for immediate installation in the Work of this Contract; and Contractor shall keep an accurate inventory of all said materials and/or equipment in a manner satisfactory to the County or its authorized representative.

Article 41. INTEGRATION OF WORK

(a) Contractor shall do all cutting, fitting, patching, and preparation of work as required to make its several parts come together properly, and fit it to receive or be received by work of other contractors showing upon, or reasonably implied by, the plans and specifications for the completed structure, and shall make good after them as the County may direct.

(b) All cost caused by defective or ill-timed work shall be borne by Contractor.

(c) Contractor shall not endanger any work by cutting, excavating, or otherwise altering work and shall not cut or alter work of any other contractor without the written consent of the County.

Article 42. OBTAINING OF PERMITS, LICENSES AND EASEMENTS

(a) Before the date of the commencement of the Work or before they are legally required to continue the Work without interruption, all permits, licenses, and certificates necessary for prosecution of Work shall be secured and paid for by Contractor, unless otherwise specified. The Contractor, acting in the name of the County, shall obtain and pay, only where legally required, for all licenses and permits, inspections and inspection certificates, required to be obtained of or made by any authority having jurisdiction over any part of the Work included in the Contract. All such permits, licenses, and certificates shall be delivered to the County before demand is made for the certificate of final payment. Contractor shall, and shall require subcontractors to, maintain contractor's licenses in effect as required by law.

(b) Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the County, unless otherwise specified.

51

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 43. SURVEYS

Surveys to determine location of property lines and corners will be supplied by the County. Surveys to determine locations of construction, grading, and site work shall be provided by Contractor requiring the same.

Article 44. EXISTING UTILITY LINES; REMOVAL, RESTORATION

(a) Pursuant to Government Code Section 4215, the County assumes the responsibility for removal, relocation, and protection of utilities located on the construction site at the time of commencement of construction under this Contract with respect to any such utility facilities that are not identified in the plans and specifications. Contractor shall not be assessed liquidated damages for delay in completion of the Project caused exclusively by failure of the County to provide for removal or relocation of such utility facilities. Locations of existing utilities provided by the County shall not be considered exact, but approximate within reasonable margin, and shall not relieve Contractor of responsibilities to exercise reasonable care nor costs of repair due to Contractor’s failure to do so. The County shall compensate Contractor for the costs of locating and repairing damage not due to the failure of Contractor to exercise reasonable care, and removing or relocating utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment actually and necessarily idle during such work.

(b) This Article shall not be construed to preclude assessment against Contractor for any other delays in completion of the Work. Nothing in this Article shall be deemed to require the County to indicate the presence of existing service lateral or appurtenances whenever the presence of such utilities on the site of the Project can be inferred from the presence of other visible facilities, such as buildings, meter junction boxes, on or adjacent to the site of the construction.

(c) If Contractor, while performing work under this Contract, discovers utility facilities not identified by the County in the Contract’s plans and specifications, Contractor shall immediately notify the County and the utility company in writing. The cost of repair for damage to above mentioned visible facilities without prior written notification to the County shall be borne by the Contractor.

Article 45. WORK TO COMPLY WITH APPLICABLE LAWS AND REGULATIONS

Contractor shall give all notices and comply with all laws, ordinances, rules, and regulations bearing on conduct of Work as indicated and specified, including but not limited to the appropriate statutes and Code of Regulations Sections. If Contractor observes that plans and specifications are at variance therewith, or should Contractor become aware of the development of conditions not covered by Contract Documents that will result in finished Work being at variance therewith, Contractor shall promptly notify the County in writing and any changes deemed necessary by the County shall be adjusted as provided in Contract for changes in Work. If Contractor performs any work that it knew, or through exercise of reasonable care should have

52

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

known, to be contrary to such laws, ordinances, rules or regulations, without such notice to the County, Contractor shall bear all costs arising there from.

Where specifications or plans state that materials, processes, or procedures must be approved by the Division of the State Architect, State Fire Marshal, or other body or agency, Contractor shall be responsible for satisfying requirements of such bodies or agencies.

Article 46. ACCESS TO WORK

The County, its representatives, and the Division of the State Architect shall at all times have access to the Work. Contractor shall provide safe and proper facilities for such access so that the County’s representatives may perform their functions.

Article 47. PAYMENTS BY CONTRACTOR

Contractor shall pay:

(a) For all transportation services and utilities not later than the twentieth (20th) day of the calendar month following that in which such services are rendered or provided;

(b) For all materials, tools, and other expendable equipment to the extent of ninety percent (90%) of the cost thereof, not later than the twentieth (20th) day of the calendar month following that in which such materials, tools, and equipment are delivered at site of Project and balance of cost thereof not later than the thirtieth (30th) day following completion of that part of work in/on which such materials, tools, and equipment are incorporated or used; and

(c) To each of its subcontractors, not later than the fifth day following each payment to Contractor; the respective amounts allowed Contractor on account of work performed by respective subcontractor to the extent of such subcontractor's interest therein.

Article 48. LIENS

(a) Contractor agrees that as part of each payment application it will submit to the County a complete set of Civil Code Section 3262 waivers and releases showing the payments that have been made for materials and labor used in connection with the Work. (b) If a lien or stop notice of any nature is filed against the Work and/or any the County property by an entity that has supplied material or services at the request or for Contractor, Contractor shall promptly, on demand of the County and at Contractor’s own expense, take any and all action necessary to cause any such lien or stop notice to be released or discharged immediately, or secure and file a security bond covering one hundred twenty five percent (125%) of the amount of such lien or stop notice, irrespective of whether Contractor is enforcing Contract compliance by the subcontractor.

(c) If Contractor fails to furnish to the County within ten (10) calendar days after demand by the County satisfactory evidence that a lien or stop notice has been so released, discharged, or

53

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

secured, then the County may discharge such indebtedness, by whatever means reasonably necessary, and deduct the amount required therefore, together with any and all losses, costs, damages, and attorneys’ fees and expenses incurred or suffered by the County from any sum payable to Contractor under the Contract.

(f) Contractor shall, at its own cost, defend, indemnify and hold harmless the County, its officers, agents and employees from and against any and all liability, damages, losses, claims, demands, actions, and costs, including attorneys’ fees and expenses, arising from or attributable to a lien or stop notice filed and/or served in connection with the Work.

Article 49. MUTUAL RESPONSIBILITY OF CONTRACTOR

If Contractor or any of its subcontractors or employees cause loss or damage to any separate contractor on the Work, Contractor agrees to settle with such separate contractor by agreement, if the subcontractor or employee will so settle, or by arbitration. If such subcontractor sues the County, on account of any loss so sustained, the County shall notify Contractor, who shall indemnify and save harmless the County against any expenses or judgment arising therefrom.

Article 50. NOT USED

Article 51. UTILITIES

(a) All utilities, including but not limited to electricity, water, gas, and telephone, used on Work shall be furnished and paid for by Contractor. Contractor shall furnish and install necessary temporary distribution systems, including meters, if necessary to carry on the Work. Upon completion of Work, Contractor shall remove all temporary distribution systems.

(b) If Contract is for an addition to an existing facility, Contractor may, with written permission of the County, use the County’s existing utilities.

Article 52. SANITARY FACILITIES

Contractor, at its own cost, shall provide temporary sanitary facilities in no fewer numbers than required by law and such additional facilities as may be directed by the Inspector for the use of all workers. The facilities shall be maintained in a sanitary condition at all times and shall be left at the site until removal is directed by the Inspector. Use of toilet facilities in the Work under construction shall not be permitted except by consent of the Inspector.

Article 53. CLEANING UP

Contractor at all times shall keep premises free from debris such as waste, rubbish, and excess materials and equipment caused by the Work. Contractor shall not leave debris under, in, or about the premises, but shall promptly remove same from the premises on a daily basis. If Contractor fails to clean up, the County may do so and the cost thereof shall be charged to Contractor. If Contract is for an addition to an existing facility, Contractor shall perform specific clean up on or about the premises upon request by the County as it deems necessary for the

54

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

continuing education process. In such instance, the Contractor shall comply within 24 hours after which time the County may do so and the cost thereof shall be borne by the Contractor.

Article 54. PATENTS, ROYALTIES, INDEMNITIES, AND TAXES

Contractor shall hold and save the County and its officers, agents, and employees harmless from liability of any nature or kind, including cost and expense, for or on account of any patented or un-patented invention, process, article, or appliance manufactured or used in the performance of this Contract, including its use by the County, unless otherwise specifically provided in the Contract Documents, unless such liability arises from the sole negligence, or willful misconduct of the County. Contractor shall pay all applicable federal, state and local sales taxes and all other taxes pertaining to the Work involved in this Contract.

Article 55. GUARANTEE

(a) In addition to guarantees required elsewhere, Contractor shall, and hereby does guarantee against all defects for a period of one year after the recordation of the Notice of Completion, and shall repair or replace any and all such work, together with any other work, that may be displaced in so doing, that may prove defective in workmanship and/or materials within a one (1) year period from the date of recordation without expense whatsoever to the County, ordinary wear and tear, unusual abuse or neglect excepted. The County will give notice of observed defects to Contractor with reasonable promptness. Contractor shall notify the County upon completion of such repairs or replacement.

(b) In the event of failure of Contractor or Surety to commence and pursue with diligence said replacements or repairs within ten (10) calendar days after being notified in writing, the County is hereby authorized to proceed to have defects repaired and made good at expense of Contractor and Surety, each who hereby agree to pay costs and charges thereof immediately on demand.

(c) If, in the opinion of the County, defective work creates a dangerous condition or requires immediate correction or attention to prevent further loss to the County, or to prevent interruption of operations of the County, the County will attempt to give the notice required by this Article. If Contractor or Surety cannot be contacted or neither complies with the County’s request for correction within a reasonable time, as determined by the County, the County may, notwithstanding the provisions of this Article, proceed to make such correction or provide such attention and the costs of such correction or attention shall be charged against Contractor and Surety of the guarantees provided in this Article or elsewhere in this Contract.

(d) This Article does not in any way limit the guarantees on any items for which a longer guarantee is specified or on any items for which a manufacturer gives a guarantee for a longer period. Contractor shall furnish to the County all appropriate guarantee or warranty certificates upon completion of the Project or upon request by the County.

(e) All guarantees required under this Article shall be in writing on the Guarantee form included in the Contract Documents.

55

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(g) Nothing herein shall limit any other rights or remedies available to the County.

Article 56. DUTY TO PROVIDE FIT WORKERS

(a) Contractor and subcontractor(s) shall at all times enforce strict discipline and good order among their employees and shall not employ or work any unfit person or anyone not skilled in work assigned to such person. It shall be the responsibility of Contractor to ensure compliance with this Article.

(b) Any person in the employ of Contractor or subcontractors whom the County may deem incompetent or unfit shall be excluded from the Work site and shall not again be employed on it except with written consent of the County.

Article 57. WAGE RATES, TRAVEL AND SUBSISTENCE

(a) Pursuant to the provisions of Article 2 (commencing at Section 1770), Chapter 1, Part 7, Division 2 of the Labor Code, the governing body of the County has obtained the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this public work is to be performed for each craft, classification or type of worker needed to execute this Contract from the Director of the Department of Industrial Relations (hereinafter, in this Article, "Director"). These rates are on file with the Facilities Department of the County and copies will be made available to any interested party on request. Contractor shall obtain and post a copy of such wage rates at the job site.

(b) Holiday and overtime work, when permitted by law, shall be paid for at a rate of at least one and one-half times the above specified rate of per diem wages, unless otherwise specified. Holidays shall be as defined in the Collective Bargaining Agreement applicable to each particular craft, classification or type of worker employed under Contractor.

(c) Contractor shall pay and shall cause to be paid each Worker engaged in Work on the Project not less than the general prevailing rate of per diem wages determined by the Director, regardless of any contractual relationship which may be alleged to exist between Contractor or any subcontractor and such workers.

(d) Contractor shall pay and shall cause to be paid to each Worker needed to execute the Work on the Project, travel and subsistence payments, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed with the Department of Industrial Relations in accordance with Labor Code Section 1773.8.

(e) If during the period this bid is required to remain open, the Director of Industrial Relations determines that there has been a change in any prevailing rate of per diem wages in the locality in which the Work under Contract is to be performed, such change shall not alter the wage rates in the Notice to Contractors or the Contract subsequently awarded.

56

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(f) Pursuant to Labor Code Section 1775, Contractor shall as a penalty to the County, forfeit the amount required for each calendar day, or portion thereof, for each Worker paid less than the prevailing rates determined by the Director, for such Work or craft in which such Worker is employed for any public work done under contract by Contractor or by any subcontractor under it. The difference between such prevailing wage rates and the amount paid to each Worker for each calendar day or portion thereof for which each Worker was paid less than the prevailing wage rate shall be paid to each Worker by Contractor.

(g) Any Worker employed to perform Work on the Project, which work is not covered by any classification listed in the general prevailing wage rate of per diem wages determined by the Director shall be paid not less than the minimum rate of wages specified therein for the classification which most nearly corresponds to work to be performed by him, and such minimum wage rate shall be retroactive to time of initial employment of such person in such classification.

(h) Pursuant to Labor Code Section 1773.1, per diem wages are deemed to include employer payments for health and welfare, pension, vacation, travel time, and subsistence pay as provided for in Labor Code Section 1773.8, apprenticeship or other training programs authorized by Section 3093, and similar purposes.

(i) Contractor shall post at appropriate conspicuous points on the site of Project, a schedule showing all determined minimum wage rates and all authorized deductions, if any, from unpaid wages actually earned.

Article 58. HOURS OF WORK

(a) As provided in Article 3, (commencing at Section 1810), Chapter 1, Part 7, Division 2 of the Labor Code, eight (8) hours of labor shall constitute a legal day’s work. The time of service of any worker employed at any time by Contractor or by any subcontractor on any subcontract under this Contract upon the work or upon any part of the work contemplated by this Contract shall be limited and restricted by Contractor to eight (8) hours per day, and forty (40) hours during any one week, except as hereinafter provided. Notwithstanding the provisions hereinabove set forth, work performed by employees of Contractor in excess of eight (8) hours per day, and forty (40) hours during any one week, shall be permitted upon this public work upon compensation for all hours worked in excess of such hours at not less than one and one-half times the basic rate of pay.

(b) Contractor shall keep and shall cause each subcontractor to keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each Worker employed by Contractor in connection with the Work or any part of the Work contemplated by this Contract. The record shall be kept open at all reasonable hours to the inspection of the County and to the Division of Labor Law Enforcement, Department of Industrial Relations of the State of California.

(c) Pursuant to Labor Code Section 1813, Contractor shall pay to the County a penalty in the amount required by law for each Worker employed in the execution of this Contract by

57

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Contractor or by any subcontractor for each calendar day during which such Worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Article 3 (commencing at Section 1810), Chapter 1, Part 7, Division 2 of the Labor Code.

(d) Any Work necessary to be performed after regular working hours, or on Sundays or other holidays shall be performed without additional expense to the County.

Article 59. PAYROLL RECORDS

(a) Pursuant to the provisions of Section 1776 of the Labor Code, Contractor shall keep and shall cause each subcontractor performing any portion of the work under this Contract to keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by Contractor in connection with the Work.

(b) The payroll enumerated under subdivision (a) shall be certified and shall be available for inspection at all reasonable hours at the principle office of Contractor on the following basis:

1. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his/her authorized representative on request.

2. A certified copy of all payroll records enumerated in subdivision (a) shall be made available for inspection or furnished upon request to a representative of the County, Division of Labor Standards Enforcement, and Division of Apprenticeship Standards of the Department of Industrial Relations.

3. A certified copy of all payroll records enumerated in subdivision (a) shall be made available upon request by the public for inspection or copies thereof made; provided, however, that a request by the public shall be made through either the body awarding Contract, Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph (2), the requesting party shall, prior to being provided the records reimburse the costs of preparation by Contractor, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of Contractor.

4. The form of certification shall be as follows: I, (name-print)

the undersigned, am (position in business)

with the authority to act for and on behalf of (name of business and/or contractor),

certify under penalty of perjury that the records or copies thereof submitted and consisting of

(description, number of pages)

58

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

are the originals or true, full and correct copies of the originals which depict the payroll record(s) of actual disbursements by way of cash, check or whatever form to the individual or individuals named.

Date: Signature

(c) Each contractor shall file a certified copy of the records enumerated in subdivision (a) with the entity that requested the records within ten (10) working days after receipt of a written request.

(d) Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the County, Division of Apprenticeship Standards, or Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of contractor awarded Contract or performing Contract shall not be marked or obliterated.

(e) Contractor shall inform the County of the location of the records enumerated under subdivision (a), including the street address, city and county, and shall, within five (5) working days, provide a notice of a change of location and address.

(f) In the event of noncompliance with the requirements of this Section, Contractor shall have ten (10) working days in which to comply after receipt of written notice specifying in what respects Contractor must comply with this Section. Should noncompliance still be evident after the ten (10) working day period, Contractor shall, as a penalty to the County, forfeit the amount required by law for each calendar day, or portion thereof, for each Worker, until strict compliance is effectuated. Upon the request of Division of Apprenticeship Standards or Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due.

(g) It shall be the responsibility of Contractor to ensure compliance with the provisions of Labor Code Section 1776.

Article 60. APPRENTICES

(a) Contractor acknowledges and agrees that, if this Contract involves a dollar amount or a number of working days greater than that specified in Labor Code Section 1777.5, thirty thousand dollars ($30,000) and/or twenty (20) days, this Contract is governed by the provisions of Labor Code Section 1777.5. It shall be the responsibility of Contractor to ensure compliance with this Article and with Labor Code Section 1777.5 for all apprenticeship occupations.

(b) Apprentices of any crafts or trades may be employed and, when required by Labor Code Section 1777.5, shall be employed, provided they are properly registered in full compliance with the provisions of the Labor Code.

59

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(c) Every such apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he is employed, and shall be employed only at the work of the craft or trade to which he is registered.

(d) Only apprentices, as defined in Labor Code Section 3077, who are in training under apprenticeship standards and written apprentice agreements under Chapter 4 (commencing at Section 3070), Division 3 of the Labor Code, are eligible to be employed. The employment and training of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he is training.

(e) Pursuant to Labor Code Section 1777.5, if that Section applies to this Contract as indicated above, Contractor and any subcontractors employing workers in any apprentice-able craft or trade in performing any work under this Contract shall apply to the applicable joint apprenticeship committee for a certificate approving the Contractor or subcontractor under the applicable apprenticeship standards and fixing the ratio of apprentices to journeymen employed in performing the Work.

(f) Pursuant to Labor Code Section 1777.5, if that Section applies to this Contract as indicated above, Contractor and any subcontractor may be required to make contributions to the apprenticeship program.

(g) If Contractor or any subcontractor willfully fails to comply with Labor Code Section 1777.5, then, upon a determination of noncompliance by the Administrator of Apprenticeship, it shall: (1) be denied the right to bid on any subsequent project for one year from the date of such determination; and (2) forfeit as a penalty to the County the amount required by law per day for each calendar day of noncompliance, which shall be withheld from any payment due or to become due under the terms of this Contract. Interpretation and enforcement of these provisions shall be in accordance with the rules and procedures of the California Apprenticeship Council.

(h) Contractor and all subcontractors shall comply with Labor Code Section 1777.6, which Section forbids certain discriminatory practices in the employment of apprentices.

(i) Contractor shall become fully acquainted with the law regarding apprentices prior to commencement of the work. Special attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the Labor Code, and Title 8, California Code of Regulations, Section 200 et seq. Questions may be directed to the State Division of Apprenticeship Standards, 455 Golden Gate Avenue, San Francisco, California 94102.

Article 61. LABOR FIRST AID

Contractor shall maintain emergency first aid treatment for Contractor’s workers on the Project that complies with the Federal Occupational Safety and Health Act (29 United States Code, Section 651, et seq.).

60

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 62. PROTECTION OF PERSONS AND PROPERTY

(a) Contractor shall be responsible for all damages to persons or property that occur as a result of its fault or negligence in connection with the prosecution of this Contract, and shall take all necessary measures and be responsible for the proper care and completion and final acceptance by the County. All Work shall be solely at Contractor’s risk, with the exception of damage to the Work caused by "acts of God" as defined and in accordance with Public Contract Code Section 7105.

(b) Contractor shall take, and require subcontractors to take, all necessary precautions for safety of workers on the Project and shall comply with all applicable federal, state, local and other safety laws, standards, orders, rules, regulations, and building codes to prevent accidents or injury to persons on, about, or adjacent to premises where work is being performed and to provide a safe and healthful place of employment. Contractor shall furnish, erect and properly maintain at all times, all necessary safety devices, safeguards, construction canopies, signs, nets, barriers, lights, and watchmen for protection of workers and the public and shall post danger signs warning against hazards created by such features in the course of construction. Contractor shall designate a responsible member of its organization on the Project, whose duty shall be to post information regarding protection and obligations of workers and other notices required under occupational safety and health laws, to comply with reporting and other occupational safety requirements, and to protect the life, safety and health of workers. Name and position of person so designated shall be reported to the County by Contractor.

Contractor shall correct any violations of safety laws, rules, orders, standards, or regulations. Upon the issuance of a citation or notice of violation by the Division of Occupational Safety and Health, Contractor shall correct such violation promptly.

(c) In an emergency affecting safety of life or of Work or of adjoining property, Contractor, without special instruction or authorization from the County, is hereby permitted to act, at its discretion, to prevent such threatened loss or injury; and Contractor shall act as authorized or instructed by the County. Any compensation claimed by Contractor on account of emergency work shall be determined by agreement.

(d) Contractor shall provide such heat, covering, and enclosures as are necessary to protect all work, materials, equipment, appliances, and tools against damage by weather conditions, such as extreme heat, cold, dry winds, or dampness. Temporary enclosures and doors (if not glazed) shall be provided by Contractor. The County shall have full authority to suspend operations on Work when subject to damage by climatic conditions or because of insufficient curing or drying of surfaces or materials.

(e) Contractor shall take adequate precautions to protect existing roads, sidewalks, curbs, pavements, utilities, adjoining property and structures (including, without limitation, protection from settlement or loss of lateral support), and to avoid damage thereto, and repair any damage thereto caused by construction operations.

61

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(f) Contractor shall (unless waived by the County in writing):

1. When performing new construction on existing sites, become informed and take into specific account the maturity of the students on the site; and when performing work that may interfere with school routine before or after school hours, enclose working area with substantial barricade, and arrange work to cause a minimum amount of inconvenience and danger to students and faculty in their regular school activities.

2. Provide substantial barricades around any shrubs or trees indicated to be preserved.

3. Deliver materials to building area over route designated by the County.

4. When directed by the County, take preventive measures to eliminate objectionable dust.

5. Confine apparatus, the storage of materials, and the operations of workers to limits indicated by law, ordinances, permits, or directions of the County; and shall not interfere with the Work or unreasonably encumber premises or overload any structure with materials; and enforce all instructions of the County regarding signs, advertising, fires, and smoking and require that all workers comply with all regulations while on construction site. Contractor, Contractor’s employees, subcontractors, subcontractors' employees or any person associated with Contract Work shall conduct themselves in a manner appropriate for a school site. No verbal or physical contact with students and faculty, profanity, or inappropriate attire will be permitted. The County may request non-complying persons be permanently removed from Project site.

6. Take care to prevent disturbing or covering any survey markers, monuments, or other devices marking property boundaries or corners. If such markers are disturbed by accident, they shall be replaced by an approved civil engineer at no cost to the County.

Article 63.AFFIRMATIVE ACTION EMPLOYMENT PROGRAM

(a) The Santa Clara County Office of Education will maintain a list of minority businesses and businesses operated by women that will ensure that such businesses received solicitations for bids.

(b) The Santa Clara County Office of Education will maintain a list of minority and women consultants and will ensure that they are afforded equal opportunity for contracts.

(c) The Santa Clara County Office of Education will notify its vendors, suppliers, and other contractors of its affirmative action program.

(d) The Santa Clara County Office of Education will require the inclusion of the following equal opportunity clauses as a condition of all contracts in excess of $10,000

62

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and a selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.

2. The contractor will, in all solicitation or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, physical handicap, sex, or national origin.

3. The contractor will show evidence of compliance with all provisions of Executive Order 11246, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor.

4. In the event of the contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contractor may be declared ineligible for further contracts with this office.

Article 64. SCHEDULE OF VALUES

(a) Within 10 days after award of the Contract, the Contractor shall submit to the Architect a Schedule of Values in a form approved by the County. The Schedule of Values shall reflect allocations to the various portions of the Work in sufficient detail and supported by data to that substantiates its accuracy as the County may require. This schedule, when approved, shall be used as a basis for the Contractor’s applications for progress payments.

(b) Contractor shall provide itemized estimates of Work completed, corresponding to the Schedule of Values, as part of each application for progress payment.

Values employed in making up the Schedule of Values and estimates of Work completed will be used only for determining the basis of progress payments and will not be considered as fixing a basis for additions to or deductions from Contract Price.

Article 65. CONTRACTOR CLAIMS

(a) In order to assert a claim for damages in connection with the Contract, sustained by reason of acts by or attributable to the County, Contractor shall, within five (5) calendar days after initially sustaining such damage, submit to the County a written statement of the damage sustained, including the causes thereof. On or before the fifteenth (15th) day of the month succeeding that in which such damage shall have been initially sustained, Contractor shall submit to the County an itemized statement of the details, including, but not limited to, the causes thereof, and

63

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

amounts of such damage. Unless such statements are made as in accordance with this paragraph, Contractor’s claims for compensation for damages, of which it knew or should have known, shall be waived, forfeited and invalidated, and it shall not be entitled to consideration for payment on account of any such damage.

(b) In accordance with Public Contract Code Section 20104, subdivision (c), Article 1.5, Chapter 1, Part 3 of the Public Contract Code is set forth below. Contractor understands and agrees that the provisions of Article 1.5 shall not affect the claims notice requirements set forth in these General Conditions.

Section 20104 of Public Contract Code.Application of article; provisions included in plans and specifications

(a) (1) This article applies to all public works claims of three hundred seventy five thousand dollars ($375,000) or less which arise between a contractor and a local agency.

(2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.

(b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California.

(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency.

(c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may rise to a claim under this article.

(d) This article applies only to contracts entered into on or after January 1, 1991.

Section 20104.2 Claims; requirements; tort claims excluded

For any claim subject to this article, the following requirements apply:

(a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims.

64

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant.

(2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.

(3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater.

(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant.

(2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant.

(3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater.

(d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute.

(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 to Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which

65

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process.

(f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.

Section 20104.4 Civil action procedures; mediation and arbitration; trial de novo; witnesses

The following procedures are established for all civil actions filed to resolve claims subject to this article:

(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator.

(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration.

(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds.

(3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedures, any party who after receiving an arbitration

66

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney’s fees of the other party arising out of the trial de novo.

(c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process.

Section 20104.6 Payment on undisputed portion of claim; interest on arbitration awards or judgments

(a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract.

(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law.

Article 66. NOT USED

Article 67. PAYMENTS

(a) Unless otherwise specified, each month within thirty (30) calendar days after receipt of approved periodical estimate for partial payment, and compliance by Contractor with Section 01027, Application for Payment, there shall be paid to Contractor a sum equal to ninety percent (90%) of value of work performed and of materials delivered on the ground or stock subject to or under the control of the County and unused up to the last day of the previous month, less aggregate previous payments. Monthly payments shall be made only on the basis of monthly estimates that shall be prepared by Contractor on a form approved by the County and filed before the fifth (5th) day of the month during which payment is to be made. Work completed as estimated shall be an estimate only and no inaccuracy or error in said estimate shall operate to release Contractor or Surety from any damages arising from such work or from enforcing each and every provision of this Contract, and the County shall have the right subsequently to correct any error made in any estimate for payment.

(b) With each payment request, and prior to receiving any payment, Contractor must furnish the County with the following:

(1) Schedules in accordance with Article 39, entitled “Construction Schedules;”

(2) Waivers and releases in accordance with Article 48, entitled “Liens;” and

(3) An updated summary of unresolved claims (“Summary of Claims”), including, but not limited to, the causes thereof, that it claims it sustained by reason of acts by, or attributable to, the County.

67

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(4) An updated schedule of values indicating Contractor’s estimate of the percentage of completion for each line item.

Acceptance of a payment will constitute a release of all of Contractor’s claims for damages sustained by reasons of acts by, or attributable to, the County of which Contractor knew or should have known at the time of the payment request, except for those clearly identified claims for damages specified in the Summary of Claims.

(c) Contractor shall not be entitled to have any payment estimates processed or any payment for work performed so long as Contractor fails to materially comply with the Contract Documents or any lawful or proper direction given by the County concerning the Work, including, but not limited to, scheduling revisions and updates.

(d) Before payment is made hereunder, the County will receive the request for progress payment and verification by the Architect, Construction Manager, if any, the County and Inspector that the work for which payment is requested has been performed in accordance with the terms of the Contract.

Architect, Construction Manager, if any, the County and Inspector shall sign the request for payment as verification that the work has been performed. It is understood, however, that signature of the Architect and Construction Manager, if any, and Inspector shall not be conclusive upon the County, but merely advisory.

(e) No payment by the County hereunder shall be interpreted so as to imply that the County has inspected, approved, or accepted any part of the Work. The final payment, if unencumbered, shall be made thirty-five (35) calendar days after the recordation of the Notice of Completion with the office of the County Recorder, subject to Article 69, entitled “Completion.”

(f) Unless otherwise provided, on or before making request for final payment of the undisputed amount due under Contract, Contractor shall submit to the County, in writing, all claims for compensation under or arising out of this Contract and a Summary of Claims, as required under Paragraph (b), above, that is final and cumulative. The final and cumulative Summary of Claims may not include any claims for damages that have been released by operation of the provisions of Paragraph (b), above, or Article 65, entitled “Contractor Claims.” The acceptance by Contractor of the payment of the final amount shall constitute a waiver of all claims for compensation and damages against the County under or arising out of this Contract, except those identified in the final and cumulative Summary of Claims.

(g) Prior to requesting final payment, Contractor must deliver the record drawings, Project warranties, operations and maintenance manuals, a Settlement Agreement and Release of Claims form, and all other documents required by Section 01700, Contract Closeout, to the Construction Manager, if there is one, and the Architect.

68

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 68. CHANGES AND EXTRA WORK

(a) The County may, as provided by law and without affecting the validity of this Contract, order additions, deletions or revisions in the Work by issuance of written change orders or written directives during the progress of the Project, Contract Price and/or Contract Time being adjusted accordingly. All such work shall be executed under the conditions of the original Contract, except for changes to the Contract Time and/or Contract Price, which shall be made in accordance with Section 01028.

(b) In giving instructions, the County shall have authority to make minor changes in Work, not involving change in cost, and not inconsistent with purposes of building, by written directives. Otherwise, except in an emergency endangering life or property, no extra work or change shall be made unless pursuant to a written change order from the County, authorized by action of the Governing Board, and no claim for addition to Contract Time and/or Contract Price shall be valid unless so ordered.

(c) Value of any such extra work, change, or deduction shall be determined at the discretion of the County in one or more of the following ways:

1. By acceptable lump sum proposal from Contractor.

2. By unit prices contained in Contractor’s original bid and incorporated in CONTRACT DOCUMENTS or fixed by subsequent agreement between the County and Contractor.

3. By cost of material and labor, plus a percentage for overhead and profit. The following form shall be used by the Contractor to communicate proposed additions and deductions to Contract Price:

69

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

CREDIT EXTRAa. Material (attach itemized quantity

and unit cost plus sales tax). b. Labor (attach itemized hours and rates).

c. Subtotal

d. Subcontractor's actual overhead andprofit, not to exceed a combined10%.

e. Subtotal

f. Contractor's actual overhead andprofit ,not to exceed a combined5%.

g. Subtotal

h. Bond Premium, not toexceed one percent (1%) of Item g.

i. Total

Article 69. COMPLETION

(a) The County shall accept completion of the Work and have the Notice of Completion recorded when the entire Work shall have been completed to the satisfaction of the County. The Work may only be accepted as complete by action of the Governing Board.

(b) The County, at its sole option, may have the Notice of Completion recorded when the entire Work shall have been completed to the satisfaction of the County, except for minor corrective Work.

(c) If Contractor fails to complete the minor corrective Work prior to the expiration of the thirty-five (35) day period immediately following the recordation of Notice of Completion, the County shall withhold from the final payment an amount equal to 150 % of the estimated cost, as determined by the County, of the minor corrective work until such time as the Work is completed.

(d) At the end of such thirty-five (35) day period, if there are any items remaining to be corrected, the County may elect to proceed as provided in Article 70, entitled "Adjustment to Contract Price."

70

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 70. ADJUSTMENT TO CONTRACT PRICE

(a) If Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision hereof, the County may, after ten (10) calendar days written notice to Contractor, and without prejudice to any other remedy it may have, make good such deficiencies.

(b) The County shall adjust the Contract Price by reducing the amount thereof by the cost of making good such deficiencies. If the County deems it inexpedient to correct work defective or not done in accordance with Contract, the County shall make an equitable reduction in the Contract Price.

Article 71. CORRECTION OF WORK

(a) Should it be considered necessary or advisable by the County at any time before final acceptance of the entire Work to make an examination of work already completed by removing or tearing out the same, the Contractor shall upon request promptly furnish all necessary facilities, labor and materials. If such work is found to be defective in any respect due to fault of the Contractor or its subcontractors, it shall compensate the County for all expenses of such examinations and for satisfactory reconstruction. If, however, such work is found to fully meet the requirements of the Contract Documents, the additional cost of labor and material necessarily involved in the examination and replacement shall be paid by County.

(b) Contractor shall promptly remove from premises all work identified by the County as failing to conform with the Contract Documents, whether incorporated or not. Contractor shall promptly replace and re-execute its own work to comply with Contract Documents, without additional expenses to the County, and shall bear the expense of making good all work of other contractors that is destroyed or damaged by such removal or replacement.

(c) If Contractor does not remove such work within a reasonable time, fixed by written notice, the County may remove it and may store the material at Contractor’s expense. If Contractor does not pay expenses of such removal and any storage within ten (10) calendar days thereafter, the County may, upon ten (10) calendar days written notice, sell such materials at auction or at private sale and shall account for net proceed thereof, after deducting all costs and expenses that should have been borne by Contractor.

Article 72. EXTENSIONS OF TIME AND DELAY DAMAGES

(a) Both Contractor and the County agree that the following delays will be considered "non-compensable" and, therefore, neither party shall collect damages from the other should they occur: acts of God as defined and in accordance with Public Contract Code Section 7105, acts of public enemy, acts of Government, fires, floods, epidemics, quarantine restrictions, against others, and unusually severe weather (normal seasonal rainfall shall not be considered reason for time extension), or delays of subcontractors due to such causes.

71

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

(b) “Excusable delays” refers to any delay due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, caused by acts of the County or anyone employed by it or acts of another contractor in performance of a contract (other than this Contract) with the County.

(c) In accordance with Public Contract Code Section 7102, Contractor shall not be charged for liquidated damages because of non-compensatory or excusable delays.

(d) “Inexcusable delays” refers to any delay to the progress of the Work caused by events or factors other than those specifically identified in Paragraphs (a) and (b), above.

(e) If an inexcusable delay occurs concurrently with either an excusable delay or a non-compensable delay, the maximum extension of the Contract Time shall be the number of days, if any, that the excusable delay or the non-compensatory delay exceeds the period of time of the inexcusable delay. Additionally, no adjustment to the Contract Time shall be made unless such activities directly impact work on the critical path of the then current and updated Approved Construction Schedule as of the date on which such delay first occurs. (f) Contractor shall within five (5) calendar days of the beginning of any excusable bidding or non-compensable delay, notify the County in writing of the causes of delay. The Contractor’s failure to notify the County within such five (5) calendar day period shall be deemed a waiver and relinquishment of such a claim of delay against the County.

(g) In the event that excusable delays cause damages to Contractor, Contractor’s damages shall be limited to direct, actual, and unavoidable additional costs of labor, materials or equipment directly resulting from such delay, and shall exclude indirect or other consequential damages. Except as expressly provided above, Contractor shall not have any other claim, demand, or right to adjustment of the Contract Price arising out of delay, interruption, hindrance or disruption to the progress of the Work. Adjustments to the Contract Price and the Contract Time, if any, on account of changes to the Work or suspension/termination for convenience of the Work shall be governed by the applicable provisions of the Contract Documents.

(h) Extensions of time shall apply only to the portion of Work affected by the delay, and shall not apply to other portions of Work not so affected.

Article 73. PAYMENTS WITHHELD

(a) In addition to amounts that the County may retain or deduct pursuant to Articles 67 and 69 and Section 01027, Application for Payment, paragraph 1.04, the County may withhold a sufficient amount or amounts of any payment or payments otherwise due to Contractor, as in its judgment may be necessary to cover the following:

1. One hundred percent (100%) of payments made by the County on behalf of Contractor or any subcontractors pursuant to Articles 47 or 70, Paragraph (a).

72

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2. One hundred twenty-five percent (125 %) of the amount claimed by subcontractors or the supplier of materials in the form of a stop notice.

3. One hundred percent (100%) of the amount of any equitable reduction in Contract Price pursuant to Paragraph (b) of Article 70, entitled “Adjustment to Contract Price.”

4. One hundred and fifty percent (150%) of the estimated cost of defective work that Contractor has not remedied.

5. Liquidated damages assessed against Contractor.

6. Penalties or assessments required by law.

7. The cost of material ordered by the County pursuant to Article 40, entitled "Materials and Work."

8. One hundred percent (100%) of the estimated cost of completing of the Contract, if there exists a reasonable doubt that this Contract can be completed for the balance then unpaid to Contractor.

9. One hundred and fifty percent (150%) of the estimated amount of damage caused to another contractor.

10. The cost of site clean-up as provided in Article 53, entitled "Cleaning Up."

11. The costs of responding to unjustified requests for information, in accordance with Paragraph (b) of Article 11, entitled “Architect—Submittals and Requests for Information.”

12. The costs of premiums that the County pays on behalf of Contractor in accordance with Paragraph (c) of Article 24, entitled “Proof of Carriage of Insurance.”

(b) If the above grounds are, in the opinion of the County, removed by or at the expense of Contractor, payment shall be made for amounts withheld because of them.

(c) The County may apply such withheld payment amount for such claims or obligations at its discretion. In so doing, the County shall make such payments on behalf of Contractor. If any payment is so made by the County, then such amount shall be considered as a payment made under Contract by the County to Contractor and the County shall not be liable to Contractor for such payments made in good faith. Such payments may be made without prior judicial determination of the validity of the claim or obligation. The County will render Contractor an accounting of such funds disbursed on behalf of Contractor.

(d) As an alternative to payment of such claims or obligations, the County, in its sole discretion, may reduce the total Contract Price as provided in the Article 70, entitled "Adjustment to Contract Price."

73

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 74. EXCISE TAXES

If under Federal Excise Tax Law any transaction hereunder constitutes a sale on which a Federal Excise Tax is imposed and the sale is exempt from such Federal Excise Tax because it is a sale to a State or Local Government for its exclusive use, the County, upon request, will execute documents necessary to show (1) that the County is a political subdivision of the State for the purposes of such exemption and (2) that the sale is for the exclusive use of the County. No Federal Excise Tax for such materials shall be included in any bid price.

Article 75. TAXES

Bid price, and, in turn, the Contract Price, is to include any and all applicable sales taxes or other taxes that may be due in accordance with Section 7051 of the Revenue and Taxation Code Regulation 1521 of the State Board of Equalization, or any other tax code that may be applicable.

Article 76. NO ASSIGNMENT

Contractor shall not assign this Contract, or any part thereof, without the prior written consent of the County. Assignment without such prior written consent shall be null and void. Any assignment of money due or to become due under this Contract shall be subject to a prior lien for services rendered or material supplied for performance of work called for under said Contract in favor of all persons, firms, or corporations rendering such services or supplying such material to the extent that claims are filed pursuant to the Civil Code, Government Code, Labor Code and/or Code of Civil Procedure and shall also be subject to deductions for liquidated damages or withholding of payments as determined by the County in accordance with this Contract.

Article 77. NOTICE AND SERVICE THEREOF

Any notice from one party to the other or otherwise under Contract shall be in writing and shall be dated and signed by the party giving such notice or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in one of the following manners:

1. If notice is given to the County, by personal delivery thereof to the County or by depositing same in United States mail, enclosed in a sealed envelope addressed to the County, and sent by registered or certified mail with postage prepaid;

2. If notice is given to Contractor, by personal delivery thereof to Contractor or to Contractor’s superintendent at site of Project, or by depositing same in United States mail, enclosed in a sealed envelope addressed to Contractor at its regular place of business or at such address as may have been established for the conduct of work under this Contract, and sent by registered or certified mail with postage prepaid;

74

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. If notice is given to Surety or other person by personal delivery to such Surety or other person or by depositing same in United States mail, enclosed in a sealed envelope, addressed to such Surety or person at the address of such Surety or person last communicated by Surety or other person to party giving notice, and sent by registered or certified mail with postage prepaid.

Article 78. NO WAIVER

Duties and obligations imposed by the Contract Documents, and rights and remedies available thereunder, shall be in addition to and not in lieu of or otherwise a limitation or restriction of duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the County shall constitute a waiver of a right or remedy afforded it under the Contract Documents or at law, nor shall such an action or failure to act constitute approval of or acquiescence in a breach hereunder, except as may be specifically agreed in writing.

Article 79. SEVERABILITY

In the event any provision of the Contract Documents shall be deemed illegal, invalid, unenforceable and/or void, by a court or any other governmental agency of competent jurisdiction, such provision shall be deemed to be severed and deleted from the Contract Documents, but all remaining provisions hereof, shall in all other respects, continue in full force and effect.

Article 80. HAZARDOUS MATERIALS

In the event the Contractor encounters on the site material reasonably believed to be asbestos or polychlorinated biphenyl (PCB) which has not been rendered harmless, the Contractor shall immediately stop work in the area affected and report the condition to the County, Inspector and Construction Manager, if there is one, in writing. The work in the affected area shall not thereafter be resumed except by written agreement of the County and Contractor if in fact the material is asbestos or polychlorinated biphenyl (PCB) and has not been rendered harmless. The work in the affected area shall be resumed in the absence of asbestos or polychlorinated biphenyl (PCB), or when it has been rendered harmless, by written agreement of the County and Contractor.

Article 81. MATERIAL SAFETY DATA SHEETS (MSDS)

Contractor is required to ensure Material Safety Data Sheets are available in a readily accessible place at the Work site for any material requiring a Material Safety Data Sheet per the Federal "Hazard Communication" standard, or Employees Right to Know Law. The Contractor is also required to ensure proper labeling on substances brought onto the job site and that any person working with the material or within the general area of the material is informed of the hazards of the substance and follows proper handling and protection procedures. Two additional copies of the Material Safety Data Sheets should also be submitted directly to the County.

75

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Article 82. CONSTRUCTION MANAGEMENT(a) The Contractor understands that the County may employ a construction manager to perform construction management services on the Project. If the County employs a construction manager, the Contractor and subcontractors agree to cooperate with the construction manager; to coordinate work with others as required; and to furnish the construction manager without delay information or documentation requested.

(b) Contractor acknowledges that the Construction Manager, if any, has no contractual duty to Contractor, express or implied, and that Contractor is not an intended beneficiary of the Construction Manager’s contract, if there is one, with the County.

Article 83. TIMELY PROGRESS PAYMENTS & INTERESTCalifornia Public Contract Code Section 20104.50 sets forth the Legislature's intent for prompt payment to contractors and established the following procedures for timely progress payments and payment of interest:

1. Any local agency which fails to make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract shall pay interest to the contractor equal to the legal rate shown in subdivision (a) of Section 685.010 of the Code of Civil Procedure.

2. Upon receipt of a payment request, each local agency shall act in accordance with both of the following:

a. Each payment request shall be reviewed by the local agency as soon as practicable after receipt for the purposed of determining that the payment request is a proper payment request.

b. Any payment request determined not to be a proper payment request suitable for payment shall be returned to the contractor as soon as practicable, but not later than seven (7) days, after receipt. A request returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the payment request is not proper.

3. The number of days available to a local agency to make a payment without incurring interest pursuant to Section 20104.50 shall be reduced by the number of days by which a local agency exceeds the seven-day return requirement set forth in paragraph 2 (b), above.

4. A "progress payment" includes all payment due contractors, except that portion of the final payment designated by the contract as retention earnings.

5. A payment request shall be considered properly executed if funds are available for payment of the payment request, and payment is not delayed due to an audit inquiry by the financial officer of the local agency.

76

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

END OF SECTION

77

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 007300 – SPECIAL CONDITIONS

Article 1. GENERAL

These Special Conditions supplement and/or modify certain provisions of the General Conditions, and both General and Special Conditions shall be deemed to be a part of every Section of Contract Documents (Specifications), as if wholly embodied and repeated in every Section. The Contractor and subcontractor shall be held to have read and thoroughly familiarized themselves with their content.

Article 2. CONTRACT TIME

1. Reference: Paragraph 1.03 of Section 002113, Instructions to Bidders, Paragraph 1.02 of Section 003113, Preliminary Schedule and Paragraph 4 of the Agreement.

2. The duration of the contract shall be as listed in Section 003113, Preliminary Schedule.

Article 3. NOT USED

Article 4. SEPARATE CONTRACTORS AND ACCESS

1. The County may award, or may have awarded other contracts for additional work, and the contractor shall cooperate fully with such other contractors by scheduling his/her own work so that it properly relates to work to be performed under other contracts. The contractor shall not commit or permit any act, which will adversely interfere with the performance of work by any other contractor.

2. Contractors shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the County and the construction manager, if there is one, from any and all damages or claims that may arise because of inconvenience, delay, or loss experienced by them because of the presence and operations of other contractors working within the limits of the same project.

3. The contractor shall be aware that work by other contractors will occur simultaneously in any given area or all areas. The contractor understands, in order to maintain the project completion schedule, that he may not have access to a given area to continue work due to the work of other contractors. The construction manager reserves the right to determine what areas are accessible to a contractor and when it is necessary to relocate or reschedule the work of the contractor. Relocation and rescheduling or work will be minimized. However, if either is necessary, the contractor agrees that no additional compensation for costs that may be incurred shall be allowed or processed by the construction manager or the County. In the event that the construction manager relocates or reschedules the work of a contractor, and that action creates an adverse effect on the Contractor’s scheduled critical path for the work of the contract, an authorized extension of the schedule by the construction manager or the County may be granted to extend the scheduled contract completion date without increase in compensation.

78

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

4. Contractor loss due to acts of another contractor:

(a) If, through acts of neglect or unauthorized delays on the part of the contractor, any other contractor or any subcontractor shall suffer a loss from delays or damage to their work, this contractor shall settle with such other contractor or subcontractor without their involvement of the County or its construction manager. Settlement between contractor shall include any and all fiscal damages incurred as a result of delay and a joint written statement to the construction manager indicating the agreed upon number of calendar days of delay suffered by the affected contractor. The affected contractor will attach this joint letter to his request for the time extensions to the construction manager and must show specifically how the actions of the other contractor impacted his critical path activities. Such requests for a time extension shall be a zero (0) cost to the County. If the contractors agree that the construction manager (as agent for the County) shall determine a binding resolution to the dispute, both contractors shall submit all relevant documents and information to the construction manager for review. When determined in their opinion to be a fail and legitimate claim, the County reserves the right to backcharge on contractor for his/her delay or damage to another contractor. A change order will be the mechanism used to adjust contract amounts.

(b) Failure of any contractor who is party to a dispute between separate contractors, to submit his facts and information regarding this position and assertions relevant to the dispute within sixty (60) days from discovery to the construction manager, shall not relieve such contractor from his obligation to abide to the resolution prescribed by the construction manager. The contractor making the discovery, but failing to report the dispute to the construction manager in writing within the prescribed time, will assume the responsibility for remedy of the conditions in question.

Article 5. INSURANCE REQUIREMENTS

1. Reference: Section 006516, Insurance Certificates, and Section 007200, General Conditions, Articles 21, 22, 23, and 24.

2. Amounts: Per Section 007200, General Conditions, Articles 22 and 23, contractor shall procure and maintain, and shall require all subcontractors, if any, whether primary or secondary, to procure and maintain:

MINIMUM

COMBINED

SINGLEINSURED LIMITS

Per Statutorya. Workers' Compensation Self-Insured Requirements

79

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

b. Employer’s Liability $3,000,000 ea. Accident

c. Comprehensive General Liability $3,000,000 ea.

$3,000,000 ea. Bodily Injury$3,000,000 ea. occurrence Bodily Injury$3,000,000 ea. occurrence

Property Damage

(X) Premises and Operations(X) Contractual Liability(X) Independent Contractors(X) Products/Completed Operations(X) Broad Form Property Damage(X) Personal Injury(X) Broad Form Liability Endorsement(X) Explosion Hazard(X) Underground Hazard(X) Owned Automobiles(X) Non-owned Automobiles(X) Hired Automobiles

d. Automobile Liability (if not included in General Liability $1,000,000coverage checked above) $1,000,000 ea. Bodily Injury

$1,000,000 ea. occurrenceBodily Injury$1,000,000 ea. occurrenceProperty Damage

e. Public Liability Insurance for injuries includingaccidental death, to any one person in anamount not less than and, $1,000,000

f. Subject to the same limit for each person,on account of one accident, in an amountnot less than $1,000,000

80

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

END OF SECTION

81

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 010000 - DSA REQUIREMENTS

1.0 GENERAL

1.1 SUMMARY

A. All work shall conform to the requirements of the Division of the State Architect as defined in Section 4-305 Part 1, Title 24, C.C.R.

1.2 SPECIAL REQUIREMENTS

The following are from Part 1, Title 24, C.C.R.:

A. Section 4-305 Part 1, Title 24, California Code of Regulations is the governing Code for this project. The governing agency is the Office of Regulation Services, Division of the State Architect (DSA).

B. All Addenda and Change Orders shall be approved by DSA prior to beginning of work per Section 4-338 of Title 24.

C. The County shall employ an inspector for inspection of the work. The Inspector shall be approved by DSA per Sections 4-333(b) and 4-342 of Title 24.

D. The Contractor, Inspector, Engineers and Architect shall file Verified Reports with DSA per Sections 4-336 and 4-343C of Title 24.

E. The Contractor shall not start work until DSA has been notified that work is to commence.

F. The intent of these documents is to expand the existing school facility. Should any conditions develop that are not covered by the Contract Documents, a change Order specifying and detailing the required work shall be submitted to and approved by DSA before proceeding with the work.

G. Duties of the Architect and Engineers shall conform to Section 4-333(a) and 4-341 of Title 24. Duties of the Contractor shall conform to Section 4-343 of Title 24.

H. The Project Inspector shall keep a copy of Parts 1 and 2 of Title 24, available in the field during construction.

I. Supervision of the project by DSA shall conform to Section 4-334 of Title 24.

K. All tests to conform to the requirements of Section 4-335, Part 1, Title 24, and approved structural tests and inspections sheet. Tests of materials and testing laboratory shall be in

82

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

accordance with Section 4-335 of Part 1, Title 24 and the County shall employ and pay the laboratory. Costs of re-test may be back charged to the Contractor.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

83

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 011000 - SUMMARY OF WORK

1.0 GENERAL

1.1 SUMMARY

A. This Section includes summary of work including:

1. Work covered by Contract Documents.

2. Bid items, Allowances and Alternates.

3. Work under other contracts.

4. Work sequence.

5. Cooperation of contractor and coordination with other work.

6. Maintenance.

7. Occupancy requirements.

8. Reference Standards.

9. Products ordered in advance.

10. Furnished products.

1.2 WORK COVERED BY CONTRACT DOCUMENTS

A. Work of the Contract comprises the remodel of existing restrooms and work areas to provide for new pre-school students. The scope includes the demolition of existing floors, walls and doors as well as the installation of new appliances, finishes and hardware as noted.

B. Unless provided otherwise in the Contract Documents, all risk of loss to Work covered by Contract Documents shall rest with Contractor until Final Completion and Acceptance of the Work.

1.3 BID ITEMS

A. Any bid item may be deleted in total or in part prior to or after award of Contract without compensation in any form or adjustment of other bid items or prices therefore.

84

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Alternates:

1. Alternates will be exercised per order received.2. Contractor must coordinate related work and modify surrounding work as

required to complete Work, including changes under each Alternate designated in the contract documents.

1.4 WORK SEQUENCE

A. Construct Work in stages and at times to accommodate operation requirements during the construction period; coordinate construction schedule and operations with Architect.

1.5 COOPERATION OF CONTRACTOR AND COORDINATION WITH OTHER WORK

A. Should construction work, or work of any other nature, be under way by other forces or by other contractors within or adjacent to the limits of the Work, the Contractor shall cooperate with all such other contractors or forces to the end that any delay or hindrance to their work will be avoided. The cost of such cooperation will be considered as included in the bid amount and no direct or additional payment will be made therefore.

B. Santa Clara County Office of Education reserves the right to perform other or additional work, within or adjacent to the limits of the work specified, at any time by the use of other forces. The Contractor shall coordinate with the County and any forces, or other forces, engaged by the County, as required by the Contract General Conditions (refer to AIA Document A201-1997, Part A of this book). In the event that the performance of such other or additional work materially increases or decreases the Contractor's costs, the work and the amount to be paid therefore will be appropriately adjusted as determined by the Architect.

C. Limit use of premises for Work and for construction operations to allow for:

1. Operation.

2. Work by other contractors and tenants.

D. Coordinate use of premises and access to site with other contractors, utilities, tenants, and forces, as required by the Contract General Conditions (refer to AIA Document A201-1997, Part A of this book). Architect has final authority over coordination, use of premises, and access to site.

E. Cooperate with students, teachers, administrators and others who may occupy the building prior to completion of Work of this Contract.

85

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

F. Cooperate with contractors for other area work, not included in Contract, but which may take place during construction period.

1.6 MAINTENANCE

A. Cost of maintenance of systems and equipment prior to Final Acceptance will be considered as included in prices bid and no direct or additional payment will be made therefore.

1.7 OCCUPANCY REQUIREMENTS

A. Whenever, in the opinion of Architect, Work or any part thereof is in a condition suitable for use, and the best interest of requires such use, may take beneficial occupancy of and connect to, open for public use, or use the Work or such part thereof. In such case, will request Architect to inspect the Work or part thereof, and issue a Certificate of Substantial Completion for that part of Work.

B. Prior to date of Final Acceptance of the Work by all necessary repairs or renewals in Work or part thereof so used, not due to ordinary wear and tear, but due to defective materials or workmanship or to operations of Contractor, shall be made at expense of Contractor.

C. Use of Work or part thereof as contemplated by this Section shall in no case be construed as constituting acceptance of Work or any part thereof. Such use shall neither relieve Contractor of any responsibilities under Contract, nor act as waiver by of any of the conditions thereof.

2.0 PRODUCTS

2.1 REFERENCE STANDARDS

A. For products specified by association or trade standards, comply with requirements of standard, except where more rigid requirements are specified or are required by applicable codes.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

86

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 012200 - UNIT PRICES: MEASUREMENT AND PAYMENT

1.0 GENERAL

1.1 SUMMARY

A. This Section includes the description requirements and procedures for determining amount of work done and for obtaining payment for work done.

1.2 RELATED SECTIONS

A. Section 011000, Summary of Work

B. Section 012600, Modification Procedures

C. Section 013300, Submittal Procedures

D. Section 013200, Construction Progress Documentation – Schedule

E. Section 017700, Contract Closeout Procedures

1.3 REFERENCES

A. Public Contract Code

1.4 SCOPE OF WORK

A. Work under Contract, or under any bid item, allowance or alternate, shall include all labor, materials, transport, handling, storage, supervision, administration and all other items necessary for the satisfactory completion of work, whether or not expressly specified or shown.

1.5 DETERMINATION OF QUANTITIES

A. Quantity of work to be paid for under any item for which a unit price is fixed in Contract shall be number, as determined by Architect, of units of work satisfactorily completed in accordance with Plans and Specifications and as directed pursuant to Plans and Specifications. Unless otherwise provided, determination of number of units of work so completed will be based, so fares practicable, on actual measurement or count within prescribed or ordered limits, and no payment will be made for work done outside of limits. Measurements and computations will be made by methods as Architect may consider appropriate for class of work measured.

87

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.6 SCOPE OF PAYMENT

A. Except as otherwise expressly stipulated in Section 011000 Summary of Work, payment to Contractor at the unit price or other price fixed in the contract for performing the work required under any item, or (if the contract is on a lump sum price basis) at the lump sum price fixed in the contract for performing all work required under the contract, and as either may be adjusted pursuant to any approved change order, shall be full compensation for completing, in accordance with the Contract Documents, all work required under the item or under the contract, and for all expense incurred by Contractor for any purpose in connection with the performance and completion of said work, including all incidental work necessary for completion of the Work.

B. The Contract Sum, whether lump sum, unit price or otherwise, shall be deemed to include all costs necessary to complete required Work, shall also include any costs for loss or damage arising from nature of Work or, prosecution of the Work, or from action of elements. Unless the Contract Documents expressly provide otherwise, the Contract Sum shall be deemed to include:

1. Any and all costs arising from any unforeseen difficulties which may be encountered during, and all risks of any description connected with, prosecution of Work until acceptance by Owner;

2. All expenses incurred due to suspension, or discontinuance of Work as provided in Contract;

3. Escalation to allow for cost increases between time of Contract Award and completion of Work.

C. Whenever it is specified herein that Contractor is to do work or furnish materials of any class for which no price is fixed in the Contract, it shall be understood that Contractor is to do such work or furnish such materials without extra charge or allowance or direct payment of any sort, and that cost of doing work or furnishing materials is to be included in price bid, unless it is expressly specified herein, in particular cases, that work or material is to be paid for as extra work.

D. No payment shall be made for materials or equipment not yet incorporated into the Work, except as follows:

NONE.

88

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

E. For the above listed materials and equipment, where Contractor requests payment on the basis of such materials and equipment not incorporated in the Work, Contractor must satisfy the following conditions:

1. The materials and/or equipment shall be delivered and suitably stored at the site or at another location agreed to in writing, for example, a mutually acceptable warehouse;

2. Full title to the materials and/or equipment shall vest in the Owner at the time of deliver to the site, warehouse or other storage location;

3. Contractor shall obtain a negotiable warehouse receipt, endorsed over to Owner for materials and/or equipment stored in an off-site warehouse. No payment shall be made until such endorsed receipts are delivered to Architect;

4. Stockpiled materials and/or equipment shall be available for Owner inspection. Materials and/or equipment shall be segregated and labeled or tagged to specifically identify this specific Contract;

5. After delivery of materials and/or equipment, if any inherent or acquired defects are discovered, defective materials and/or equipment shall be removed and replaced with suitable materials and/or equipment at Contractor's expense;

6. At its expense, Contractor shall insure the materials and/or equipment against theft, fire, vandalism, and malicious mischief, as well as any other coverages required under the Contract Documents;

7. Contractor's application for payment shall be accompanied by a bill of sale, invoice or other documentation warranting that Owner has received the materials and equipment free and clear of all liens and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner.

1.7 BASIS OF PAYMENT

A. Unit Pay Quantities: When estimated quantity for specific portions of Work is listed in Bid Form, quantity of work to be paid for shall be actual number of units satisfactorily completed in accordance with Plans and Specifications.

B. Lump Sum: When estimated quantity for specific portion of Work is not indicated and unit is designated as Lump Sum, payment will be on a Lump Sum basis for Work satisfactorily completed in accordance with Plans and Specifications.

C. Allowances: Allowance items will be paid for as provided in Section 011000 Summary of Work. Funds authorized for Allowance work will not be released for

89

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

contract payments unless additional work has been authorized in writing by Owner.

D. Payment for all work included in Contract Documents shall be included in lump sum or unit price or prices bid, and no direct or additional payments will be made for any incidental work.

E. Owner does not expressly, or by implication, agree, warrant, or represent in any manner, that actual amount of Work will correspond with amount shown or estimated and reserves right to increase or decrease amount of any class or portion of Work, to leave out entire Bid Item or Items, or to add work not included in Bid, when in its judgment such change is in best interest of Owner. No change in Work shall be considered waiver of any other condition of Contract. No claim shall be made for anticipated profit, for loss of profit, for damages, or for extra payment whatever, except as otherwise expressly provided for in Contract Documents, because of any differences between amount of work actually done and estimated amount as set forth herein, or for elimination of extra Bid Items.

1.8 PROGRESS PAYMENTS

A. Progress payments will be made monthly.

B. Schedule of Values:

1. Within thirty (30) calendar days from issuance of Notice of Award and prior to the Contractor's application for the first progress payment, the Contractor shall submit a detailed breakdown of its bid by scheduled Work items and/or activities, including coordination responsibilities and project record document responsibilities. The Contractor shall furnish such breakdown, of the total Contract Sum, by assigning dollar values (cost estimates) to each applicable Progress Schedule network activity, which cumulative sum equals the total Contract Sum. The format and detail of the breakdown shall be as directed by the Architect to facilitate and clarify future progress payments to Contractor for direct Contact Work. This breakdown shall be referred to as the Schedule of Values.

2. The Contractor's overhead, profit, insurance, cost of bonds and/or other financing, as well as "general conditions costs," (for example, site cleanup and maintenance, temporary roads and access, off site access roads, temporary power and lighting, security and the like), shall be prorated through all activities so that the sum of all the Schedule of Values line items equal the Contractor's total Contract Sum, less any allowances designated by the Architect.

3. The Architect will review the breakdown in conjunction with the Progress Schedule to ensure that the dollar amounts of this Schedule of Values are, in

90

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

fact, fair market cost allocations for the Work items listed. Upon favorable review by the Architect, this Schedule of Values will be accepted for use by the Architect. The Owner and the Architect shall be the sole judges of fair market cost allocations.

4. Any attempt to increase the cost of early activities, that is, "front loading," will be rejected by the Owner, resulting in a complete reallocation of monies until such "front loading" is corrected. Repeated attempts at "front loading" may result in suspension or termination of the Work or refusal to process progress payments, until such time as the Schedule of Values is acceptable to the Owner.

C. Payment Requests:

1. On or before the 25th day of each month, the Contractor shall submit to the Architect three (3) copies of a request for payment for the cost of the Work put in place during the period from the [1st] day of the previous month to the [30th] day of the previous month. Such requests for progress payments shall be based upon Schedule of Values prices of all labor and materials incorporated in the Work up until midnight of the last day of that one month period, less the aggregate of previous payments. If Contractor is late submitting its payment request, that payment request may be processed at any time during the succeeding one month period, resulting in processing of Contractor's payment request being delayed for more than a day for day basis.

2. Payment requests may include, but are not necessarily limited to the following:

a. Material, equipment and labor incorporated into the Work, less any previous payments for the same;

b. Up to seventy-five percent (75%) of the cost of major equipment identified in paragraph 1.05.D above, if purchased and delivered to the site or stored off site, as may be approved by the Architect.

c. Up to fifty percent (50%) of the cost of materials identified in paragraph 1.05.D above specifically fabricated for the Project that are not yet incorporated into the Work.

3. Contractor shall, at the time any payment request is submitted, certify in writing the accuracy of the payment request and that Contractor has fulfilled all scheduling requirements of the Contract General Conditions (refer to AIA Document A201-1997, included in Part A of this book) and Section 013200, Construction Progress Documentation -Schedules and Reports, including updates and revisions. The certification shall be executed by a responsible officer of the Contractor.

91

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

4. No progress payment will be processed prior to Architect receiving all requested, acceptable schedule update information.

5. Each payment request shall list each Change Order executed prior to date of submission, including the Change Order Number, and a description of the work activities, consistent with the descriptions of original work activities. Contractor shall submit a monthly Change Order status log to Architect.

6. If Architect requires substantiating data, Contractor shall submit information requested by Architect, with cover letter identifying Project, payment request number and date, and detailed list of enclosures. Contractor shall submit one copy of substantiating data and cover letter for each copy Payment request submitted.

7. Monthly progress payments shall be made, based on total value of activities completed or partially completed, as determined by Owner with participation of Contractor, and based upon approved activity costs. Accumulated retainage will be shown as separate item in payment summary. If Contractor fails or refuses to participate in construction progress evaluation with Owner, Contractor shall not receive current payment until Contractor has participated fully in providing construction progress information and schedule update information for Owner.

8. No progress payment will be processed prior to Architect receiving all requested, acceptable prevailing wage and certified payroll information.

D. Progress Payments:

1. Upon receiving Contractor's payment request, Architect will review the payment request and make necessary adjustments to percent of completion of each activity. One copy will be returned to Contractor with description of adjustments made. All parties will update percentage of completion values in the same manner, that is, express value of an accumulated percentage of completion to date.

2. The payment request may be reviewed by Architect, Architect/Engineer and/or inspectors, for the purpose of determining that the payment request is a proper payment request, and shall be rejected, revised or approved by the Architect pursuant to the cost breakdown prepared in accordance with Section 1.7B of this Section.

3. If it is determined that the payment request is not a proper payment request suitable for payment, Architect shall return it to the Contractor as soon as practicable, but no later than seven (7) days after receipt, together with a

92

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

document setting forth in writing the reasons why the payment request is not proper.

4. Pursuant to Public Contract Code Section 20104.50, if the Owner fails to make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from a contractor, the Owner shall pay interest to the Contractor equivalent to the legal rates set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. The thirty (30) day period shall be reduced by the number of days by which Owner exceeds the seven (7) day return requirement set forth herein.

5. As soon as practicable after approval of each request for progress payment, Owner will pay to Contractor in manner provided by law, an amount equal to ninety percent (90%) of Architect's estimate, or a lesser amount if so provided in Contract Documents, provided that payments may at any time be withheld if, in judgment of Architect, Work is not proceeding in accordance with Contract, or Contractor is not complying with requirements of Contract.

6. Before any progress payment or final payment is made, the Contractor may be required to submit satisfactory evidence that Contractor is not delinquent in payments to employees subcontractors, suppliers, or creditors for labor and materials incorporated into Work.

7. Owner reserves and shall have the right to withhold payment for any equipment and/or specifically fabricated materials that, in the sole judgment of the Architect, is not adequately and properly protected against weather and/or damage, prior to or following incorporation into the Work.

8. Granting of progress payment or payments by Owner, or receipt thereof by Contractor, shall not be understood as constituting in any sense acceptance of Work or of any portion thereof, and shall in no way lessen liability of Contractor to replace unsatisfactory work or material, though unsatisfactory character of work or material may have been apparent or detected at time payment was made.

9. When Owner shall charge sum of money against Contractor under any provision of Contract, amount of charge shall be deducted and retained by Owner from amount of next succeeding progress payment or from any other monies due or that may become due Contractor under Contract. If, on completion or termination of Contract, such monies due Contractor are found insufficient to cover Owner's charges against him, Owner shall have right to recover balance from Contractor or Sureties.

93

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.9 RETENTION

A. Pursuant to provisions of Public Contract Code Section 22300, substitution of securities for any monies withheld under Contract to insure performance is permitted under following conditions:

1. At request and expense of Contractor, securities listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by Contractor and Owner which are equivalent to the amount withheld under retention provisions of Contract shall be deposited with Controller or with a state or federally chartered bank in California, as the escrow agent, who shall then pay such monies to Contractor. Upon satisfactory completion of Contract, securities shall be returned to Contractor.

2. Alternatively, Contractor may request and the Owner shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the Contractor may direct the investment of the payments into securities and the Contractor shall receive the interest earned on the investments upon the same terms provided for in this Section for securities deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive from escrow agent all securities, interest, and payments received by the escrow agent from the Owner, pursuant to the terms of this Section. The Contractor shall pay to each subcontractor, not later than twenty (20) days after receipt of the payment, the respective amount of interest earned, net of costs attributed to retention withheld from each subcontractor, on the amount of retention withheld to insure the performance of the Contractor.

3. Contractor shall be beneficial owner of securities substituted for monies withheld and shall receive any interest thereon.

4. Contractor shall enter into escrow agreement with Controller as authorized under Public Contract Code Section 22300, specifying amount of securities to be deposited, terms and conditions of conversion to cash in case of default of Contractor, and termination of escrow upon completion of Contract.

1.10 FINAL PAYMENT

A. As soon as practicable after all required Work is completed in accordance with Contract, including Contractor maintenance after Final Acceptance, Owner will pay to Contractor, in manner provided by law, unpaid balance of contract price of Work, or whole contract price of Work if no progress payment has been made, determined in accordance with terms of Contract, less sums as may be lawfully retained under any provisions of Contract or by law.

94

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Prior progress payments shall be subject to correction in the final payment. Architect's determination of amount due as final payment shall be final and conclusive evidence of amount of Work performed by Contractor under Contract, and shall be full measure of compensation to be received by Contractor.

C. Contractor and each assignee under an assignment in effect at time of final payment, and as a condition precedent to final payment, shall release Owner, its officers, agents, employees, Architect and all consultants from liabilities, obligations, and claims arising under Contract.

1.11 EFFECT OF PAYMENT

A. Payment will be made by Owner, based on the Architect's observations at the site and the data comprising the Application for Payment. Payment will not be a representation that the Architect has:

1. Made exhaustive or continuous on-site inspections to check the quality or quantity of Work;

2. Reviewed construction means, methods, techniques, sequences or procedures;

3. Reviewed copies of requisitions received from subcontractors and material suppliers and other data requested by Owner to substantiate Contractor's right to payment; or

4. Made examination to ascertain how or for what purpose Contractor has used money previously paid on account of the Contract Sum.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this SectionEND OF SECTION

95

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 012600 - MODIFICATION PROCEDURES

1.0 GENERAL

1.1 SUMMARY

A. This Section includes the description of general procedural requirements for alterations, modifications and extras.

1.2 RELATED SECTIONS

A. Section 011000, Summary of Work

B. Section 012200, Unit Prices: Measurement and Payment

C. Section 012613, Requests For Information

1.3 GENERAL

A. Any change in scope of work or deviation from Drawings or Specifications shall be accomplished only when authorized in writing by Architect.

B. Changes in scope of Work or deviation from Drawings or Specifications may be initiated only by the Contractor or the Architect.

1. Contractor may initiate changes by submitting Requests For Information (RFI), Notice of Concealed or Unknown Conditions, or Notice of Hazardous Waste Conditions.

a. RFIs shall be submitted to seek clarification of Contract Documents.

2. Contractor shall be responsible for its costs to implement and administer RFIs throughout the Contract duration. Regardless of the number of RFIs submitted, Contractor will not be entitled to additional compensation. Contractor shall be responsible for both the Santa Clara County Office of Education's and Architect's administrative costs for answering its RFIs where the answer could reasonably be found by reviewing the Contract Documents, as determined by Architect; such costs will be deducted from progress payments.

3. Architect may initiate changes by issuing a Supplemental Instruction.

96

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

4. Architect may initiate changes by issuing Requests For Proposal (RFP) to Contractor. Such RFPs will detail all proposed changes in the Work and request a quotation of changes in Contract Sum and Contract Times from Contractor.

1.4 PROCEDURE

A. Contractor shall submit RFI to Architect. Architect shall respond by issuing a Clarification.

1. If Contractor is satisfied with the Clarification and does not request change in Contract Sum or Contract Times, then the Clarification shall be executed without a change.

2. If Contractor believes that the Clarification results in change in Contract Sum or Contract Times, Contractor shall notify Architect who may then deny request for change or issue RFP.

B. Contractor shall submit Notices of Concealed or Unknown Conditions to resolve unanticipated conditions incurred in the execution of the Work. If Architect determines that a change in Contract Sum or contract Times is justified, Architect shall issue RFP. Architect shall issue Supplemental Instruction to Contractor. Contractor shall not proceed with Supplemental Instruction until Architect approves it in writing.

1. If Contractor is satisfied with Supplemental Instruction and does not request change in Contract Sum or Contract Times, then Supplemental Instruction shall be executed without a Change Order.

2. If Contractor believes that Supplemental Instruction results in change in Contract Sum or Contract Times, Contractor shall notify Architect. Architect may then deny request for change, cancel Clarification or issue RFP.

C. Responses by recipients shall be within a reasonable time.

D. Contractor shall respond to Architect's RFP within fifteen (15) working days by furnishing a complete breakdown of costs of both credits and extras; itemizing materials, labor, taxes, overhead and profit. Subcontract work shall be so indicated.

E. Upon approval of RFP, Architect will issue a Change Order directing Contractor to proceed with extra work.

97

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

F. Payment shall be made as follows:

1. Change Orders which increase Contract Sum or Contract Times shall be included in next Contract Modification Form, signed by Architect, accepted by Contractor.

2. Payment shall be made for Change Order work along with other work in progress payment following completion of Change Order work. Partial completion of Change Order work shall be paid for that part completed during the period covered by the monthly payment request.

1.5 COST DETERMINATION

A. Total cost of extra work shall be the sum of labor costs, material costs, equipment rental costs and specialist costs as defined herein plus overhead and profit as allowed herein. This limit applies in all cases of claims for extra work, whether calculating Change Orders, RFPs, or calculating claims of all types, and applies even in the event of fault, negligence, strict liability, or tort claims of all kinds, including misrepresentation, concealment, strict liability or negligence. No other costs arising out of or connected with the performance of extra work, of any nature, may be recovered by Contractor. No special, incidental or consequential damages may be claimed or recovered against Santa Clara County Office of Education, its representatives or agents, whether arising from breach of contract, negligence or strict liability, unless specifically authorized in the Contract Documents.

B. Overhead and Profit:

1. Overhead shall be as defined in Article 1.8, below.

2. Overhead and profit on labor for extra work shall be 15 percent (15%).

3. Overhead and profit on materials for extra work shall be 15 percent (15%).

4. Overhead and profit on equipment rental for extra work shall be 15 percent (15%).

5. When extra work is performed by a first tier subcontractor, Contractor shall receive a 10 percent (10%) markup on subcontractors' total costs of extra work.

6. When extra work is performed by a lower tier subcontractor, Contractor shall receive a 10 percent (10%) markup on the lower tier subcontractors' total costs of extra work. Contractor and first tier subcontractors shall divide the markup as mutually agreed.

98

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

7. Credit for overhead and profit on deleted work shall be 5% for the Contractor actually performing the work plus applicable reductions insurance and bond cost.

C. Taxes:

1. Santa Clara County Sales Tax should be included.

2. Federal and Excise Tax shall not be included.

D. County-Operated Equipment: When County-operated equipment is used to perform extra work, Contractor will be paid for equipment and operator as follows:

1. Payment for equipment will be made in accordance with Paragraph 1.5D, below.

2. Payment for cost of labor will be made at no more than rates of such labor established by State of California Department of Industrial Relations schedule of Prevailing Wages at the time such work was performed, whether or not the labor was actually covered by such an agreement.

1.6 COST BREAKDOWN

A. Contractor to submit complete breakdown cost proposal identifying labor hours x rate, material quantity x unit price, equipment rental hours x rate and subcontract cost proposals. Markups shall be shown as a separate line-item on the proposal in accordance with Article 1.4B, above. Subcontractors and vendors shall also provide cost breakdowns in accordance with the requirements of the Contract and this Section.

B. Labor: Contractor will be paid cost of labor for workers (including forepersons when authorized by Architect) used in actual and direct performance of extra work. Labor rate, whether employer is Contractor, subcontractor or other forces, will be sum of following:

1. Actual Wages - Actual wages paid shall include any employer payments to or on behalf of workers for health and welfare, pension, vacation and similar purposes.

2. Labor Surcharge - Payments imposed by Santa Clara County Office of Education, County, State and Federal laws and ordinances, and other payments made to, or on behalf of, workers, other than actual wages as defined in subparagraph 1 above, such as taxes and insurances. Labor surcharge shall be as set forth in California Department of Industrial Relations

99

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

labor rate classification schedule which is in effect on date upon which extra work is accomplished and which schedule is incorporated herein by reference as though fully set forth herein.

C. Material: Only materials furnished by Contractor and necessarily used in performance of extra work will be paid for. Cost of such materials will be cost, including sales tax, to purchaser (Contractor, subcontractor or other forces) from supplier thereof, except as the following are applicable:

1. If cash or trade discount by actual supplier is offered or available to purchaser, it shall be credited to Santa Clara County Office of Education notwithstanding fact that such discount may not have been taken.

2. For materials salvaged upon completion of extra work, salvage value of materials shall be deducted from cost, less discount, of materials.

3. If cost of a material is, in opinion of Architect, excessive, then cost of material shall be deemed to be lowest current wholesale price at which material is available in quantities concerned delivered to Site, less any discounts as provided in subparagraph 1 above.

D. Equipment Rental: For Contractor or subcontractor-owned equipment, payment will be made at rental rates listed for equipment in California Department of Transportation official equipment rental rate schedule which is in effect on date upon which extra work is accomplished and which schedule is incorporated herein by reference as though fully set forth herein. For rented equipment, payment will be made based on actual rental invoices. Equipment used on extra work shall be of proper size and type. If, however, equipment of unwarranted size or type and cost is used, cost of use of equipment shall be calculated at rental rate for equipment of proper size and type. Rental rates paid shall be deemed to cover cost of fuel, oil, lubrication, supplies, small tools, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, and all incidentals. Unless otherwise specified, manufacturer's ratings, and manufacturer approved modifications, shall be used to classify equipment for determination of applicable rental rates. Individual pieces of equipment or tools not listed in said publication and having a replacement value of one hundred dollars ($100) or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefor as payment is included in payment for labor. Rental time will not be allowed while equipment is inoperative due to breakdowns.

1. For equipment on Site, rental time to be paid for equipment shall be time equipment is in operation on extra work being performed or on standby as approved by Architect. The following shall be used in computing rental time of equipment:

100

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

a. When hourly rates are listed, less than thirty (30) minutes of operation shall be considered to be one-half (1/2) hour of operation.

b. When daily rates are listed, less than four (4) hours of operation shall be considered to be one-half (1/2) day of operation.

2. For equipment which must be brought to Site to be used exclusively on extra work, cost of transporting equipment to Site and its return to its original location shall be determined as follows:

a. Santa Clara County Office of Education will pay for costs of loading and unloading equipment.

b. Cost of transporting equipment in low bed trailers shall not exceed hourly rates charged by established haulers.

c. Cost of transporting equipment shall not exceed applicable minimum established rates of California Public Utilities Commission.

d. Payment for transporting, and loading and unloading equipment as above provided will not be made if equipment is used on Work in any other way than upon extra work.

3. Rental period shall begin at time equipment is unloaded at Site of extra work and terminate at end of day on which Architect directs Contractor to discontinue use of equipment. Excluding Saturdays, Sundays, and legal holidays, unless equipment is used to perform extra work on such days, rental time to be paid per day shall be four (4) hours for zero (0) hours of operation, six (6) hours for four (4) hours of operation and eight (8) hours for eight (8) hours of operation, time being prorated between these parameters. Hours to be paid for equipment which is operated less than eight (8) hours due to breakdowns, shall not exceed eight (8) less number of hours equipment is inoperative due to breakdowns.

E. Work Performed by Special Forces or Other Special Services: When Architect and Contractor, by agreement, determine that special service or item of extra work cannot be performed by forces of Contractor or those of any subcontractors, service or extra work item may be performed by specialist. Invoices for service or item of extra work on basis of current market price thereof may be accepted without complete itemization of labor, material, and equipment rental costs when it is impracticable and not in accordance with established practice of special service industry to provide complete itemization. In those instances wherein Contractor is required to perform extra work necessitating a fabrication or machining process in a fabrication or machine shop facility away from Site, charges for that portion of extra work performed in such facility may, by agreement, be accepted as a specialist billing. Architect must be notified in

101

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

advance of all off site work. To specialist invoice price, less credit to Santa Clara County Office of Education for any cash or trade discount offered or available, whether or not such discount may have been taken, will be added 15 percent (15%) in lieu of overhead and profit provided in Paragraph 1.4B, above.

F. Deleted Work and Credits: When a change request, RFI, RFP, or Construction Change Directive includes both additive and deductive work, the total mark-up shall be on the net sum of the change.

1.7 FORCE-ACCOUNT

A. If it is impracticable because of nature of work, or for any other reason, to fix an increase or decrease in price definitely in advance, a Construction Change Directive may be issued in accordance with Article 7.3 Construction Change Directives from General Conditions of the Contract for Construction, AIA Document A201-1997 (included in Part A of this book) to fix a maximum price which shall not under any circumstances be exceeded, and subject to such limitation, such alteration, modification or extra shall be paid for at actual necessary cost as determined by Santa Clara County Office of Education, which cost shall be determined pursuant to Article 1.4, above, and shall be known as Force-Account work.

B. Whenever any Force-Account work is in progress, definite price for which has not been agreed on in advance, Contractor shall report to Architect each day in writing in detail amount and cost of labor and material used, and any other expense incurred in Force-Account work on preceding work day, and no claim for compensation for Force-Account work will be allowed unless report shall have been made.

C. Above described methods of determining payment for work and materials shall not apply to performance of work or furnishings of material which, in judgment of Architect, may properly be classified under items for which prices are established in Contract.

1.8 FURNISHED MATERIALS (by Santa Clara County Office of Education)

A. Santa Clara County Office of Education reserves right to furnish materials as it deems advisable, and Contractor shall have no claims for costs and overhead and profit on such materials.

1.9 OVERHEAD DEFINED

A. The following constitutes charges that are included in overhead for all contract modifications, including Force-Account work:

1. Drawings: field drawings, shop drawings, etc. including submissions of drawings.

102

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2. Routine field inspection of work proposed.

3. General Superintendence.

4. General administration and preparation of change orders.

5. Computer services.

6. Reproduction services.

7. Salaries of project engineer, project manager, superintendent, timekeeper, storekeeper and secretaries.

8. Janitorial services.

9. Temporary on-site facilities.

a. Offices

b. Telephones

c. Plumbing

d. Electrical: Power, lighting

e. Platforms

f. Fencing, and so on.

g. Home office expenses.

h. Procurement and use of vehicles and fuel used coincidentally in base bid work.

i. Surveyingj. Estimating

k. Protection of work

l. Final cleanup

m. Other incidental work

103

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.10 RECORDS AND CERTIFICATION

A. Force-Account (cost reimbursement) charges shall be recorded daily upon Cost Breakdown for Contract Modification Form obtained from or approved by the Architect. Contractor or authorized representative shall complete and sign form. Architect or Inspector shall sign form indicating approval of labor and equipment hours and material used only. Contract Modification Form shall provide names and classifications of workers and hours worked by each, itemize materials used, and also list size type and identification number of equipment, and hours operated, and shall indicate work done by specialists.

B. No payment for Force-Account work shall be made until Contractor submits original invoices substantiating materials and specialist charges.

C. Santa Clara County Office of Education shall have the right to audit all records in possession of Contractor relating to activities covered by Contractor's claims for modification of Contract, including Force-Account work, as set forth in Article 7.3 Construction Change Directives from General Conditions of the Contract for Construction, AIA Document A201-1997 (included in Part A of this book).

D. Further, Santa Clara County Office of Education shall have right to audit, inspect, or copy all records maintained in connection with this Contract, including financial records, in possession of Contractor relating to any transaction or activity occurring or arising out of, or by virtue of, Contract. If Contractor is a joint venture, right of Santa Clara County Office of Education shall apply collaterally to same extent to records of joint venture sponsor, and of each individual joint venture member.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

104

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 012613 - REQUESTS FOR INFORMATION

1.0 GENERAL

1.1 SUMMARY

A. This Section includes the procedures to be followed by the Contractor upon discovery of any apparent conflicts, omissions, or errors in the contract documents, or upon having any questions concerning interpretation.

1.2 PROCEDURES

A. Notification by Contractor: Should the Contractor discover conflicts, omissions, or errors in the contract documents, or have any questions concerning interpretation or clarification of the contract documents, or if it appears to the contractor that work to be done or any matter relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, the Contractor shall immediately notify the Architect in writing and request interpretation, clarification, or additional detailed instructions concerning the work. The Contractor shall ask for any clarification or request for information immediately upon discovery, but no less than fifteen (15) days prior to the start date of the activities related to the clarification, based on the latest updated version of the accepted contract schedule.

B. Form: The Contractor shall submit all requests for clarification and/or additional information in writing to the Architect using the Request For Information (RFI) form provided by the Architect.

C. The Contractor will number RFIs consecutively with the date of issue, except for reissuance of a respective RFI in which the subscript a, b, c, and so on, will be added until the RFI is resolved.

D. Response Time: The Architect, whose decision will be final and conclusive, shall resolve such questions and issue instruction to the Contractor within a reasonable amount of time, but no less than 14 calendar days. In some cases, this time may need to be lengthened or shortened for emergency situations as mutually agreed upon by all parties. Should the Contractor proceed with the work affected before receipt of a response from the Architect within the response time described above, any portion of the work which is not done in accordance with the Architect's interpretation, clarifications, instructions, or decisions subject to removal or replacement and the Contractor shall be responsible for all losses.

E. Reason for Submission: The Contractor may submit RFIs if one of the following conditions occur:

105

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. The Contractor discovers an unforeseen condition or circumstance that is not described in the contract documents.

2. The Contractor discovers an apparent conflict or discrepancy between portions of the contract documents and appears to be inconsistent or is not reasonably inferred from the intent of the contract documents.

3. The Contractor discovers what appears to be an omission from the contract documents that cannot be reasonably inferred from the intent of the contract documents.

F. Rejections: RFIs will not be recognized or accepted if in the opinion of the Architect one of the following conditions exists:

1. The Contract submits an RFI as a submittal.

2. The Contractor submits the RFI under the pretense of a contract documents discrepancy or omission without thoroughly reviewing the documents.

3. The Contractor submits the RFI in a manner that suggests that specific portions of the contract documents are assumed to be excluded, or taken as an isolated portion of the contract documents in part rather than whole.

4. The Contractor submits an RFI in an untimely manner without proper coordination and scheduling of work or related trades.

G. Subject: Each RFI shall be limited to one subject.

H. Additional Detailed Instructions: The Architect may furnish additional detailed written instructions to further explain the work, and such instructions shall be a part of the contract documents. Should additional detailed instructions in the opinion of the Contractor constitute work in excess of the scope of the contract the Contractor shall submit notification immediately and written notification thereof to the Architect no more than seven calendar days following receipt of such instruction, and in any event prior to the commencement of work thereon. The Architect will then consider such notice, and if the Architect considers it justified, the Architect's instructions will be revised or a proposed change order will be issued. The Contractor shall have no claim for additional compensation or extension of the schedule because of any such additional instructions unless the Contractor provides the Architect written notice thereof within the time frame specified above. In addition, the Contractor shall within 15 days from the date of notification provide detailed justification and analysis as well as compete pricing and schedule CPM network analysis to support any request for time extension. For more details, see Article 7 Changes in the Work from General Conditions of the Contract for Construction, AIA Document A201-1997 (Part A of this book).

106

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

107

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 013113 - PROJECT COORDINATION

1.0 GENERAL

1.1 SUMMARY

A. Coordinate the Work; do not delegate the responsibility for coordination to any Subcontractor.

1. Resolve differences or disputes concerning coordination, interference, or extent of Work of the various Sections.

2. The Contractor's decisions regarding work by subcontractors, if consistent with the requirements of the Contract Documents, shall be final.

B. Coordinate Work to assure efficient and orderly sequence of installation of construction elements.

C. Perform and complete checking and coordination before commencing Work in the affected areas.

D. Verify characteristics of interrelated operating equipment are compatible; coordinate Work having interdependent responsibilities for installing, connection to, and placing such equipment in service.

E. Provide basic layouts of grid lines and station points on subfloors as necessary to facilitate coordination and layout of partitions and Work at and above ceilings.

F. Make provisions for accommodating Work to be provided by others.

1.2 COORDINATION DRAWINGS

A. Prepare large-scale coordination drawings before beginning fabrication or delivery of materials and equipment to the job site.

1. Drawings shall clearly indicate coordination of mechanical, electrical, and equipment installations with structural and architectural elements.

B. Keep copies of coordination drawings at the job site.

B. The Architect will verify that coordination drawings have been made, but no review of the drawings will be made.

108

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.3 MECHANICAL AND ELECTRICAL COORDINATION

A. Use coordination drawings of mechanical and electrical Work, together with Shop Drawings and layout drawings of affected Work to check; coordinate and integrate the Work to prevent interferences.

B. Coordinate space requirements and installation of mechanical and electrical Work which are indicated diagrammatically on Drawings.

C. Routing shown for pipes, ducts, and conduits is diagrammatic only; make runs parallel with lines of building.

D. Utilize spaces efficiently to maximize accessibility for other installation, for maintenance, and for repairs.

E. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated; coordinate locations of fixtures and outlets with finish elements.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

109

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 013119 - PROJECT MEETINGS

1.0 GENERAL

1.1 PRECONSTRUCTION CONFERENCE

A. Prior to commencement of Work, a preconstruction conference will be held to discuss procedures to be followed during the progress of the Work.

1. The preconstruction conference will be held at a location designated by the Architect.

B. Attending the conference shall be:

1. Santa Clara County Office of Education's representatives.

2. Architect's representatives.

3. Santa Clara County Office of Education's consultants.

4. Architect's subconsultants.

5. Contractor's representatives.

6. Contractor's superintendent.

7. Designated major Subcontractors.

8. Others requested by the Architect.

1.2 PROGRESS MEETINGS

A. Weekly progress meetings will be held throughout the progress of the Work; location shall be in Architect's field office.

B. The Architect will prepare agenda with copies for participants, preside at meetings, record minutes and distribute copies within three (3) work days to the Architect, meeting participants, and those affected.

C. Attendance and Participation: Project superintendent, Santa Clara County Office of Education, Architect, Architect's subconsultants, Santa Clara County Office of Education's consultants, and major subcontractors as appropriate to agenda topics for each meeting.

110

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Suggested Agenda: Review of Work progress, status of progress CPM schedule and adjustments, delivery schedules, submittal status report, RFI status report, maintenance of quality standards, pending changes, and substitutions.

E. Special Meetings: Schedule and administer other meetings as required by the progress of the Work and to review provisions and tests specified elsewhere in the Contract Documents.

1. Schedule special meetings when so requested by the Architect.

1.3 BILLING MEETINGS

A. As part of the last progress meeting each month, schedule and hold a billing meeting, with the Architect in attendance.

1. Purpose of billing meeting is for agreeing on the percentage of Work completed to that date and to establish the sum to be requested in the Application for Payment.

B. Prepare an itemized draft of the month's proposed billing for review at the meeting.

1.4 PRE-INSTALLATION/APPLICATION MEETINGS

A. Meetings to review installation and application shall be scheduled a minimum of fourteen (14) days prior to the start of installations and applications.

1. Attending shall be Project superintendent, Santa Clara County Office of Education, Architect, manufacturers' representatives and installers of products involved, other installers whose Work may affect or be affected by the Work to be reviewed, and Testing Laboratory Inspector.

B. Review in detail the Contract Documents and manufacturers' requirements, Specifications, installation drawings and details, and Drawings and Details of affected Work.

1. Resolve discovered and anticipated conflicts, incompatibilities, and inadequacies at the conference.

C. Review in detail Project conditions, schedules, construction sequence, requirements for applications and qualities of completed applications, and protection of adjacent Work and property.

D. Review in detail means of protecting the completed applications during the remainder of the construction period.

111

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.5 SCHEDULE APPROVAL MEETINGS

A. Prior to approval of the CPM schedule, the Architect may require that the Contractor and its Subcontractors attend meetings to ascertain information for approval of the CPM schedule.

B. This information may include, but will not be limited to, productivity, manpower loading, equipment planning, activity durations, logic, cost loading, and other pertinent matters.

C. Attending shall be the Contractor, Subcontractors as appropriate, suppliers as appropriate, and others as appropriate.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

112

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION: SCHEDULES AND REPORTS

1.0 GENERAL

1.1 SUMMARY

A. Scheduling of Work under this Contract shall be performed by Contractor in accordance with requirements of this Section.

B. Upon Award of Contract, Contractor shall immediately commence development of the Schedule to ensure compliance with schedule submittal requirements.

C. Contract schedule shall be based on and incorporate Contract milestone and completion dates specified in Contract Documents.

D. Overall time of completion and time of completion for each milestone shown on Contract schedule shall adhere to times specified in the Contract Special Provisions.

1. The Architect is not required to accept an earlier (advanced) schedule.

2. Contractor shall not be entitled to any compensation for any field or home office overhead in event agreement is not reached on an earlier (advanced) schedule and Contractor completes its Work, for whatever reason, beyond completion date shown in earlier (advanced) schedule.

3. A schedule showing the work completed in less than the Contract time, which has been accepted by the Architect, shall be considered to have Project Float. The Project Float is the time between the scheduled completion of the work and Contract Substantial Completion.

4. Project Float is a resource available to both the Architect and the Contractor.

E. Contract schedule shall be basis for evaluating job progress, payment requests, and time extension requests. Responsibility for developing Contract CPM schedule and monitoring actual progress as compared to schedule rests with Contractor.

F. Failure of Contract schedule to include any element of the Work or any inaccuracy in Contract Schedule will not relieve Contractor from responsibility for accomplishing the Work in accordance with the Contract.

G. Float Ownership: Neither the Santa Clara County Office of Education nor the Contractor owns float.

113

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. The Project owns the float. As such, liability for delay of the Substantial Completion Date rests with the party whose actions, last in time, actually cause delay to the Substantial Completion.

a. For example, if Party A uses some, but not all of the float and Party B later uses remainder of the float as well as additional time beyond the float, Party B shall be liable for the time that represents a delay to the Substantial Completion Date.

b. Under this scenario, Party A would not be responsible for the time since it did not consume all of the float and additional float remained; therefore, the Substantial Completion Date was unaffected.

H. Progress Schedule shall be the basis for evaluating job progress, payment requests, and time extension requests. Responsibility for developing Contract schedule and monitoring actual progress as compared to Progress Schedule rests with Contractor.

I. Failure of Progress Schedule to include any element of the Work or any inaccuracy in Progress Schedule will not relieve Contractor from responsibility for accomplishing the Work in accordance with the Contract. Santa Clara County Office of Education's acceptance of Schedule shall be for its use in monitoring and evaluating job progress, payment requests, and time extension requests, and shall not, in any manner, impose a duty of care upon Santa Clara County Office of Education, or act to relieve Contractor of its responsibility for means and methods of construction.

1.2 ORIGINAL CPM SCHEDULE

A. Within thirty (30) calendar days after the Notice to Proceed date, submit a detailed proposed Original CPM Schedule presenting an orderly and realistic plan for completion of the Work, in conformance with requirements as specified herein.

B. Contract schedule shall furnish or comply with following requirements:

1. Time-scaled CPM schedule.

2. No activity on schedule shall have duration longer than fifteen (15) workdays, with exception of submittal, approval, fabrication and procurement activities, unless otherwise approved by the Architect.

a. Activity durations shall be total number of actual work days required to perform that activity excluding consideration of weather impact on completion of that activity.

114

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. Procurement of major equipment, through receipt and inspection at jobsite, identified as a separate activity.

4. County-furnished materials and equipment, if any, identified as separate activities.

5. Dependencies (or relationships) between activities.

6. Processing/approval of submittals and shop drawings for all Contract-required material and equipment. Activities that are dependent on submittal acceptance or material delivery shall not be scheduled to start earlier than expected acceptance or delivery dates.

a. The duration for review and approval of submittals and shop drawings shall be as specified in Section 013300, Submittal Procedures. Contractor shall be responsible for all impacts resulting from resubmittal of shop drawings and submittals.

7. Twenty (20) workdays for developing punch list(s), completion of punch list items, and final clean-up for the Work or any designated portion thereof.

a. No other activities shall be scheduled during this period.

8. Interface with the Work of other contractors (and agencies such, as but not limited to, utility companies).

9. Show detailed Subcontractor Work activities.

10. Activity durations shall be in Work days.

C. Adjustments to Original CPM Schedule: Within fourteen (14) calendar days after receipt of the Architect's response to the Contractor's Original CPM Schedule, the Contractor shall have adjusted the Original CPM Schedule submittal to address all review comments and resubmit for the Architects review.

1. The Architect, within ten (10) calendar days from date that Contractor submitted the revised schedule, will either (1) accept schedule as submitted, or (2) advise Contractor in writing to review any part or parts of schedule which either do not meet Contract requirements or are unsatisfactory for the Architect to monitor Project's progress, resources and status or evaluate monthly payment request by Contractor.

2. The Architect may accept schedule with conditions. At the first monthly meeting the CPM schedule update shall be revised to correct deficiencies identified.

115

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. When schedule is accepted, it shall be considered as the "Original CPM Schedule" which will then be immediately updated to reflect the current status of the work.

4. The Architect reserves right to require the Contractor to adjust, add to, or clarify any portion of schedule which may later be discovered to be insufficient for monitoring of Work or approval of partial payment requests. No additional compensation will be provided for such adjustments, additions, or clarifications.

D. Acceptance: Acceptance of Contractor's schedule by the Architect will be based solely upon schedule's compliance with Contract requirements.

1. By way of Contractor assigning activity durations and proposing sequence of Work, Contractor agrees to utilize sufficient and necessary management and other resources to perform work in accordance with the schedule.

2. Upon submittal of schedule update, updated schedule shall be considered "current" CPM schedule.

3. Submission of Contractor's schedule to the Architect shall not relieve Contractor of total responsibility for scheduling, sequencing, and pursuing Work to comply with requirements of Contract Documents, including adverse effects such as delays resulting from ill-timed work.

E. Submittal of Original CPM Schedule, and subsequent schedule updates, shall be understood to be Contractor's representation that the Schedule meets requirements of Contract Documents and that Work shall be executed in sequence indicated on the schedule.

F. Contractor shall distribute Original CPM Schedule to Subcontractors for review and acceptance.

1.3 MONTHLY CPM SCHEDULE UPDATE SUBMITTALS

A. Following acceptance of Contractor's Original CPM Schedule, Contractor shall monitor progress of Work and adjust schedule each month to reflect actual progress and any anticipated changes to planned activities.

1. Each schedule update submitted shall be complete, including all information requested for the Original CPM Schedule submittal.

2. Each update shall continue to show all work activities including those already completed.

116

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. These completed activities shall accurately reflect "as built" information by indicating when activities were actually started and completed.

4. Within seven (7) calendar days of receipt of above noted update, the Architect will either accept or reject monthly schedule update submittal.

a. If accepted, percent complete shown in monthly update will be basis for Application for Payment by the Contractor. The schedule update shall be submitted as part of the Contractor's Application for Payment.

c. If rejected, update shall be corrected and resubmitted by Contractor before the Application for Payment is submitted.

1.4 SCHEDULE REVISIONS

A. Updating the Schedule to reflect actual progress shall not be considered revisions to the Schedule. Since scheduling is a dynamic process, revisions to activity durations and sequences are expected on a monthly basis.

B. If the Contractor's revision is not accepted by the Architect, and the Contractor disagrees with the Architect's position, the Contractor has seven (7) calendar days from receipt of the Architect's letter, to provide a written narrative explaining its position. If the Architect still does not agree with the Contractor's position, the Architect's position shall govern, and the schedule shall be updated in accordance with the Architect's request. The Contractor's failure to respond in writing within seven (7) calendar days shall be contractually interpreted as acceptance of the Architect's position, and the Contractor waives its rights to subsequently dispute or file a claim regarding the Architect's position.

C. At the Architect's discretion, the Contractor can be required to provide subcontractor certifications for revisions affecting said subcontractors.

1.5 RECOVERY SCHEDULE

A. If the Schedule Update shows a substantial completion date fourteen (14) calendar days beyond the Contract Substantial Completion date, the Contractor shall submit to the Architect the proposed revisions to recover the lost time within seven (7) calendar days. As part of this submittal, the Contractor shall provide a written narrative for each revision made to recapture the lost time.

B. If the Contractor's revisions are not accepted by the Architect, the Contractor shall follow the procedures in Paragraph 1.4, above.

C. At the Architect's discretion, the Contractor can be required to provide subcontractor certifications for revisions affecting said subcontractors.

117

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.6 TIME IMPACT EVALUATION FOR CHANGE ORDERS, AND OTHER DELAYS

A. When the Contractor is directed to proceed with changed work, the Contractor shall prepare and submit, within fourteen (14) calendar days from the direction to proceed, a Time Impact Evaluation (TIE) which includes both a written narrative and a schedule diagram depicting how the changed work affects other schedule activities. The schedule diagram shall show how the Contractor proposes to incorporate the changed work in the schedule, and how it impacts the current schedule update critical path. The Contractor is also responsible for requesting time extensions based on the TIE's impact on the critical path. The diagram must be tied to the main sequence of schedule activities to enable the Santa Clara County Office of Education to evaluate the impact of changed work to the scheduled critical path.

B. The Contractor shall be required to comply with the requirements of Paragraph 1.6A, above, for all types of delays such as, but not limited to, Contractor/Subcontractor delays, adverse weather delays, strikes, procurement delays, fabrication delays, and so on.

C. The Contractor shall be responsible for all costs associated with the preparation of Time Impact Evaluations, and the process of incorporating them into the current schedule update.

D. Once agreement has been reached on a TIE, the Contract Times will be adjusted accordingly. If agreement is not reached on a TIE, the Contract Times may be extended in an amount the Santa Clara County Office of Education allows, and the Contractor may submit a claim for additional time claimed by contractor.

1.7 TIME EXTENSIONS

A. The Contractor is responsible for requesting time extensions for time impacts that, in the opinion of the Contractor, impact the critical path of the current schedule update. Notice of time impacts shall be given in accordance with Article 4 and 8 of the Contract General Conditions (refer to AIA Document A201-1997, included in Part A of this book).

B. Where an event for which the Santa Clara County Office of Education is responsible impacts the projected Substantial Completion date, the Contractor shall provide a written mitigation plan, including a schedule diagram, which explains how (for example, increase crew size, overtime, and so on) the impact can be mitigated. The Contractor shall also include a detailed cost breakdown of the labor, equipment and material the Contractor would expend to mitigate the Santa Clara County Office of Education caused time impact. The Contractor shall submit its mitigation plan to the Santa Clara County Office of Education within fourteen (14) calendar days from the date of discovery of said impact. The Contractor is responsible for the cost to prepare the mitigation plan.

118

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Failure to request time, provide TIE, or provide the required mitigation plan will result in Contractor waiving its right to a time extension and cost to mitigate the delay.

D. No time will be granted under this Contract for cumulative effect of changes.

E. The Santa Clara County Office of Education will not be obligated to consider any time extension request unless requirements of Contract Documents are complied with.

F. Failure of the Contractor to perform in accordance with the current schedule update shall not be excused by submittal of time extension requests.

G. If the Contractor does not submit a TIE within the required fourteen (14) calendar days for any issue, it is mutually agreed that the Contractor does not require a time extension for said issue.

H. Santa Clara County Office of Education will grant day-for-day non-compensable time extensions for delays to the critical path due to inclement weather.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

119

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 013300 - SUBMITTAL PROCEDURES

1.0 GENERAL

1.1 SUMMARY

A. This Section describes general requirements for submittals for the work specified in these Contract Documents.

1. Procedures.

2. Safety Plan.

3. Progress Schedule.

4. Shop Drawings.

5. Samples.

6. Quality Control Submittals.

a. Design Data.

b. Test Reports.

c. Certificates.

d. Manufacturers’ Instructions.

7. Operations and Maintenance Manuals.

8. Project Record Documents.

1.2 RELATED SECTIONS

A. Section 011000, Summary of Work

B. Section 012200, Unit Prices: Measurement and Payment

C. Section 012600, Modification Procedures

D. Section 017700, Contract Closeout Procedures

120

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.3 PROCEDURES

A. Provide at minimum the following quantity of submittals:

1. Five (5) sets of Submittals and Shop Drawings (two sets will be returned to Contractor).

2. Two (2) sets of Operation and Maintenance Manuals.

B. Submit at own expense Schedule of Shop Drawing and Sample Submittals, Safety Plans, Progress Schedule, Product Data, Shop Drawings, Samples, Operations and Maintenance Manuals, and Project Record Documents required by the Contract Documents.

C. Transmit each item with a standard letter of transmittal in form approved by Architect.

D. Identify project, Contractor, subcontractor, major supplier, pertinent drawing sheet and data number, and specification Section number as appropriate. Provide space for Contractor and Architect review stamps.

E. Where manufacturer's standard drawings or data sheets are used, they shall be marked clearly show those portions of the data which are applicable to this project.

F. Submit Shop Drawings, Samples and other submittals to Architect for review and approval in accordance with accepted Contract Schedule. If no such schedule is agreed upon, then all Shop Drawing, Samples and product data submittals shall be completed within thirty (30) days after receipt of Notice to Proceed from the County.The data shown on the Shop Drawings shall be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to show Architect the materials and equipment Contractor proposes to provide and to enable Architect to review the information for the limited purposes specified below. Samples shall be identified clearly as to material, supplier, pertinent data such as catalog numbers and the use for which it is intended and otherwise as Architect may require to enable Architect to review the submittal. The number of each Sample to be submitted will be as specified in the Specifications.

G. At the time of each submission, Contractor shall give Architect specific written notice of all variations, if any, that the Shop Drawing or Sample submitted may have from the requirements of the Contract Documents, and the reasons therefore. This written notice shall be in a written communication separate from the submittal. In addition, Contractor shall cause a specific notation to be made on

121

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

each Shop Drawing and Sample submitted to Architect for review and approval of each such variation.If the County accepts deviation, the County shall issue appropriate Contract Modification.

H. Submittal coordination and verification is responsibility of Contractor; this responsibility shall not be delegated in whole or in part to subcontractors or suppliers. Before submitting each Shop Drawing or Sample, Contractor shall have determined and verified:

a. All field measurements, quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers and similar information with respect thereto;

b. All materials with respect to intended use, fabrication, shipping, handling, storage assembly and installation pertaining to the performance of the Work;

c. All information relative to Contractor's sole responsibilities and of means, methods techniques, sequences and procedures of construction and safety precautions and programs incident thereto.

I. Contractor shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents.

J. Contractor's submission to Architect of a Shop Drawing or Sample submittal will constitute Contractor's representation that it has satisfied its obligations under the Contract Documents, and as set forth immediately above, with respect to Contractor's review and approval of that submittal.

K. Designation of work "by others," if shown in submittals, shall mean that work will be responsibility of Contractor rather than subcontractor or supplier who has prepared submittals.

L. After review by Architect of each of Contractor's submittals, one of set of duplicates of material will be returned to Contractor with actions defined as follows:

1. NO EXCEPTIONS TAKEN - Accepted subject to its compatibility with future submittals and additional partial submittals for portions of the work not covered in this submittal. Does not constitute approval or deletion of specified or required items not shown on the submittal.

2. MAKE CORRECTIONS NOTED (NO RESUBMISSIONS REQUIRED) - Same as 1 above, except that minor corrections as noted shall be made by Contractor.

122

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. AMEND AND RESUBMIT - Rejected because of major inconsistencies or errors which shall be resolved or corrected by Contractor prior to subsequent review by Architect.

4. REJECTED - RESUBMIT - Submitted material does not conform to Plans and Specifications in major respect, that is, wrong size, model, capacity, or material.

M. It is considered reasonable that Contractor shall make a complete and acceptable submittal at least by second submission. The County reserves the right to deduct monies from payments due Contractor to cover additional costs of Architect's review beyond the second submission. Illegible submittals will be rejected and returned to Contractor for resubmission.

N. Favorable review will not constitute acceptance by the County or Architect of any responsibility for the accuracy, coordination and completeness of the submittals.

O. Accuracy, coordination, and completeness of Submittals shall be sole responsibility of Contractor, including responsibility to backcheck comments, corrections, and modifications from the County's or Architect's review before fabrications. Submittals may be prepared by Contractor, subcontractors, or suppliers, but Contractor shall ascertain that submittals meet requirements of Contract Documents, while conforming to structural space and access conditions at point of installation. Architect's review will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Favorable review of submittal, method of work, or information regarding materials and equipment Contractor proposes to furnish shall not relieve Contractor of responsibility for errors therein and shall not be regarded as assumption of risks or liability by Architect or the County, or any officer or employee thereof, and Contractor shall have no claim under Contract on account of failure or partial failure or inefficiency or insufficiency of any plan or method of work or material and equipment so accepted. Favorable review shall be considered to mean merely that Project Management or the County has no objection to Contractor using, upon his own full responsibility, plan or method of work proposed, or furnishing materials and equipment proposed.

P. Architect's review will not extend the means, methods, techniques, sequences or procedures of construction or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions.

123

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Q. Submit complete initial submittal for those items where required by individual specification Sections. Complete submittal shall contain sufficient data to demonstrate that items comply with Specifications, shall meet minimum requirements for submissions cited in technical specifications, shall include motor data and seismic anchorage certifications, where required, and shall include necessary revisions required for equipment other than first named. If Contractor submits incomplete initial submittal, when complete submittal is required, submittal may be returned to Contractor without review.

R. It shall be Contractor's responsibility to copy, conform and distribute reviewed submittals in sufficient numbers for Contractor's files, subcontractors and vendors.

S. After Architect review of submittal, revise and resubmit as required. Identify changes made since previous submittal.

1. Begin no fabrication or work which require submittals until return of submittals not requiring resubmittal.

2. Normally, submittals will be processed and returned to Contractor within [15] working days of receipt.

T. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions.

1.4 SAFETY PLAN

A. Submit two (2) copies of Safety Plan specific to this Contract to Architect within fifteen (15) calendar days after Start Date of the Contract Times.

B. (1) copy of accepted Safety Plan will be returned to Contractor.

C. No on-site work shall be started until Safety Plan has been reviewed and accepted by Architect and/or Local Building Official. Acceptance of Safety Plan shall not affect Contractor's responsibility for maintaining a safe working place and instituting safety programs in connection with project.

1.5 PROGRESS SCHEDULE

A. See Section 013200, Construction Progress Documentation: Schedules and Reports, for schedule and report requirements.

B. Submit three (3) print copies of schedule at each of the following times:

1. Original CPM (Critical Path Method) Schedule within thirty (30) days of the Notice to Proceed.

124

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2. Adjustments to the CPM Schedule as required.

3. CPM Schedule updates monthly, five (5) days prior to monthly progress meeting.

C. Progress Schedules and Reports shall be submitted on floppy disks in addition to hard copies specified above.

1.6 SHOP DRAWINGS

A. Minimum Sheet Size: 8-1/2 inches by 11 inches. All others: Multiples of 8-1/2 inches by 11 inches, 34 inches by 44 inches maximum.

B. For 8-1/2 inch by 11 inch and 11 inch by 17 inch sheets, submit number of copies which Contractor requires, plus [3] copies which will be retained by Architect.

C. For 17 inch by 22 inch through 34 inch by 44 inch sheets, submit 1 reproducible transparency and [3] prints. After review, reproduce and distribute.

D. Original sheet or reproducible transparency will be marked with Architect's review comments and returned to Contractor.

E. Mark each copy to identify applicable Products, models, options, and other data; supplement manufacturers' standard data to provide information unique to Work.

F. Include manufacturers' installation instructions when required by specification Section.

1.7 SAMPLES

A. Submit full range of manufacturers' standard colors, textures, and patterns for Architect's selection.

B. Submit samples to illustrate functional and aesthetic characteristics of Product, with integral parts and attachment devices. Coordinate submittal of different categories for interfacing work.

C. Include identification on each sample, giving full information.

D. Submit two (2) samples unless otherwise specified. One (1) will be retained.

E. Sizes: Unless otherwise specified, provide the following:

1. Paint Chips: Manufacturers' standard.

125

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2. Flat or Sheet Products: Minimum 6 inches square, maximum 12 inches square.

3. Linear Products: Minimum 6 inches, maximum 12 inches long.

4. Bulk Products: Minimum 1 pint, maximum 1 gallon.

F. Full size samples may be used in Work upon approval.

G. Mock-ups:

1. Erect field samples and mock-ups at Project site in accordance with requirements of specification Sections.

2. Modify or make additional field samples and mock-ups as required to provide appearance and finishes approved by Architect.

3. Approved field samples and mock-ups may be used in Work upon approval.

1.8 QUALITY CONTROL SUBMITTALS

A. Design Data: N/A.

B. Test Reports: Three (3) copies. One (1) copy will be marked with Architect's review comments and returned to Contractor.

1. Indicate that material or product conforms to or exceeds specified requirements.

2. Reports may be from recent or previous tests on material or product, but must be acceptable to Architect. Comply with requirements of each individual specification Section.

C. Certificates: Three (3) copies. One (1) copy will be marked with Architect's review comments and returned to Contractor.

1. Indicate that material or product conforms to or exceeds specified requirements.

2. Submit supporting reference data, affidavits, and certifications as appropriate.

3. Certificates may be recent or from previous test results on material or product, but must be acceptable to Architect.

D. Manufacturers' Instructions: Three (3) copies. One (1) copy will be marked with Architect's review comments and returned to Contractor.

126

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Include manufacturer's printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing.

2. Identify conflicts between manufacturer's instructions and Contract Documents.

1.9 OPERATIONS AND MAINTENANCE MANUALS

A. Submit 2 copies of manufacturers' operations and maintenance manuals. If necessary, both copies will be marked with Architect's review comments and returned to Contractor for correction until satisfactory information is provided. The County will retain satisfactorily corrected manuals for its own use.

B. Operations and maintenance manuals shall include the following as appropriate:

1. Operating instructions.

2. Preventive maintenance instructions.

3. Cleaning instructions.

4. Safety precautions.

5. Trouble shooting procedures.

6. Theory of operation to discrete component level.

7. Schematic diagrams, flow diagrams, wiring diagrams, logic diagrams, and so on, to discrete component level.

8. Parts lists showing all discrete components with part number, current prices and availability.

9. List of replaceable supplies; paper, ink, ribbon, etc. with part numbers, current prices and availability.

10. Recommended levels of spare parts and supplies to keep on hand.

11. Manufacturers' service and maintenance technical manuals.

12. Names, addresses and telephone numbers of service and repair firms for the equipment.

C. Manuals shall be the same as are used by manufacturers' authorized technicians to completely service and repair the equipment.

127

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.10 PROJECT RECORD DOCUMENTS

A. Submit one copy of each of the Project Record Documents listed in Section 017700, Contract Closeout Procedures.

1.11 DELAY OF SUBMITTALS

A. Delay of submittals by Contractor is considered avoidable delay. Liquidated damages incurred because of late submittals will be assessed to Contractor.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

128

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 015639 – TEMPORARY TREE AND PLANT PROTECTION

1.0 GENERAL

1.1 SUMMARY

A. This Section includes all labor, materials, equipment, operations, or methods listed, mentioned or scheduled on the Drawings and/or herein specified, including all incidentals necessary and required for completion of work under this Section.

B. Provide the following services:

1. Tree protection

2. Tree identification

3. Trimming tree limbs and branches

4. Root pruning

5. Raising fringe of trees

6. Grading around trees

7. Incidental extra work

8. Debris removal

9. Protective chain-link fence relocation or removal

1.2 RELATED SECTIONS

A. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Special Conditions and Division 1 of these Contract Documents.

B. Division 31 - Earthwork C. Division 32 – Exterior Improvements

129

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.2 QUALITY ASSURANCE

A. Standards of workmanship shall conform to those recommended by:

1. American National Standards Institute (ANSI), Section 133.1, "Tree Trimming and Removal."

2. International Society of Arboriculture (ISA)

3. National Arborist Association

1.3 PROJECT CONDITIONS

A. Visit Project site and determine conditions under which work will be performed.

B. Do not begin work until meeting with the County's Representative on the Project site to confirm tree locations and work to be performed.

C. Protection: Provide adequate protection of existing trees against damage from construction operations.

1. Install barricades for all trees, a 6 foot high chain-link fence. Locate fence at or beyond tree drip lines (outside edge of tree branching).

2. Especially protect roots, trunk, and foliage of existing trees.

3. Do not permit the following:

a. Using trees as support posts, power poles, sign posts, or anchorage for ropes, guy wires and power lines or other similar functions.

b. Poisoning items by disposing of paint, petroleum products, dirty water or other deleterious materials on or around trees.

c. Compaction of tree root area by moving trucks, grading, machines, storage of equipment, gravel, earthfill, supplies, etc.; within the tree drip line (outside edge of tree branching).

d. Damage to trunk or limbs caused by maneuvering vehicles or stacking material and equipment too close to them.

130

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Compensation for planting loss: Any tree to remain that is damaged or destroyed due to the Contractor's negligence or failure to provide adequate protection shall be compensated for in accordance with the following schedule of values, using "tree-caliper" method (greatest trunk diameter measured 30-inches above ground):

1. For trees or shrubs with diameters up to and including 6 inches, actual cost of replacement with items similar in species, size and shape, including:

a. Actual cost of item boxed out of ground.

b. Transportation or delivery of boxed item to the Project site.

c. Planting and staking.

d. Maintenance in watering, fertilizing, pruning, pest control and other care to bring replacement to same general conditions as original item.

2. FOR TRUNKS UP TO:

Size (in inches) $ Amount 7 1,200.00 8 1,700.00 9 2,200.00 10 2,600.00 11 3,100.00 12 3,600.00 13 4,100.00 14 4,600.00 15 5,000.00 16 5,500.00 17 6,000.00 18 and over, add for each caliper inch: 600

1.4 MATERIALS

A. Tree wound Dressing: Prior to any application, the County's Representative shall approve material and application.

B. Protective fencing: 6 foot high galvanized chain link. Refer to Section 323113, Chain Link Fences and Gates.

131

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.5 TREE IDENTIFICATION

A. Identification of trees to be removed or to remain, that have not been so marked on the drawings, is subject to the County's Representative approval.

B. No trees are to be removed without prior approval of the County's Representative.

1.6 TRIMMING TREES

A. No limbs are to be removed without prior approval of the County's Representative.

B. Notify the County's Representative when a tree limb is in conflict with the construction.

C. "Trim" shall be interpreted as follows:

1. Removal of dead branches 1/4 inch and over in diameter.

2. Removal of all dead and live stubs 1/4 inch and over in diameter.

3. Removal of all broken branches, all loose branches and other debris lodged in trees.

4. Removal of undesirable sucker growth.

5. Removal of all live branches which interfere with the tree's structural strength and healthful development. These include:

a. Limbs which rub and abrade a more important branch.

b. Limbs of weak structure which are not important to the frame work of the tree.

c. Limbs with twigs and foliage obstructing development of more important branches.

d. Limbs near the end of limbs which produce more weight than the limb is likely to support.

132

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.7 ROOT PRUNING

A. Avoid root cutting to prevent disruption of the trees water and nutrient carrying capacity and the natural stability based on balance of radial or sinker root system.

B. Notify the County’s Representative if root cutting becomes necessary.

C. Avoid tearing or ripping tree roots due to excavation activities.

1. Where root cutting is necessary, no roots are to be cut without prior approval of the County's Representative.

2. Where root cutting becomes necessary, all roots are to be clean cut with a saw, lopping shears or proper tree pruning device. Under no circumstance are tree roots to be left splintered or the ends shredded.

1.8 REMOVING TREES

A. No trees are to be removed without prior approval of the County's Representative.

B. "Removing Trees" shall be interpreted as removing tree to the ground level and reducing the stump two (2) feet below grade, using a suitable mechanical stump chipper. In order to prevent damage to root systems of remaining adjacent trees, use of a tractor for reduction of stumpage will not be permitted. Trees which are to be removed are indicated on the drawings.

1.9 RAISING SOIL LEVEL

A. Soil placed on the surface around existing trees can create problems involving gaseous exchange in the root zone, crown rot and soil moisture. Soil aeration is a critical factor. Notify the County's Representative of any soil work under trees or adjacent to tree drip lines (outer edge of tree branching).

1.10 LOWERING SOIL LEVEL

A. Removing soil from under a tree canopy can seriously damage roots and may even impair the stability of the tree, Notify the County's Representative of any soil work under a tree.

133

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.11 DEBRIS REMOVAL

A. Dispose of all fallen debris present around trees subject to work under this Section. All wood and debris resulting from the Contractor's operations shall become the property of the Contractor and shall be disposed of by the Contractor off the County property.

1.12 TREE PROTECTIVE FENCING

A. Provide fencing as indicated on the drawings and as called out for in this Section.

B. Install protective fencing and plywood protection adjacent to tree areas and utilities installation areas prior to commencing work in these locations.

C. Relocation of protective fencing as a sequence of construction requires no additional cost to the County.

END OF SECTION

134

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 017400 - CONSTRUCTION CLEANING & WASTE MANAGEMENT

1.0 GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Waste Management Goals

2. Waste Management Plans

3. Waste Management Plan Implementation

4. Special Programs

1.2 RELATED SECTIONS

A. Section 011000, Summary of Work

B. Section 013119, Project Meetings

C. Section 013300, Submittals

D. Section 017700, Contract Closeout Procedures

E. Division 31 – Earthwork

1.3 REFERENCES

A. City of San Jose Certified Recycling Facilities List available at www.sjrecycles.org/business/cddd.htm.

1.4 DEFINITIONS

A. Construction and Demolition Waste: Solid wastes such as building materials, packaging and rubble resulting from construction, remodeling, demolition and repair of buildings/facilities, paving and infrastructure.

135

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Recyclable Materials: Products and materials that can be recovered and manufactured into new products. Recyclable materials include, but are not limited to, the following:

1. Asphaltic paving

2. Portland cement concrete

3. Brick and masonry

4. Land-clearing debris

5. Native rock and granular fill

6. Wood products

7. Ferrous materials

8. Non-Ferrous metals including copper and aluminum

9. Mechanical and electrical products and equipment

10. Gypsum products

11. Acoustical ceiling tile

12. Cardboard and plastic film

13. Office recycling, including paper, glass, plastic and cans

14. Carpet and padding

15. Oil used for equipment

16. Fluorescent lights and ballasts

17. Batteries

C. Recycling Facility: A business that specializes in collecting, handling, processing, distributing, or remanufacturing waste materials, generated by demolition and new construction projects, into products or materials that can be used for this project or by others.

1. Source: South Valley Disposal, 408-842-3358.

136

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Trash: Product or material unable to be salvaged for resale, salvaged and reused, returned, or recycled.

E. Waste Materials: Product or material that can be salvaged for resale, salvaged and reused, returned to vendors, or recycled.

1.5 PERFORMANCE REQUIREMENT

A. The Contractor shall use all means available to divert at least 75% construction and demolition waste from landfills.

1.6 CONSTRUCTION WASTE MANAGEMENT OPERATIONS

A. Take a proactive, responsible role in management of construction waste and require all subcontractors, vendors and suppliers to participate in the effort. Establish a construction waste management program that includes the following categories:

1. Waste prevention including minimizing packaging waste

2. Salvage and reuse

3. Salvage for resale and donation

4. Recycling

5. Disposal

B. Encourage waste prevention practices as an efficient waste management strategy when sizing, cutting, and installing products and materials. Salvage and reuse is a better waste management method than recycling because little or no reprocessing is necessary; less pollution is created when items are reused in their original form. Therefore a diligent effort shall be made to salvage and reuse product and materials. Waste materials that cannot be salvaged and reused yet have value as recyclables, shall be recycled. Only trash shall be transported to a landfill.

1.7 CONSTRUCTION WASTE MANAGEMENT PLAN

A. Perform a waste analysis to determine the types and quantity of construction waste anticipated and identify salvage for resale, salvage and reuse, recycling, and disposal options available. Within 10 days after contract award and prior to performing any demolition work, submit a Waste Management Plan for review and approval. The Waste Management Plan shall include the following:

1. Waste Materials: A list of waste materials that will be salvaged for resale, salvaged and reused, and recycled. A list to address packaging materials

137

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

including banding, crates, pallets, plastic film, polystyrene and cardboard (packaging waste consumes 15% of the waste stream).

2. Haulers: Name, address and phone number for each hauler providing service.

3. Facilities: Identification of each recycling facility to be utilized.

4. Separation and Protection: Description of the method to be employed in handling waste materials and description of the method that will be used to protect recycled materials from contamination.

5. Transportation: Description of the means of transportation of waste materials and the destination of the materials.

6. Subcontractor Participation: A description of requirements for subcontractors to adhere to that includes waste prevent measures such as salvage for resale or reuse and recycling for the waste materials generated by each subcontractor’s scope of work, including packaging and shipping materials.

7. Meetings: A description of the regular meetings held in which waste management will be addressed. Refer to Section 013119, Project Meetings.

2.0 PRODUCTS

Not Used.

3.0 EXECUTION

3.1 PROGRAM IMPLEMENTATION AND MONITORING

A. Implement and maintain, for the duration of the project, the construction waste management program.

1. Manager: The Contractor shall designate an onsite party (or parties) responsible for instructing workers and overseeing and documenting results of the Waste Management Plan for the Project.

2. Distribution: The Contractor shall distribute copies of the Waste Management Plan to the Contractor, each Subcontractor, the County, and Architect.

3. Instruction: The Contractor shall provide onsite instruction of appropriate separating, handling, and recycling, salvage, reuse, and return methods to be used by all parties at the appropriate stages of the project.

138

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

4. Separation Facilities: The Contractor shall lay out and label a specific area to facilitate separation of materials for potential recycling, salvage, reuse, and return. Provide a site map that calls out areas identified. Provide the necessary containers and bins to facilitate the waste management program. Recycling and waste bin areas are to be kept neat and clean and clearly marked in order to avoid contamination of materials. Separate construction waste at the project site by one of the following methods:

a. Source Separated Method: Waste products and materials that are recyclable are separated from trash and sorted into appropriately marked separate containers and then transported to the respective recycling facility for further processing. Trash is transported to a landfill.

b. Co-Mingled Method: Selected waste materials are placed into a single container and then transported to a recycling facility where the recyclable materials are sorted and processed and the remaining trash and waste materials are handled separately.

c. Other methods proposed by the Contractor and approved by the Contracting Officer.

END OF SECTION

139

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 017700 - CONTRACT CLOSEOUT PROCEDURES

1.0 GENERAL

1.1 SUMMARY

A. This Section describes contract closeout procedures including:

1. Removal of temporary construction facilities.

2. Substantial completion.

3. Final completion.

4. Completion of DSA form DSA-6 and all DSA-related Change Orders.

5. Final cleaning.

6. Project record documents.

7. Material, equipment and finish data.

8. Project guarantee

9. Warranties

10. Turn-in.

11. Release of claims.

12. Guaranty and Maintenance Bonds

1.2 REMOVAL OF TEMPORARY CONSTRUCTION FACILITIES

A. Remove temporary materials, equipment, services, and construction prior to Substantial Completion Inspection.

B. Clean and repair damage caused by installation or use of temporary facilities.

C. Restore permanent facilities used during construction to specified condition.

1.3 SUBSTANTIAL COMPLETION

A. When Contractor considers Work or designated portion thereof is substantially complete, submit written notice, with list of items to be completed or corrected.

140

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Within reasonable time, Architect will inspect to determine status of completion.

C. Should Architect determine that Work is not substantially complete, Architect will promptly notify Contractor in writing, listing all defects and omissions.

D. Remedy deficiencies and send a second written notice of substantial completion. Architect will reinspect the Work.

E. When Architect determines that Work is substantially complete, Architect will issue a Certificate of Substantial Completion.

F. Manufactured units, equipment and systems which require startup must have been started up and run for periods prescribed by Architect before a Certificate of Substantial Completion will be issued.

1.4 FINAL COMPLETION

A. When Contractor considers Work is complete, submit written certification that:

1. Contractor has inspected Work for compliance with Contract Documents.

2. Work, except for Contractor maintenance after Final Acceptance, has been completed in accordance with Contract Documents and deficiencies listed with Certificate of Substantial

3. Completion has been corrected.

4. Work is complete and ready for final inspection.

B. In addition to submittals required by conditions of Contract, provide submittals required by governing authorities and submit final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due.

C. When Architect finds Work is acceptable and final submittal is complete, Architect will issue final change order reflecting approved adjustments to Contract Sum not previously made by Change Order.

1.5 FINAL CLEANING

A. Execute final cleaning prior to final inspection.

B. Clean interior and exterior surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces.

141

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Clean equipment and fixtures to a sanitary condition, clean or replace filters of mechanical equipment operated during construction, clean ducts, blowers and coils of units operated without filters during construction.

2. Employ skilled workers for final cleaning.

C. Clean Site; mechanically sweep paved areas.

D. Remove waste and surplus materials, rubbish, and construction facilities from Site.

1.6 PROJECT GUARANTEE

A. Requirements for Contractor's guarantee of completed Work are included in Article 3.5 Warranty from General Conditions of the Contract for Construction, AIA Document A201-1997 (included in Part A of this book). Contractor shall guarantee Work done under Contract against failures, leaks or breaks or other unsatisfactory conditions due to defective equipment, materials or workmanship, and perform repair work or replacement required, at Contractor's sole expense, for period of [1] year from date of Final Acceptance, as required by Article 3.5.

B. Neither recordation of final acceptance nor final certificate for payment nor provision of the Contract nor partial or entire use or occupancy of premises by Santa Clara County Office of Education shall constitute acceptance of Work not done in accordance with Contract Documents nor relieve Contractor of liability in respect to express warranties or responsibility for faulty materials or workmanship.

C. Santa Clara County Office of Education may make repairs to defective Work as set forth in Article 3.5 Warranty from General Conditions of the Contract for Construction, AIA Document A201-1997 (included in Part A of this book), if, within 5 working days after mailing of written notice of defective work to Contractor or authorized agent, Contractor shall neglect to make or undertake with due diligence repairs; provided, however, that in case of leak or emergency where, in opinion of Santa Clara County Office of Education, delay would cause hazard to health or serious loss or damage, repairs may be made without notice being sent to Contractor, and Contractor shall pay cost thereof.

D. If, after installation, operation or use of materials or equipment to be furnished under Contract proves to be unsatisfactory to Architect, Santa Clara County Office of Education shall have right to operate and use materials or equipment until it can, without damage to Santa Clara County Office of Education, be taken out of service for correction or replacement. Period of use of defective materials or equipment pending correction or replacement shall in no way decrease guarantee period required for acceptable corrected or replaced items of materials or equipment.

142

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

E. Nothing in this Section shall be construed to limit, relieve or release Contractor's, subcontractors' and equipment suppliers' liability to Santa Clara County Office of Education for damages sustained as result of latent defects in equipment caused by negligence of suppliers' agents, employees or subcontractors. Stated in another manner, warranty contained in the Contract Documents shall not amount to, nor shall it be deemed to be, waiver by Santa Clara County Office of Education of any rights or remedies (or time limits in which to enforce such rights or remedies) it may have for defective workmanship or defective materials under laws of this State pertaining to acts of negligence.

1.7 WARRANTIES AND BONDS

A. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers, and manufacturers.

1. Provide table of contents and assemble in 8-1/2 inches by 11 inches three-ring binder with durable plastic cover.

2. Assemble in Specification Section order.

B. Submit material prior to final application for payment.

1. For equipment put into use with Santa Clara County Office of Education's permission during construction, submit within ten (10) working days after first operation.

2. For items of Work delayed materially beyond Date of Substantial Completion, provide updated submittal within ten (10) working days after acceptance, listing date of acceptance as start of warranty period.

C. Warranties are intended to protect Santa Clara County Office of Education against failure of work and against deficient, defective and faulty materials and workmanship, regardless of sources.

D. Limitations: Warranties are not intended to cover failures which result from the following:

1. Unusual or abnormal phenomena of the elements.

2. Vandalism after substantial completion.

3. Insurrection or acts of aggression including war.

143

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

E. Related Damages and Losses: Remove and replace Work which is damaged as result of defective Work, or which must be removed and replaced to provide access for correction of warranted Work.

F. Warranty Reinstatement: After correction of warranted Work, reinstate warranty for corrected Work to date of original warranty expiration or to a date not less than 365 days after corrected Work was done, whichever is later.

G. Replacement Cost: Replace or restore failing warranted items without regard to anticipated useful service lives.

H. Warranty Forms: Submit drafts to Architect for approval prior to execution. Forms shall not detract from or confuse requirements or interpretations of Contract Documents.

1. Warranty shall be countersigned by manufacturers.2. Where specified, warranty shall be countersigned by subcontractors and

installers.

I. Rejection of Warranties: Santa Clara County Office of Education reserves right to reject unsolicited and coincidental product warranties which detract from or confuse requirements or interpretations of Contract Documents.

J. Term of Warranties: For materials, equipment, systems and workmanship warranty period shall be two (2) years minimum from date of substantial completion of entire Work except where:

1. Detailed specifications for certain materials, equipment or systems require longer warranty periods.

2. Materials, equipment or systems are put into beneficial use of Santa Clara County Office of Education prior to Substantial Completion as agreed to in writing by Architect.

K. Warranty of Title: No material, supplies, or equipment for Work under Contract shall be purchased subject to any chattel mortgage, security agreement, or under a conditional sale or other agreement by which an interest therein or any part thereof is retained by seller or supplier. Contractor warrants good title to all material, supplies, and equipment installed or incorporated in Work and agrees upon completion of all work to deliver premises, together with improvements and appurtenances constructed or placed thereon by Contractor, to Santa Clara County Office of Education free from any claim, liens, security interest, or charges, and further agrees that neither Contractor nor any person, firm, or corporation furnishing any materials or labor for any Work covered by Contract shall have right to lien upon premises or improvement or appurtenances thereon. Nothing contained in this Paragraph, however, shall defeat or impair right of persons

144

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

furnishing materials or labor under bond given by Contractor for their protection or any rights under law permitting persons to look to funds due Contractor in hands of Santa Clara County Office of Education.

1.8 TURN-IN

A. Contract will not be closed out and final payment will not be made until all personnel Identification Media, vehicle permits and keys issued to Contractor during prosecution of Work are turned in to Santa Clara County Office of Education.

2.0 PRODUCTS

A. Not applicable to this Section.

3.0 EXECUTION

A. Not applicable to this Section.

END OF SECTION

145

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 018119 - CONSTRUCTION INDOOR AIR QUALITY MANAGEMENT

1.0 GENERAL

1.1 SUMMARY

A. This Section includes procedures for achieving an environmentally conscious Work Product. The Contractor shall:

1. Prepare a Construction Indoor Air Quality Management Plan (IAQ) in accordance with this Section (refer to parts 1.2 and 1.3 below).

2. Adhere to the methods and procedures outlined in the Construction IAQ during construction and closeout.

3. Document compliance with the Construction IAQ during construction.

4. Submit certification to the County at closeout demonstrating compliance with the Construction IAQ requirements.

1.2 SPECIAL SUBMITTAL REQUIREMENTS

A. Construction Indoor Air Quality Management Plan (IAQ): Not less than 21 days prior to installation of HVAC ductwork or equipment, or application of coatings, sealants and/or finishes inside the enclosed building shell.

B. Revise and resubmit IAQ as required by the County or Architect.

1. Approval of the Contractor’s Environmental Procedures Compliance plans will not relieve the Contractor of responsibility for adequate and continuing control of pollutants and other environmental protection measures required by Federal, state, county or local agencies.

1.3 PROVIDE A CONSTRUCTION IAQ MANAGEMENT PLAN THAT INCLUDES:

A. Procedures for meeting the applicable SMACNA (Sheet Metal and Air Conditioning National Design/Builders Association) Construction IAQ requirements.

B. Procedures for protection and remediation plans for damaged absorptive materials.

146

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Training sessions for all contractors and subcontractors that they understand and agree to comply with the Construction IAQ Management Plan requirements.

1. Schedule and sequence of events for HVAC system installation/startup, application of interior coatings and finishes, and installation of building furnishings.

2.0 PRODUCTS

A. Not Applicable to this Section.

3.0 EXECUTION

3.1 DURING CONSTRUCTION THE CONTRACTOR SHALL:

A. Meet or exceed the applicable minimum requirements of the SMACNA and the IAQ Guidelines for Occupied Buildings Under Construction, 1995, Chapter 3, for the items listed below which the contractor shall supply during construction:

1. HVAC Protection:

a. Protect all air handling and distribution equipment, and air supply and return ducting during construction.

b. Adequately cover and protect all exposed air inlet and outlet openings, grilles, ducts, plenums, etc., to prevent water, moisture, dust, and other contaminant intrusion.

c. Apply protection immediately after installation of equipment and ducting.

d. Ducting runs that require more than a single day to install shall be protected at the end of each day’s Work.

2. Source Control:

a. Protect stored onsite or installed absorptive or porous materials including, but not limited to, batt insulation, drywall, and carpeting from exposure to moisture.

b. Do not use moisture-damaged porous materials in the building.

c. Provide adequate ventilation of packaged dry products prior to installation to allow for gassing of volatile organic compounds (VOCs). Remove from packaging and ventilate in a a secure, dry, well-ventilated space free from strong contaminant sources and residues. Provide a temperature range of 60 degrees F minimum to 90 degrees F maximum continuously during the

147

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

ventilation period. Do not ventilate within limits of Work unless otherwise approved by the Architect.

3. Housekeeping:

a. Minimize accumulation of dust fumes, vapors, or gases in the building.

b. Suppress dust with wetting agents or a sweeping compound.

c. Clean up dust using a wet rag or damp mop.

d. Increase the cleaning frequency when dust buildup is noted.

e. Remove spills or excess applications of solvent-containing products as soon as possible.

f. Remove accumulated water and keep work areas as dry as possible.

g. Vacuum using HEPA-filtered vacuum cleaners.

h. Store volatile liquids, including fuels and solvents, in closed containers and outside of the building when not in use.

i. Keep volatile liquid containers closed when the container is inside of the building and not in use.

4. Scheduling:

a. Develop schedule for application of interior finishes including time frames for the application of wet materials onto dry materials, dry materials onto wet materials, and expected curing times for applied wet materials.

b. Schedule application of wet material floor coverings, wall coverings, and other porous finish materials after activation of building HVAC and exhaust systems.

c. Wet materials include all paints, adhesives, sealants, coatings, finishes and spray-applied materials.

d. Insure that all wet applied interior finish materials are properly and fully cured before installing other finish materials over them.

e. Install carpets and furnishings after all other interior finish materials have been applied and fully cured.

148

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

f. Provide sufficient ventilation, air circulation and air changes to properly cure materials. Run HVAC system and exhaust fans 24 hours per day during this period. Return air dampers shall be closed to provide 100% fresh air intake. Temperatures shall be maintained at approximately 75 degrees F (verify specific recommended temperature settings with coating and finish manufacturer’s product data). Filtration media with a Minimum Efficiency Reporting Value (MERV) of 8 must be used at each return grill, as determined by ASHRAE 52.2-1999.

g. Provide sufficient ventilation, air circulation and air changes to dissipate excess humidity when present. Relative humidity shall not be allowed to exceed 40%.

B. Use nontoxic cleaning materials and procedures to avoid the release of toxic fumes and VOCs into finished spaces within the building.

C. Replace all filtration media immediately prior to occupancy.

1. Filtration media shall have a Minimum Efficiency Reporting Valve (MERV) of 13, as determined by ASHRAE 52.2-1999 for media installed at the end of construction.

2. Provide cut sheets of filtration media used during construction and installed prior to occupancy with MERV highlighted.

3. Provide a letter declaring that all filtration media was replaced prior to occupancy.

D. During construction provide photographs of Construction IAQ management measures such as protection of ducts and onsite stored or installed absorptive materials to document compliance with the Construction IAQ management plan.

END OF SECTION

149

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 019100 – COMMISSIONING

1.0 GENERAL

1.1 SUMMARY

A. This Section includes all incidentals necessary and required for completion of project Commissioning as specified herein.

B. The commissioning process is intended to verify and ensure that the fundamental building elements and systems are designed, installed and calibrated to operate as intended.

1.2 REQUIREMENTS

A. The Contractor will implement or have a contract in place to implement the following fundamental best practice commissioning procedures:

1. Appoint a commissioning agent or team that does not include individuals directly responsible for project design or construction management. This could be a qualified member of the design firm.

2. Document the design intent and the basis of design documentation. For each commissioned feature or system, and for features or systems that significantly interact with commissioned features, the commissioning agent will develop a written list of the County’s requirements and basis of design.

a. Address the general HVAC, lighting, indoor environment, energy efficiency, siting and environmental responsiveness of the facility. This document should include performance criteria.

b. The basis of design includes primary assumptions such as occupancy, space and process requirements; applicable codes, policies and standards; load and climatic assumptions that influence design decisions. The document also includes a narrative of the key design concepts and design features aimed at meeting the County's requirements.

3. Create a Commissioning Plan. This document must include the following:

a. A brief overview of the commissioning process.

b. A list of all commissioned features and systems.

c. Identification of primary commissioning participants and their responsibilities.

150

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

d. A description of the management, communication, and reporting of the commissioning plan.

e. An outline of the commissioning process scope including submittal review, observation, startup, testing, training, O&M documentation, and warranty period activities.

f. A list of the expected written work products.

g. An activity schedule.

h. A description of the rigor and scope of testing.

4. Include the Commissioning Requirements in Bid Documents. These should include the following:

a. The scope of commissioning.

b. The features and systems to be commissioned.

c. Requirements for submittal review, inspection, startup, testing, training, O&M documentation, and warranty period activities, commissioning documentation requirements, schedule and rigor and scope of testing.

B. Installation Observation:

1. The Commissioning agent must sufficiently observe installation of each type of commissioned feature and system to ensure that they are properly installed according to the contract documents and manufacturer's instructions, and that other building systems or components are not compromising the performance of the feature.

C. Startup and Checkout:

1. The contractor completes the startup and initial checkout of all items listed in the contract documents. These results must be clearly documented according to the manufacturer's written instruction and the contract documents.

D. Sampling:

1. The commissioning authority applies appropriate sampling techniques to verify that startup and initial checkout of all commissioned equipment is successfully completed:

a. That each control point is commanding, reporting, and controlling according to the intended purpose

151

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

b. That all sensors have been calibrated to ensure that the reported value in the control system represents the actual local value

c. That all actuators have been adjusted to fully close and open dampers and valve

d. And that the reported values in the control system are correct by verifying through visual observation.

E. Functional Testing:

1. Written, repeatable test procedures, prepared specifically for each project must be used to functionally test components and systems.

2. These tests must be documented to clearly describe the individual systematic test procedures, the expected system response or acceptance criteria for each procedure, the actual response or findings, and any pertinent discussion.

3. After the initial checkout has been approved by the Commissioning authority, the modes described in the following paragraphs must be tested:

a. Test each sequence in the sequence of operations and other significant modes:Sequences and control strategies include startup, shutdown, unoccupied and manual modes, modulation up and down the unit's range of capacity, power failure, alarms, component (unit and pump) staging and backup upon failure, interlocks with other equipment, and sensor and actuator calibrations.

b. Test all larger equipment individually. Heating equipment must be tested during the winter and air conditioning equipment must be tested during summer, as appropriate, to demonstrate performance under near-design conditions.

F. Training:

1. The Commissioning agent must assemble written verification that training was conducted for all commissioned features and systems.

2. The training must be performed by qualified individuals for a sufficient duration to ensure that facility staff has all the information needed to optimally operate, maintain, and replace the commissioned features and systems.

152

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

G. O&M Manuals:

1. The Commissioning authority must review the O&M manuals for all commissioned features and systems for completeness and applicability.

a. The O&M data shall be bound in labeled binders liberally divided with tabs to provide efficient access.

b. The manuals will include the following:

1) Name, address and telephone number of the manufacturer or vendor and installing contractor.

2) Submittal data.

3) Operations and maintenance instructions with the model and features for this site clearly marked.

a.) Data requirements include the following:

i.) Instructions for installation, maintenance, replacement, startup, special maintenance and replacement sources.

ii.) A parts list.

iii.) List of special tools.

iv.) Performance data.

v.) Warranty information.

b.) Documentation package on as-built controls including a nar- rative for normal operation, shutdown, unoccupied operation, seasonal changeover, manual operation, controls setup and programming, troubleshooting, alarms, control drawings and schematics, and final sequences of operation.

H. Commissioning Report:

1. A commissioning report must be presented to the County after all but seasonally-deferred functional testing is complete. The report must include a list of each commissioned feature or system, and the disposition of the commissioning agent regarding the feature or system's compliance with the contract documents.

2. Required components of the report include the following:

153

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

a. Meeting Design Intent

b. Meeting Specifications

c. Ensuring Proper Installation

d. Functional Performance and Efficiency

e. O&M Documentation

f. Operator Training

3. In addition, a written list of all outstanding commissioning issues and any testing that is scheduled for a later date, justified by seasonal conditions, must be included.

4. All outstanding environmentally responsive feature deficiencies must be corrected or listed in the commissioning report.

5. All completed functional tests should be listed in an appendix to the report.

1.3 SYSTEMS TYPICALLY COMMISSIONED

A. Site features that require commissioning include exterior lighting fixtures and systems.

B. Water commissioning includes irrigation systems, plumbing fixtures, and plumbing infrastructure.

C. Energy commissioning covers HVAC systems, lighting, energy generation equipment.

D. Commissioning activities that affect indoor environmental quality include temperature and humidity controls, ventilation systems, monitoring equipment, occupant controls, and day lighting systems.

END OF SECTION

154

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 02 41 13 – SELECTIVE STRUCTURE DEMOLITION PART 1 -GENERAL:

1.01 RELATED DOCUMENTS:

A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division-1 Specification sections, apply to work of this section.

B. Refer to Division 1 for Construction Waste Management and Disposal.

1.02 DESCRIPTION OF WORK:

A. Extent of selective demolition work is indicated on drawings.

B. Types of Selective Demolition Work: Demolition requires the selective removal and subsequent salvage or offsite disposal of the following:

1) Portions of building structure indicated on drawings and as required to accommodate new construction.

2) Removal of interior partitions as indicated on drawings. 3) Removal of doors and frames indicated "remove" or “demolish”. 4) Removal of built-in casework indicated "remove" or “demolish”.5) Removal of existing windows indicated "remove" or “demolish”.

6) Removal and protection of existing fixtures and equipment items indicated

"salvage".

7) Removal of fixtures, finishes, appliances, etc., indicated "remove" or

“demolish”.

C. Removal Work Specified Elsewhere:

A. Roofing see Section 07 51 00.

B. Cutting non-structural floors and walls for piping, ducts, and conduit is included with the work of the respective mechanical and electrical Divisions 21 through 28 specification sections.

C. Cutting holes in roof deck and complete installation of new rooftop equipment is specified in Division 23 sections.

D. Related Work Specified Elsewhere:

1) Remodeling construction work and patching is included within the respective sections of specifications, including removal of materials for re-use and incorporated into remodeling or new construction.

155

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2) Relocation of pipes, conduits, ducts, other mechanical and electrical work are specified in Divisions 21 through 28.

1.03 SUBMITTALS:

A. Schedule: Submit schedule indicating proposed methods and sequence of operations for selective demolition work to Owner's Representative for review prior to commencement of Selective Structure Demolition 02 41 13-1 work. Include coordination of shut-off, capping, and continuation of utility services as required, together with details for dust and noise control protection.

B. Provide detailed sequence of demolition and removal work to ensure uninterrupted progress of Owner's on-site operations.

C. Coordinate with Owner's continuing occupation of portions of existing building, with Owner's partial occupancy of completed new addition, and with Owner's reduced usage during summer months.

D. Coordinate submittal with Division 1 Construction Waste Management and Disposal for construction and demolition waste.

1.04 JOB CONDITIONS:

A. Occupancy: Owner will be continuously occupying areas of the building immediately adjacent to areas of selective demolition. Conduct selective demolition work in manner that will minimize need for disruption of Owner's normal operations. Provide minimum of 72 hours advance notice to Owner of demolition activities which will severely impact Owner's normal operations.

B. Condition of Structures: Owner assumes no responsibility for actual condition of items or structures to be demolished.

1) Owner will remove and salvage selected elements from the area of work prior to start of demolition or during progress of work. Elements so affected will be clearly marked/identified and are to be excluded from work.

2) Conditions existing at time of commencement of contract will be maintained by Owner insofar as practicable. However, variations within structure may occur by Owner's removal and salvage operations prior to start of selective demolition work.

C. Partial Demolition and Removal: Items indicated to be removed but of salvable value to Contractor may be removed from structure as work progresses. Transport salvaged items from site as they are removed.

1) Storage or sale of removed items on site will not be permitted.

156

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Protections: Provide temporary barricades and other forms of protection as required to protect Owner's personnel and general public from injury due to selective demolition work.

1) Provide protective measures as required to provide free and safe passage of Owner's personnel and general public to and from occupied portions of building.

2) Erect temporary covered passageways as required by authorities having jurisdiction.

3) Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of structure or element to be demolished, and adjacent facilities or work to remain.

4) Protect from damage existing finish work that is to remain in place and becomes exposed during demolition operations.

5) Protect floors with suitable coverings when necessary.

6) Construct temporary insulated solid dustproof partitions where required to separate areas where noisy or extensive dirt or dust operations are performed. Equip partitions with dustproof doors and security locks as required.

7) Provide temporary weather protection during interval between demolition and

removal of existing construction on exterior surfaces, and installation of new construction to insure that no water leakage or damage occurs to structure or interior areas of existing building.

8) Remove protections at completion of work.

E. Damages: Promptly repair damages caused to adjacent surfaces by demolition work at no cost to Owner. Restore damaged finishes to match adjacent undamaged work.

F. Traffic: Conduct selective demolition operations and debris removal in a manner to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities.

G. Explosives: Use of explosives will not be permitted.

H. Utility Services: Maintain existing utilities indicated to remain, keep in service, and protect against damage during demolition operations.

1) Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, acceptable to governing authorities.

I. Environmental Controls: Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection.

157

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1) Do not use water when it may create hazardous or objectionable conditions such as ice, flooding, and pollution.

PART 2 -PRODUCTS (Not Applicable).

PART 3 -EXECUTION

3.01 INSPECTION:

A. Prior to commencement of selective demolition work, inspect areas in which work will be performed. Photograph existing conditions to structure surfaces, equipment or to surrounding properties which could be misconstrued as damage resulting from selective demolition work; file with Owner's Representative prior to starting work.

B. Permits: Where applicable, Contractors shall give all notices to governmental agencies, obtain all required permits, arrange for agency inspections and pay all associated fees related to legally mandated environmental protection regulations.

3.02 PREPARATION:

A. Provide interior and exterior shoring, bracing, or support to prevent movement, settlement or collapse of structures to be demolished and adjacent facilities to remain.

B. Cease operations and notify the Owner's Representative immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. Selective Structure Demolition 02 41 13-3

C. Cover and protect furniture, equipment and fixtures to remain from soiling or damage when demolition work is performed in rooms or areas from which such items have not been removed.

D. Erect and maintain dust-proof partitions and closures as required to prevent spread of dust or fumes to occupied portions of the building.

E. Where selective demolition occurs immediately adjacent to occupied portions of the building, construct dust-proof partitions of minimum 4" studs, 5/8" drywall (joints taped) on occupied side, 1/2" fire-retardant plywood on demolition side, and fill partition cavity with sound-deadening insulation.

F. Provide weatherproof closures for exterior openings resulting from demolition work.

G. Locate, identify, stub off and disconnect utility services that are not indicated to remain.

H. Provide by-pass connections as necessary to maintain continuity of service to occupied areas of building. Provide minimum of 72 hours advance notice to Owner if shut-down of service is necessary during change-over.

158

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.03 DEMOLITION:

A. Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations.

B. For renovation work remove existing door hardware indicated to be replaced by new hardware as shown in the door and hardware schedules.

C. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain using power-driven masonry saw or hand tools; do not use power-driven impact tools.

D. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors or framing.

E. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction.

F. Demolish foundation walls to a depth as indicated but not less than 12" below existing ground surface. Demolish and remove below-grade wood or metal construction. Break up below-grade concrete slabs.

G. For interior slabs on grade, use removal methods that will not crack or structurally disturb adjacent slabs or partitions. Use power saw where possible.

H. Completely fill below-grade areas and voids resulting from demolition work. Provide fill consisting of approved fill material, gravel or sand, free of trash and debris, stones over 6" diameter, roots or other organic matter. See Division 31 for compaction requirements.

I. Remove existing door hardware for new door hardware designated on opening and hardware schedules.

J. If unanticipated mechanical, electrical or structural elements which conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Owner's Representative in written, accurate detail. Pending receipt of directive from Owner's Representative rearrange selective demolition schedule as necessary to continue overall job progress without delay.

K. Remove all unused or abandoned (E) electrical, mechanical and plumbing systems in entirety to source. Remove all conduits, conductors, boxes, etc. Patch, repair and paint to match adjacent surfaces.

L. Remove and dispose of demolished materials per specifications section Division 1-Construction Waste Management and Disposal.

159

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.04 SALVAGE MATERIALS:

A. Salvage Items: Where indicated on Drawings as "Salvage Deliver to Owner", carefully remove indicated items, clean, store, and turn over to Owner and obtain receipt.

B. Historic artifacts: including cornerstones and their contents, commemorative plaques and tablets, antiques, and other articles of historic significance remain the property of the Owner. Notify Owner's representative if such items are encountered and obtain acceptance regarding method of removal and salvage for Owner.

C. Carefully remove, clean, and deliver to Owner the following items:

3.05 DISPOSAL OF DEMOLISHED MATERIALS:

A. Remove debris, rubbish and other materials resulting from demolition operations from building site per Division 1 Construction Waste Management and Disposal.

B. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling and protection against exposure or environmental pollution.

C. Burning of removed materials is not permitted on project site.

3.06 CLEAN-UP AND REPAIR:

A. Upon completion of demolition work, remove tools, equipment and demolished materials from site. Remove protections and leave interior areas broom clean.

B. Repair all surfaces to match existing surfaces of doors and frames at removed hardware conditions left evident after new hardware installations.

C. Repair demolition performed in excess of that required. Return structures and surfaces to remain to condition existing prior to commencement of selective demolition work. Repair adjacent construction or surfaces soiled or damaged by selective demolition work. All grass and lawn areas altered or destroyed due to construction work shall be replaced with sod of similar grass type as existing adjacent grasses. Contractor shall ensure lawn is level and returned to its original condition to the satisfaction of the architect.

D. Repair all surfaces to match existing adjacent surfaces where existing system has been removed and left evident after new system installation, i.e. ducts, louvers, conduits, etc.

3.07 PROJECT CLOSE-OUT: (Not Applicable)

END OF SECTION

160

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 03 30 00 -CAST-IN-PLACE C ONCRETE

PART I – GENERAL

1.1 Description of Work

A. Work under this Section includes the furnishings and installing of all concrete work, complete, with all related accessories, items and incidentals required.

B. Coordinate installation of all inserts and embedded items required or indicated.

1.2 Applicable Standards (latest editions apply)

A. ACI-American Concrete Institute:

1. 301, Specifications for Structural Concrete for Buildings.

2. 305, Recommended Practice for Cold Weather Concreting.

3. 306, Recommended Practice for Hot Weather Concreting.

4. 318, Building Code Requirements for Reinforced Concrete.

B. ASTM-American Society of Testing and Materials, Referenced Standards.

C. ICC-International Code Council:

1. CBC -2010 California Building Code (California Code of Regulations, Title 24, Part 2)

1.3 Submittals

A. Mix Design and Tests:

1. Submit mix designs and compressive strength test reports from previous applications for specified types of concrete.

2. One copy of all test reports shall be forwarded to DSA, the Architect, the Structural Engineer, the Inspector of Record within fourteen days of the test. Test reports shall comply with all requirements of CCR Title 24, Part 1, Section 4-335.

3. The concrete mixes shall be based on designs of a professional testing laboratory, verified by test, also in accordance with CBC Section 1905A.3 or 1905A.4.

161

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

PART II – PRODUCTS

2.1 Materials

A. General: Materials for cast-in-place concrete shall be set as forth in ACI 301 except as modified herein and as otherwise indicated in project documents.

B. Portland Cement: ASTM C150 Type II modified, with maximum alkali content of 0.6 percent (from only one source). Comply with Title 24, Section 1903A. Test cement per Title 24, Section 1916A

C. Aggregates: ASTM C33, (from source as approved by the Testing Agency). Comply with Title 24, Section 1903A.3

D. Water: clean, potable, free of injurious materials.

E. Admixtures: Only brand products documented to have had not less than five years of satisfactory performance shall be used. Admixtures containing chlorides shall not be used. Comply with Title 24, Section 1904A and ACI-318, Section 3.6.

1. Air Entraining: ASTM C260

F. Grout: Manufactured pre-mixed. Non-ferrous, non-staining, flowable grout which will not shrink as it cures, 5000 psi @ 7 days.

G. Fly Ash: Shall conform to CBC Section 1903A.5

2.2 Concrete Mix

1. Ready-Mix Concrete: ASTM C94.

2.3 Proportion and Mixture

A. Proportioning mixtures and production of concrete shall be in accordance with CBC, Section 1905A.2 and shall be in accordance with mix designs submitted by Laboratory and approved by the Owner’s Testing Agency. All concrete shall have at least 5 sacks of cement per cubic yard of mix.

B. Concrete shall have 3% +/-1%, air entrainment when approved by Testing Agency.

C. Water reducing admixtures may be used in concrete when approved by Testing Agency. Such admixtures shall not interfere with or reduce required air content dosage of air-entrained concrete.

D. Use a minimum of 5 sacks of cement per cubic yard for all concrete.

162

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

E. Concrete Mix Requirements: The following table presents a schedule of elements of concrete, compressive strength in psi after 28-days when tested in accordance with ASTM C39, maximum aggregate and maximum slump, which shall be as follows:

PART III – EXECUTION

3.1 Inspection 2

A. Areas in which concrete is to be placed shall be inspected by Contractor for defects which would prohibit satisfactory placement of concrete or related miscellaneous items. Such defects shall be corrected prior to commencement of work.

B. Concrete shall not be deposited or placed until all forms, reinforcing steel and construction joints have been inspected by Owner’s Testing Agency and accepted in advance within the entire extent of the pour. Architect shall be notified 48 hours prior to first pour.

3.2 Field Quality Control

A. The Owner’s Testing Agency will:

1. Review concrete mix designs.

2. Perform testing in accordance with ACI 318 and CBC Sections: 1903A and 1905A and 1916A.

3. Continuously monitor concrete temperature and inspect concrete placement.

4. Test concrete to control slumps according to ATSM C31 and ASTM C172. 5. Test concrete for required compressive strength in accordance with CBC Section

1905A.6: a. Make and cure three specimen cylinders according to ATSM C31 for each 50

cubic yards per CBC 1905A.6.1, or fraction thereof, of each class poured at site each day.

b. Retain one cylinder for 7-day test and two for the 28-day test.

c. Number each cylinder 1A, 1B, 1C, 2A, 2B, 2C, etc; date each set; and keep accurate record of pour each set represents.

d. Transport specimen cylinders from job to laboratory after cylinders have cured for 24-hours on site. Cylinders shall be covered and kept at air

163

Concrete Element Strength Max. Size Aggregate (Inch)

Max. Slump (Inch)

All Concrete per drawings 1” per drawings

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

temperatures between 60 and 80 degrees Fahrenheit.

e. Test specimen cylinders at age 7-days and age 28-days for specified strength according to ASTM C39.

f. Base strength value on average of two cylinders taken for 28-day test.

B. The Contractor shall:

1. Submit ticket for each batch of concrete delivered to job site. Ticket shall bear the following information:

a. Design mix number.

b. Signature or initials of ready mix representative.

c. Comply with Title 24, CBC Section 1905A

3.3 Workmanship

A. All concrete shall be placed, finished and cured, and all other pertinent construction practices shall be in accordance with the Specifications for Structural Concrete for Buildings (ACI 301) hereby made a part of these specifications.

B. In addition to the requirements of ACI 301, the following shall prevail:

1. Concrete shall be placed so that a uniform appearance of surface will be obtained.

2. The concrete shall be free of all rock pockets, honeycombs and voids.

3. Concrete shall be deposited as nearly as practical in its final position.

4. The sub-grade shall be slightly moist when the concrete is placed for floor slabs to prevent excessive loss of water from the concrete mix.

5. Place concrete within 90 minutes of mixing.

C. Vibrators and Vibrating:

1. Employ as many vibrators and tampers as necessary to secure the desired results. Minimum: one per each 20 cubic yards of concrete placed per hour.

2. Eliminate the following applications: a. Pushing of concrete with vibrator.

b. External vibration of forms.

c. Allowing vibrator to vibrate against reinforcing steel where steel projects into

164

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

green concrete.

d. Allowing vibrator to vibrate contact faces of forms.

3. Vibrators shall function at a minimum frequency of 3600 cycles per minute when submerged in concrete.

4. Supplement vibration by forking and spading along the surfaces of the forms and between reinforcing whenever flow is restricted.

D. Curing:

1. General: Freshly deposited concrete shall be protected from premature drying and excessively hot or cold temperatures and shall be maintained with minimal moisture loss at a relatively constant temperature for the period of time necessary for the hydration of the cement and proper hardening of the concrete. Also comply with CBC Section 1905A.11.

2. Initial Curing: Initial curing shall immediately follow the finishing operation. Concrete shall be kept continuously moist at least overnight. One of the following materials or methods shall be used:

a. Ponding or continuous sprinkling.

b. Absorptive mat or fabric kept continuously wet.

3. Final Curing: Immediately following the initial curing and before the concrete has dried, additional curing shall be accomplished by one of the following materials or methods:

a. Continuing the method used in initial curing.

b. Slabs to receive finish flooring materials to be continuously wet cured for 7 days.

c. Waterproof paper conforming to “Specifications for Waterproof Paper for Curing Concrete” (ASTM C171).

d. Curing compounds conforming to “Specifications for Liquid Membrane-Forming Compounds for Curing Concrete” (ASTM C309). Such compounds shall be applied in accordance with the recommendations of the manufacturer and shall not be used on any surfaces against which additional concrete or other cementitious finishing materials (such as ceramic tile) are to be bonded, nor on surfaces on which such curing is prohibited by the project specifications.

e. Other moisture-retaining coverings as approved.

4. Duration of Curing: The final curing continue until the cumulative number of days or

165

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

fractions thereof, not necessarily consecutive, during which temperature of the air in contact with the concrete is above 50 degrees F., has totaled 7 days.

5. Formed Surfaces: Steel forms heated by the sun and all wood forms in contact with the concrete during the final curing period shall be kept wet. If forms are to be removed during the curing period, one of the above curing materials or methods shall be employed immediately. Such curing shall be continued for the remainder of the curing period.

E. Construction Joints

1. Joints not shown on the drawing shall be so made and located as to least impair the strength of the structural element and shall be approved by the Owner and Structural Engineer.

2. The surfaces of all concrete at all joints shall be thoroughly cleaned and all laitance removed by sandblasting.

3. Concrete surfaces at designated joints shall be roughened to ¼” relief with roto hammer or similar method.

4. Moisten all joints immediately prior to placement of

a. concrete.

F. Embedded Items:

1. All sleeves, inserts, anchors and embedded items required for adjoining work or for its support shall be placed prior to concreting. Embedded items shall be positioned accurately and supported against displacement. Voids in sleeves, inserts and anchor bolt slots shall be filled temporarily with a readily removable material to prevent entry of concrete into the voids.

G. Grouting Column Bases:

1. The grout shall be mixed and placed in strict accordance with manufacturer’s instructions.

2. Care shall be taken in the grouting to insure that there is full bearing between the base plates and the grout.

3.4 Defective Work: Work considered to be defective may be ordered to be replaced, in which case the Contractor shall remove the defective work at his expense. Work considered to be defective shall include, but not be limited to, the following:

A. Concrete in which defective or inadequate reinforcing steel has been placed.

B. Concrete incorrectly formed, or not conforming to details and dimensions on the drawings or with the intent of these documents, or concrete the surfaces of which are out

166

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

of plumb or level.

C. Concrete below specified strength.

D. Concrete containing wood, cloth or other foreign matter, rock pockets, voids, honeycombs, cracks or cold joints not scheduled or indicated on the drawings.

3.5 Correction of Defective Work

A. The Contractor shall, at his expense, make all such corrections as directed by the engineer.

B. Concrete work containing rock pockets, voids, honeycombs, cracks or cold joints not scheduled or indicated on the drawings shall be chipped out until all unconsolidated material is removed.

3.6 Slab Finish

A. Covered interior slabs shall receive a smooth, steel troweled finish. Tolerance shall be 1/8” in 10’-0”.

B. Slabs under ceramic tile shall receive a roughened finish.

C. Exposed interior & exterior slabs receive a broom finish as directed. Edges shall be smooth troweled. See drawings for specifics.

END OF SECTION

167

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 06 10 00 -ROUGH CARPENTRY

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Framing with dimension lumber. 2. Wood furring and grounds. 3. Plywood sheathing

B. Related Sections include the following: 1. Division 3 Section “Concrete Formwork” 2. Division 6 Section "Finish Carpentry" for nonstructural carpentry items exposed

to view and not specified in another Section.

1.3 DEFINITIONS

A. Rough Carpentry: Carpentry work not specified in other Sections and not exposed, unless otherwise indicated.

B. Exposed Framing: Dimension lumber not concealed by other construction.

C. Published specifications, standards, tests, or recommended methods of trade, industry, or governmental organizations apply to Work in this Section where cited by abbreviations noted below (latest editions apply):

1. APA – American Plywood Association 2. AF & PA – American Forest and Paper Association 3. ASTM – American Society of Testing and Materials 4. AWPA – American Wood Preservers Association 5. CBC – California Building Code (Title 24 2001 Edition) 6. PS – United States Product Standard 7. RIS -Redwood Inspection Service. 8. UL – Underwriters Laboratories, Inc. 9. WCLIB -West Coast Lumber Inspection Bureau.

168

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

10. WWPA -Western Wood Products Association.

SUBMITTALS

A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details.

1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used, net amount of preservative retained, and chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material.

2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials, both before and after exposure to elevated temperatures when tested according to ASTM D 5516 and ASTM D 5664.

3. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site.

4. Include copies of warranties from chemical treatment manufacturers for each type of treatment.

B. Research/Evaluation Reports: For the following, showing compliance with building code in effect for Project:

1. Preservative-treated wood. 2. Fire-retardant-treated wood. 3. Power-driven fasteners. 4. Powder-actuated fasteners. 5. Expansion anchors. 6. Metal framing anchors.

C. Submit full range of nails and fasteners for verification of compliance.

1.5 QUALITY ASSURANCE

A. Comply with Title 24, Part 2, State Chapter 23, 2007 C.B.C.

B. Lumber Standards: Furnish lumber manufactured to comply with PS 20 and with applicable rules of the respective grading and inspecting agencies for species and products indicated.

C. Plywood Product Standards: Comply with PS 1, or PS 1-95, for products not manufactured under PS 1 provisions, with applicable APA Performance Standard for type of panel indicated.

169

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Source Limitations for Fire-Retardant-Treated Wood: Obtain each type of fire-retardanttreated wood product through one source from a single producer.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Stack lumber, plywood, and other panels; place spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under temporary coverings including polyethylene and similar materials. Keep materials dry at all times. Protect against exposure to weather and contact with damp or wet surfaces. Protect against damage to edges, ends and surfaces.

1.7 JOB CONDITIONS

A. Coordination: Fit carpentry work to other work and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds and similar supports to allow proper attachment of other work.

B. Environmental Requirements: Maintain uniform moisture content of lumber at not more than 19 percent before, during and after installation.

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Metal Framing Anchors: a. Simpson Strong-Tie Company, Inc. b. KC Metals Products, Inc. c. Silver Metal Products, Inc.

2. Expansion Bolts: a. Ramset/Redhead “TruBolt b. Hilti Kwik – Bolt II

3. Powder Driven Fasteners: a. Hilti Fastening Systems b. Impex Tool Corporation

170

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.2 WOOD PRODUCTS, GENERAL

A. Lumber: DOC PS 20 “American Softwood Lumber Standard” and with applicable rules of lumber grading agencies certified by the American Lumber Standards Committee Board of Review.

1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade

stamp on end or back of each piece. 3. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20

for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber.

4. Provide dressed lumber, S4S, unless otherwise indicated. 5. Provide dry lumber with 19 percent maximum moisture content at time of

installation. In the event any wood members twist, warp or split as they dry, and no longer meet the requirements of the grading rules for the grade stamp on the piece, the out-ofgrade members shall be removed and replaced.

B. Wood Structural Panels:

1. Plywood: DOC PS 1. 2. Thickness: As needed to comply with requirements specified but not less than

thickness indicated. 3. Comply with "Code Plus" provisions in APA Form No. E30K, "APA

Design/Construction Guide: Residential & Commercial." 4. Factory mark each panel with APA grade and trade mark.

2.3 WOOD-PRESERVATIVE-TREATED MATERIALS

A. Preservative Treatment by Pressure Process: AWPA C2 (lumber) and AWPA C9 (plywood), except that lumber that is not in contact with the ground and is continuously protected from liquid water may be treated according to AWPA C31 with inorganic boron (SBX).

1. Preservative Chemicals: Acceptable to authorities having jurisdiction and one of the following:

a. Ammoniacal copper zinc arsenate (ACZA). (Sill Plates on concrete only.)

2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes.

B. Kiln-dry material after treatment to a maximum moisture content of 19 percent for lumber and 15 percent for plywood. Do not use material that is warped or does not comply with requirements for untreated material.

171

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Mark each treated item with the treatment quality mark of an inspection agency approved by the American Lumber Standards Committee Board of Review.

1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece.

D. Application: Treat items indicated on Drawings, and the following:

1. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete.

2. Wood framing members less than 18 inches above grade. 3. Wood floor plates that are installed over concrete slabs directly in contact with

earth. 4. All preservative treated lumber shall be retreated where cut, on site prior to

installation.

2.4 DIMENSION LUMBER

A. General: Provide dimension lumber of grades indicated according to the American Lumber Standards Committee National Grading Rule provisions of the grading agency indicated.

1. Lumber shall bear grade-trademark or be accompanied by certificate of compliance of appropriate grading agency.

B. Structural Light Framing: 2 inches to 4 inches thick, 2 inches to 6 inches wide.

1. No. 1 grade Douglas Fir, per WCLIB rules, paragraph 124 (b).

C. Structural Framing: 2 inches to 4 inches thick, 5 inches or wider. 1. No. 1 grade or better Douglas Fir, per WCLIB rules, paragraph 123 (b).

D. Sill Plates:Pressure treated Douglas Fir, No. 2 minimum.

E. Posts and Timber: 5 inches and thicker.

1. Select Structural Douglas Fir, per WCLIB rules, paragraph 131 (a) 2. Free of heart center.

F. Beams and Stringers: 5 inches and thicker, with more than 2 inches greater than thickness.

1. Select Structural Douglas Fir, per WCLIB rules, paragraph 130 (a).

172

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.5 MISCELLANEOUS LUMBER

A. General: Provide lumber for support or attachment of other construction, including cant strips, bucks, nailers, blocking, furring, grounds, stripping and similar members. Provide lumber of sizes indicated, worked into shapes shown, and as required.

1. Grade of lumber to be as for Structural Light Framing.

2.6 SHEATHING

A. General: Identify each plywood panel with appropriate APA trademark.

B. Concealed Performance-Rated Plywood: Where plywood panels will be used for the following concealed types of applications, provide APA Performance-Rated Panels complying with requirements indicated for grade designation, span rating, exposure durability classification, edge detail (where applicable) and thickness.

C. Plywood Wall Sheathing: Exposure 1, Structural I sheathing.

1. Span Rating: Not less than 32/16. 2. Thickness: Not less than 1/2 inch

2.7 FASTENERS

A. General: Provide fasteners of size and type indicated that comply with requirements specified in this Article for material and manufacture.

1. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M.

B. Nails, Brads, and Staples: ASTM F 1667, FS FF-N-105.

C. Power-Driven Fasteners: CABO NER-272.

D. Wood Screws: ASME B18.6.1.

E. Screws for Fastening to Cold-Formed Metal Framing: ASTM C 954, except with wafer heads and reamer wings, length as recommended by screw manufacturer for material being fastened.

F. Lag Bolts: ASME B18.2.1.

G. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. No upset threads allowed.

H. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to 6 times the load imposed

173

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

when installed in unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency.

1. Material (interior): Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5.

2. Material (exterior): Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2.

2.8 METAL FRAMING ANCHORS

A. General: Provide framing anchors made from metal indicated, of structural capacity, type, and size indicated, and as follows:

1. Research/Evaluation Reports: Provide products acceptable to authorities having jurisdiction and for which model code research/evaluation reports exist that show compliance of metal framing anchors, for application indicated, with building code in effect for Project.

2. Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis and demonstrated by comprehensive testing performed by a qualified independent testing agency.

B. Galvanized Steel Sheet: Hot-dip, zinc-coated steel sheet complying with ASTM A 653/A 653M, G60 coating (G185 for contact with pressure treated lumber) designation and with ASTM A446, Grade A (structural quality); as standard with manufacturer for type of anchor indicated.

1. Connectors shall be minimum of 16 gauge, 1/8 inch where welded, and punched for nails.

2. Nails and nailing shall conform to the manufacturer’s instructions, with a nail provided for each punched hole. Use maximum size nail listed by manufacturer.

2.9 MISCELLANEOUS MATERIALS

A. Building Paper: Asphalt-saturated organic felt complying with ASTM D 226, Type I (No. 15 asphalt felt), unperforated.

B. Adhesives for Field Gluing Panels to Framing: Formulation complying with APA AFG-01 that is approved for use with type of construction panel indicated by both adhesive and panel manufacturers.

C. Water-Repellent Preservative at Exposed Ends of Posts and Beams: NWWDA-tested and accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient.

174

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Window, Door Flashing: 6 inch wide flashing conforming to FS UU-B-790A, Type I, Style 4, Grade B. Flashing shall be installed in accordance with manufacturer’s printed instructions and conform to requirements of CCR Title 24, Section 1707(b).

PART 3 -EXECUTION

3.1 INSTALLATION, GENERAL

A. Framing shall comply with State Chapter 23A, 2007 C.B.C.

B. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction.

C. Do not use materials with defects that impair quality of rough carpentry or pieces that are too small to use with minimum number of joints or optimum joint arrangement.

D. Apply field treatment complying with AWPA M4 to cut surfaces of preservative-treated lumber and plywood.

E. Install framing members of size and spacing indicated. Anchor and nail as shown. Comply with Table No.23A-II-I-1, 23A-II-H – “Recommended Nailing Schedule” of C.C.R. Title 24, Part 2, State Chapter 23. Do not splice structural members between supports.

F. Fire blocks and draft stops shall be provided as required by 2007 C.B.C., Chapter 7.

G. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; predrill as required.

H. Refer to drawings for other types of fasteners.

3.2 WOOD GROUND, SLEEPER, BLOCKING, AND NAILER INSTALLATION

A. Install where indicated and where required for screeding or attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved.

B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated. Build anchor bolts into masonry during installation of masonry work. Where possible, secure anchor bolts to formwork before concrete placement.

175

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Provide permanent grounds of dressed, pressure-preservative-treated, key-beveled lumber not less than 1-1/2 inches wide and of thickness required to bring face of ground to exact thickness of finish material. Remove temporary grounds when no longer required.

3.3 WOOD FURRING INSTALLATION

A. Install level and plumb with closure strips at edges and openings. Shim with wood as required for tolerance of finish work.

1. Fire block furred spaces of walls, at each floor level and at ceiling, with wood blocking or noncombustible materials accurately fitted to close furred spaces.

B. Suspended Furring: Provide size and spacing shown, including hangers and attachment devices. Level to a tolerance of 1/8 inch in ten feet.

3.4 WOOD FRAMING INSTALLATION, GENERAL

A. The following paragraphs are applicable unless conditions are detailed otherwise on the structural drawings.

B. Framing shall comply with State Chapter 23A, 2010 C.B.C.

C. Install framing members of size and spacing indicated. Anchor and nail as shown. Comply with Table No.23A-II-I-1, 23A-II-H – “Recommended Nailing Schedule” of C.C.R. Title 24, Part 2, State Chapter 23.

D. Do not splice structural members between supports.

E. Fire blocks and draft stops shall be provided as required by 2010 C.B.C., Chapter 7.

3.5 WALL AND PARTITION FRAMING INSTALLATION

A. General: Arrange studs so wide face of stud is perpendicular to direction of wall or partition and narrow face is parallel. Provide single bottom plate and double top plates using members of 2-inch nominal thickness whose widths equal that of studs. Anchor or nail plates to supporting construction, unless otherwise indicated.

1. For walls, provide 2-by-6-inch nominal size wood studs, unless otherwise shown, spaced at 16 inches o.c., unless otherwise indicated.

B. Construct corners and intersections with three or more studs. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim.

1. Provide continuous horizontal blocking at midheight of partitions more than 120 inches high, using members of 2-inch nominal thickness and of same

176

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

width as wall or partitions. C. CFire block concealed spaces of wood-framed walls and partitions at each floor level and

at ceiling line of top story. Where fire blocking is not inherent in framing system used, provide closely fitted wood blocks of 2-inch nominal-thick lumber of same width as framing members.

D. Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Set headers on edge and support on jamb studs.

E. Provide shear plywood where shown in walls, at locations indicated

3.6 FLOOR JOIST FRAMING INSTALLATION

A. General: Install floor joists with crown edge up and support ends of each member with not less than 1-1/2 inches of bearing on wood or metal, or 3 inches on masonry. Attach floor joists as follows:

1. Where supported on wood members, by toe nailing or by using metal framing anchors. 2. Where framed into wood supporting members, by using wood ledgers as indicated or, if not indicated, by using metal joist hangers.

B. Frame openings with headers and trimmers supported by metal joist hangers; double headers and trimmers where span of header exceeds 48 inches.

C. Notches and bored holes in joists and beams shall be limited as specifically shown on the drawings.

D. Provide solid blocking of 2-inch nominal thickness by depth of joist at ends of joists unless nailed to header or band.

E. Lap members framing from opposite sides of beams, girders, or partitions not less than 4 inches or securely tie opposing members together or as indicated on drawings. Provide solid blocking of 2-inch nominal thickness by depth of joist over supports.

F. Provide solid blocking between joists under jamb studs for openings.

1. Provide triple joists separated as above, under partitions receiving ceramic tile and similar heavy finishes or fixtures.

G. Provide bridging of type indicated below where nominal depth-to-thickness ratio exceeds 4, at intervals of 96 inches o.c., between joists.

1. Diagonal wood bridging formed from bevel-cut, 2-by-3-inch nominal-size lumber, double-crossed and nailed at both ends to joists. Comply with Section 2306A.10, Title 24, Part 2, C.C.R. The lower ends of such cross-bridging shall be driven up and nailed after the floor, subfloor or roof has been nailed.

177

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.7 CEILING JOIST AND RAFTER FRAMING INSTALLATION

A. Ceiling Joists and Rafters: Install ceiling joists and rafters with crown edge up and complying with requirements specified above for floor joists.

B. Install as indicated on the drawings.

C. Provide special framing as indicated for eaves, overhangs, dormers, and similar conditions, if any.

3.8 WOOD STRUCTURAL PANEL INSTALLATION

A. General: Comply with Table 23A-I-J-1, 2010 C.B.C.

3.9 MACHINE APPLIED NAILING

A. The following machine applied nailing is accepted subject to the following applications, locations of use, conditions and continued satisfactory performance. All nail shank, head diameter and length shall be the same dimensions as for a common nail of it’s comparable size. Short nails may be used if the minimum penetration is maintained.

1. Applications: Application and location of use: plywood shear walls or roof and floor sheathing.

2. Manufacturer’s: a. Halstead Enterprises, Inc. (ICBO Report No. 4296) b. Air Nail Co. (ICBO Report 3540P)

3. Minimum Penetration into Studs, Joists or Rafters: a. 8D Common -1-1/2 inch b. 10d Common -1-5/8 inch c. 16d Common -1-3/4 inch

4. Conditions: a. A satisfactory jobsite demonstration is required for approval by the Project

Architect or Structural Engineer and the DSA Field Engineer. The approval is subject to continued satisfactory performance. If nail heads penetrate the outer surface more than would be normal for a hand hammer, or if minimum allowable edge distances are not maintained, the performance will be deemed unsatisfactory.

b. Nails shall be full headed common wire nails with spacing as shown on the Structural Drawings.

c. Minimum edge distance of nail from the edge of plywood and framing shall be 3/8 inch for 2x framing. For 3x and thicker framing, distances shall be measured at the surface between the plywood and backing. The plywood joint shall be centered over a single member.

d. Only ½ inch or greater thickness of plywood, may be machine nailed. e. Slanting of nails to direct the nail toward the center line of the framing

178

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

may be done but slope should not be more than 1 in 6 from a line at right angles to the surface of the plywood.

f. Overdriving of nails such that the heads cut the outer veneer is not allowed. Re-nailing may not be accepted as a remedy.

g. Underdriven nails are required to be driven with a hand held hammer so that the head of the nail is flush with the top surface of the plywood.

h. Machine nailing shall be used only where the back side can be inspected for shiners”.

i. “Shiners” or nails which do not penetrate fully into framing or blocking shall be removed and replaced. All remedial nailing shall be done by hand.

j. If any framing members, blocking or joists, receiving the points of the nails, are damaged (split, nail holes too close, etc.), they shall be removed and replaced.

k. Toe and end gun nailing are not permitted.

3.10 FIRE AND DRAFT STOPS

A. Fire Stops, Where Required: Firestopping shall be provided in the following locations:

1. In concealed spaces of stud walls and partitions, including furred spaces, at the ceiling and floor levels, and 10 foot intervals both vertical and horizontal.

2. At all interconnections between concealed vertical and horizontal spaces such as occurs at soffits, drop ceilings and cove ceilings.

3. In concealed spaces between stair stringers at top and bottom of run and between studs along and in line with run of stairs if walls under the stairs are unfinished.

4. In openings around vents, pipes, ducts, chimneys, fireplaces and similar openings which afford a passage for fire at ceiling and floor levels, with noncombustible materials.

B. Fire Stop Construction: Except as provided in item D above, fire-stopping shall consist of 2 inches nominal lumber or two thicknesses of 1 inch nominal lumber with broken lap joints or one thickness of 23/32 inch plywood with joints backed by 23/32 inch plywood.

1. Fire stops may also be gypsum board, mineral wool or other approved materials, securely fastened in place.

2. Walls having parallel or staggered studs for sound transmission control shall have fire stops of mineral wool or other approved non-rigid material.

C. Draft Stops Where Required: Draft stopping shall be provided in the following locations:

1. Draft Stops shall be installed inn the floor-ceiling assemblies of buildings or portions of buildings so that the area of the concealed space does not exceed 1,000 square feet and so that the horizontal dimension between stops does not exceed 60 feet.

2. Draft stops shall be installed in attics, mansards, overhangs, false fronts set out from walls and similar concealed spaces so that the area between draft stops does

179

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

not exceed 3,000 square feet and the greatest horizontal dimension does not exceed 60 feet.

D. Draft Stop Construction: Draft stopping shall be not less than ½ inch gypsum board, 3/8 inch plywood or other approved materials adequately supported.

1. Openings in the draft stop partitions shall be protected by self-closing doors with automatic latches constructed as required for partitions.

3.11 VENTILATION:

A. 1 square foot per 150 square feet of attic area or rafter area above insulation if no eave vents are provided and insulation is not graphically shown attached to the roof sheathing sides. And 1 square foot per 300 square feet if at least 50 percent of required area is provided at eave line.

3.12 WINDOW AND DOOR FLASHING

A. Apply flashing material horizontally with 2 inch over-lap and 6 inch end lap; fasten to sheathing with corrosion resistant staples.

3.13 BUILDING PAPER APPLICATION

A. Apply building paper horizontally with 2-inch overlap and 6-inch end lap; fasten to sheathing with corrosion resistant staples or roofing nails. Cover upstanding flashing with 4-inch overlap.

3.14 DEBRIS REMOVAL

A. Remove all wood, including form lumber, chips, shavings and sawdust in or on ground and from any area under floor if applicable. No wood shall be buried in any fill.

END OF SECTION

180

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 08 11 13. 16 -CUSTOM HOLLOW METAL DOORS AND FRAMES

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Custom hollow-metal steel doors. 2. Custom hollow-metal steel door frames.

B. Related Sections include the following: 1. Division 8 Sections for door hardware for custom steel doors. 2. Division 9 painting Sections for field painting custom steel doors and frames.

1.3 DEFINITIONS

A. Minimum Thickness: Minimum thickness of base metal without coatings.

1.4 SUBMITTALS

A. Product Data: Include construction details, material descriptions, core descriptions, label compliance, fire-resistance rating, and finishes for each type of custom steel door and frame specified.

B. Shop Drawings: In addition to requirements below, provide a schedule of custom steel doors and frames using same reference numbers for details and openings as those on Drawings:

1. Elevations of each door design. 2. Details of doors, including vertical and horizontal edge details. 3. Frame details for each frame type, including dimensioned profiles. 4. Details and locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of anchorages, accessories, joints, and connections. 7. Details of glazing frames and stops showing glazing.

181

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

8. Details of conduit and preparations for electrified door hardware and controls. 9. Indicate coordination of glazing frames and stops with glass and glazing

requirements.

C. Coordination Drawings: Drawings of each opening, including door and frame, drawn to scale and coordinating door hardware. Show elevations of each door design type, showing dimensions, locations of door hardware, and preparations for power, signal, and (electrified and/or pneumatic control systems when indicated).

D. Qualification Data: For Installer and testing agency.

E. Product Test Reports: Based on evaluation of comprehensive fire tests performed by a qualified testing agency, for each type of custom steel door and frame.

1.5 QUALITY ASSURANCE

A. Provide doors and frames complying with Hollow Metal Manufacturer’s Association “Guide Specifications for Commercial Hollow Metal Doors and Frames” HMMA 861-00 and as herein specified.

B. Installer Qualifications: An employer of workers trained and approved by manufacturer.

C. Testing Agency Qualifications: An independent agency qualified according to ASTM E 329 for testing indicated, as documented according to ASTM E 548.

D. Source Limitations: Obtain custom steel doors and frames through one source from a single manufacturer.

E. Fire-Rated Door and Frame Assemblies: Where fire-rated door assemblies are indicated or required, provide fire-rated door and frame assemblies that comply with HMMA 850-00 and 2001 C.B.C., UBC Standard 7-2, and have been tested, listed and labeled in accordance with U.B.C. Standard 7-2. “Fire Tests of Door Assemblies” by a nationally recognized independent testing and inspection agency acceptable to authorities having jurisdiction.

1. Test Pressure: Test according to UBC Standard 7-2. After 5 minutes into the test, the neutral pressure level in furnace shall be established at 40 inches or less above the sill.

F. Fire-Rated, Borrowed-Light Frame Assemblies: Assemblies complying with NFPA 80 that are listed and labeled, by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing according to UBC Standard 7-4. Label each individual glazed lite.

G. Smoke-Control Door Assemblies: Comply with UBC Standard 7-2.

182

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

H. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination."

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver doors and frames palletized, wrapped, or crated to provide protection during transit and Project-site storage. Do not use nonvented plastic.

1. Provide additional protection to prevent damage to finish of factory-finished doors and frames.

B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions.

C. Store doors and frames under cover at Project site. Place units in a vertical position with heads up, spaced by blocking, on minimum 4-inch-high, wood blocking. Avoid using nonvented plastic or canvas shelters that could create a humidity chamber.

1. If wrappers on doors become wet, remove cartons immediately. Provide minimum 1/4-inch space between each stacked door to permit air circulation.

1.7 PROJECT CONDITIONS

A. Field Measurements: Verify openings by field measurements before fabrication and indicate measurements on Shop Drawings.

1.8 COORDINATION

A. Coordinate installation of anchorages for custom steel frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation.

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Stiles Custom Metal. 2. Security Metal Products Corp. 3. Steelcraft; an Ingersoll-Rand Company. 4. Titan Metal Products, Inc.

183

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.2 MATERIALS

A. Cold-Rolled Steel Sheet: ASTM A 366 and ASTM A 568, Commercial quality carbon steel.

B. Galvanized Steel Sheet: ASTM A 526, Commercial quality carbon steel with ASTM A 525, G60 zinc (galvanized) or A60 zinc-iron-alloy (galvannealed) coating designation.

C. Supports and Anchors: Fabricate from not less than 18 gage galvanized sheet steel.

D. Inserts, Bolts, and Fasteners: Provide items to be built into exterior walls, hot-dip galvanized according to ASTM A 153/A 153M, Class C or D as applicable.

E. Grout: Comply with Division 4 Section "Unit Masonry Assemblies."

F. Mineral-Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool with 6-to 12-lb/cu. ft. density; with maximum flame-spread and smoke-developed indexes of 25 and 50 respectively; passing ASTM E 136 for combustion characteristics.

G. Glazing: Comply with requirements in Division 8 Section "Glazing."

H. Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for 15-mil dry film thickness per coat. Provide inert-type noncorrosive compound free of asbestos fibers, sulfur components, and other deleterious impurities.

I. Primer: Rust inhibitive enamel or paint, either air-drying or baking, suitable as a base for specified finish paints.

CUSTOM STEEL DOORS

A. General: Provide doors of design indicated, not less than 1-3/4 inches thick, of seamless hollow construction, unless otherwise indicated. Construct doors with smooth surfaces without visible joints or seams on exposed faces.

1. Design: Flush panel or as indicated.

B. Exterior Door Face Sheets: Fabricated from minimum 0.059-inch thick, metallic-coated steel sheet.

C. Interior Door Face Sheets: Fabricated from minimum 0.042-inch thick, cold-rolled steel sheet, unless otherwise indicated to comply with exterior door face sheet requirements.

D. Core Construction: Fabricate doors with core indicated. Provide thermal-resistance-rated cores for exterior doors and interior doors where indicated.

184

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Laminated Steel-Stiffened Core: 0.026-inch-thick, steel vertical stiffeners extending full-door height, with vertical webs spaced not more than 6 inches apart, fastened to face sheets with waterproof adhesive. Spaces filled between stiffeners with glass-or mineral-fiber insulation.

2. Fire-Rated Door Core: As required to provide fire-protection and temperature-rise ratings indicated.

E. Top and Bottom Channels: Minimum 0.059-inch-thick, steel channel spot welded, not more than 6 inches o.c., to face sheets.

1 Tops and bottoms of doors reinforced with inverted horizontal channels, continuous across full width of door, of same material as face sheets so flanges of channels are even with bottom and top edges of face sheets.

2 Top and bottom edges of exterior doors closed with closing channels of same material and thickness as face sheets; welded so webs of channels are flush with door edges.

F. Hardware Reinforcement: Fabricate reinforcement plates from same material as door face sheets to comply with the following minimum sizes:

1. Hinges and Pivots: Minimum 0.194 inch thick by 1-1/2 inches wide by 6 inches longer than hinge, secured by not less than 6 spot welds.

a. Lock Face, Flush Bolts, and Concealed Holders: Minimum 0.093 inch thick.

b. Closers: Minimum 0.104 inch thick. c. All Other Surface-Mounted Hardware: Minimum 0.067 inch thick.

G. Hardware Enclosures: Provide enclosures and junction boxes within doors for electrically operated door hardware, interconnected with UL-approved, 1/2-inch-diameter conduit and connectors.

1. Hold-Open Arms where indicated for installation of wiring, provide access plates to junction boxes, fabricated from same material and thickness as face sheet and fastened with at least 4 security fasteners spaced not more than 6 inches o.c.

CUSTOM STEEL FRAMES

A. General: Fabricate frames of construction indicated, with faces of corners mitered and contact edges closed tight. Comply with HMMA 820-87

1. Frames for Doors: Welded (Knock down frames will not be accepted.) 2. Sidelight, Transom and Borrowed-Light Frames: Welded. 3. Door Frames for Openings 48 Inches Wide or Less: Fabricated from 0.059-inch-

thick steel sheet. 4. Door Frames for Openings More Than 48 Inches Wide: Fabricated from 0.067-

185

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

inchthick steel sheet. 5. Sidelight and Transom Frames: Fabricated from same material as adjacent door

frame. 6. Borrowed-Light Frames: Fabricated from 0.059-inch-thick steel sheet. 7. Mullions: Fabricated from 0.074-inch-thick steel sheet.

B. Exterior Frames: Formed from metallic-coated steel sheet.

C. Interior Frames: Formed from cold-rolled steel sheet, unless otherwise indicated to comply with exterior frame requirements.

D. Hardware Reinforcement: Fabricate reinforcement plates from same material as frames to comply with the following minimum sizes:

1. Hinges and Pivots: Minimum 0.194 inch thick by 1-1/4 inches wide by 10 inches long, secured by not less than 6 spot welds.

2. Strikes , Flush Bolts: Minimum 0.093 inch thick. 3. Closers and Hold-Open Arms: Minimum 0.104 inch thick. 4. Surface-Mounted Hardware: Minimum 0.093 inch thick.

E. Head Reinforcement: Minimum 0.093-inch-thick, steel channel or angle stiffener.

F. Jamb Anchors:

1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size, not less than 0.053 inch thick, with corrugated or perforated straps not less than 2 inches wide by 10 inches long; or wire anchors not less than 0.156 inch thick.

2. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch thick.

3. Postinstalled Expansion Type for In-Place Concrete or Masonry: Minimum 3/8-inchdiameter bolts with expansion shields or inserts. Provide pipe spacer from frame to wall, with throat reinforcement plate, welded to frame at each anchor location.

G. Floor Anchors: Formed from same material as frames, not less than 0.067 inch thick, and as follows:

1. Monolithic Concrete Slabs: Clip-type anchors, with two holes to receive fasteners. 2. Separate Topping Concrete Slabs: Adjustable-type anchors with extension clips,

allowing not less than 2-inch height adjustment. Terminate bottom of frames at finish floor surface.

2.5 STOPS AND MOLDINGS

A. Moldings for Glazed Lites in Doors: Minimum 0.032 inch thick, fabricated from same material as door face sheet in which they are installed.

186

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Fixed Frame Moldings: Formed integral with custom steel frames, minimum 5/8 inch high, unless otherwise indicated.

C. Loose Stops for Glazed Lites and Solid Panels in Frames: Minimum 0.032 inch thick, fabricated from same material as frames in which they are installed.

2.6 FABRICATION

A. General: Fabricate custom steel doors and frames to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment.

B. Custom Steel Doors: Comply with ANSI A250.4, Level A.

1. Exterior Doors: Provide weep-hole openings in bottom of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration.

2. Glazed Lites: Factory cut openings in doors. 3. Visible joints or seams around glazed lite inserts are permitted. 4. Single-Acting Doors: Bevel both vertical edges 1/8 inch in 2 inches. 5. Double-Acting Doors: Round vertical edges with 2-1/8-inch radius. 6. Edges: Door face sheets joined at vertical edges by continuous weld extending

full height of door; with edges ground and polished, providing smooth, flush surfaces with no visible seams.

C. Custom Steel Frames: Mitered and fully continuously welded corners; grind, fill, dress, and make smooth, flush, and invisible. Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames.

1. Mullion, Sidelight and Transom Bar Frames: Provide closed tubular members with no visible face seams or joints. Fasten members at crossings and to jambs by butt welding according to joint designs in HMMA 820. a. Provide false head member to receive lower ceiling where frames extend to

finish ceilings of different heights.

2. Provide countersunk, flat-or oval-head exposed screws and bolts for exposed fasteners, unless otherwise indicated.

3. Plaster Guards: Weld guards to frame at back of hardware mortises in frames installed in concrete or masonry.

4. Where installed in masonry, leave vertical mullions in frames open at top for grouting.

5. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor.

6. Jamb Anchors: Provide number and spacing of anchors as follows: 187

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

a. Stud-Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows:

1. Three anchors per jamb up to 60 inches in height.2. Four anchors per jamb from 60 to 90 inches in height. 3. Five anchors per jamb from 90 to 96 inches in height. 4. Five anchors per jamb plus 1 additional anchor per jamb for each 24

inches or fraction thereof more than 96 inches in height. 5. Two anchors per head for frames more than 42 inches wide and

mounted in metal-stud partitions. b. Compression Type: Not less than two anchors in each jamb. c. Postinstalled Expansion Type: Locate anchors not more than 6 inches from

top and bottom of frame. Space anchors not more than 26 inches o.c. d. Head Reinforcement: For frames more than 48 inches wide, provide

continuous head reinforcement for full width of opening, welded to back of frame at head.

e. Door Silencers: Except on weather-stripped doors, drill stops to receive door silencers as follows. Provide plastic plugs to keep holes clear during construction.

1. Single-Door Frames: Drill stop in strike jamb to receive three door silencers.

2. Double-Door Frames: Drill stop in head jamb to receive two door silencers.

D. Hardware Preparation: Factory prepare custom steel doors and frames to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping, according to the Door Hardware Schedule and templates furnished as specified in Division 8 Section "Door Hardware."

1. Reinforce doors and frames to receive nontemplated mortised and surface-mounted door hardware.

2. Locate door hardware as indicated, or if not indicated, according to HMMA 831, "Recommended Hardware Locations for Custom Hollow Metal Doors and Frames" and the ADA.

E. Stops and Moldings: Provide stops and moldings around glazed lites and solid panels where indicated. Form corners of stops and moldings with butted or mitered hairline joints.

1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of door or frame.

2. Multiple Glazed Lites: Provide fixed and removable stops and moldings such that each lite is capable of being removed independently.

188

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. Coordinate rabbet width between fixed and removable stops with type of glazing or panel and type of installation indicated.

2.7 STEEL FINISHES

A. Metallic-Coated Steel Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free of oil and other contaminants. After cleaning, apply a conversion coating suited to the organic coating to be applied over it. Clean welds, mechanical connections, and abraded areas, and apply galvanizing repair paint specified below to comply with ASTM A 780.

1. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 20.

B. Steel Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning"; remove dirt, oil, grease, or other contaminants that could impair paint bond. Remove mill scale and rust, if present, from uncoated steel; comply with SSPC-SP 3, "Power Tool Cleaning," or SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning."

C. Factory Priming for Field-Painted Finish: Apply shop primer specified below immediately after surface preparation and pretreatment. Apply a smooth coat of even consistency to provide a uniform dry film thickness of not less than 0.7 mils.

1. Shop Primer: Manufacturer's standard, fast-curing, lead-and chromate-free primer complying with ANSI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; compatible with substrate and field-applied finish paint system indicated; and providing a sound foundation for field-applied topcoats despite prolonged exposure.

D. Factory-Applied Paint Finish (where indicated): Manufacturer's standard, complying with ANSI A250.3 for performance and acceptance criteria.

1. Color and Gloss: Match Architect's sample.

PART 3 -EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of custom steel doors and frames.

1. Examine roughing-in for embedded and built-in anchors to verify actual locations of custom steel frame connections before frame installation.

2. For the record, prepare written report to Architect, endorsed by Installer, listing

189

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

conditions detrimental to performance of work. 3. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Remove welded-in shipping spreaders installed at factory.

B. Prior to installation and with installation spreaders in place, adjust and securely brace custom steel door frames for squareness, alignment, twist, and plumb to the following tolerances:

1. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head.

2. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall.

3. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall.

4. Plumbness: Plus or minus 1/16 inch, measured at jambs on a perpendicular line from head to floor.

C. Drill and tap doors and frames to receive nontemplated mortised and surface-mounted door hardware.

3.3 INSTALLATION

A. General: Provide doors of sizes, thicknesses, and designs indicated. Install custom steel doors and frames plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions.

B. Custom Steel Frames: Install custom steel frames for doors, sidelights, transoms, borrowed lights and other openings, of size and profile indicated.

1. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged.

a. At fire-protection-rated openings, install frames according to NFPA 80. b. Where frames are fabricated in sections due to shipping or handling

limitations, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces.

c. Install frames with removable glazing stops located on secure side of opening.

d. Install door silencers in frames before grouting. e. Remove temporary braces necessary for installation only after frames have

been properly set and secured.

190

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

f. Check plumb, squareness, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances.

g. Apply bituminous coating to backs of frames that are filled with mortar, grout, and plaster containing antifreezing agents.

2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor and secure with postinstalled expansion anchors.

3. Metal-Stud Partitions: Solidly pack mineral-fiber insulation behind frames. 4. Masonry Walls: Coordinate installation of frames to allow for solidly filling space

between frames and masonry with mortar as specified in Division 4 Section "Unit Masonry Assemblies."

5. Concrete Walls: Solidly fill space between frames and concrete with grout. Install grout in lifts and take precautions, including bracing frames, to ensure that frames are not deformed or damaged by grout forces.

6. In-Place Concrete or Masonry Construction: Secure frames in place with postinstalled expansion anchors. Countersink anchors, and fill and make smooth, flush, and invisible on exposed faces.

7. Ceiling Struts: Extend struts vertically from top of frame at each jamb to supporting construction above, unless frame is anchored to masonry or to other structural support at each jamb. Bend top of struts to provide flush contact for securing to supporting construction above. Provide adjustable wedged or bolted anchorage to frame jamb members.

8. Installation Tolerances: Adjust custom steel door frames for squareness, alignment, twist, and plumb to the following tolerances:

a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head.

b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall.

c. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall.

d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor.

C. Custom Steel Doors: Fit hollow-metal doors accurately in frames, within clearances indicated below. Shim as necessary.

1. Non-Fire-Rated Doors:

a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold):

Maximum 3/4 inch.

2. Fire-Rated Doors: Install doors with clearances according to NFPA 80. 3. Smoke-Control Doors: Install doors according to UBC Standard 7-2.

191

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Glazing: Comply with installation requirements in Division 8 Section "Glazing" and with custom steel door and frame manufacturer's written instructions.

1. Secure stops with countersunk flat-or oval-head machine screws spaced uniformly not more than 9 inches o.c., and not more than 2 inches o.c. from each corner.

3.4 ADJUSTING AND CLEANING

A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work including custom steel doors or frames that are warped, bowed, or otherwise unacceptable.

B. Clean grout and other bonding material off custom steel doors and frames immediately after installation.

C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying primer.

END OF SECTION

192

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 08 51 13 -ALUMINUM WINDOWS

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following types of aluminum-framed windows:

1. Awning windows. 2. Fixed windows.

B. Related Sections include the following: 1. Division 8 Section "Glazing" for glazing requirements for aluminum

windows, including those specified to be factory glazed.

1.3 DEFINITIONS

A. AW: Architectural.

B. C: Commercial.

C. HC: Heavy Commercial.

D. Performance grade number, included as part of the AAMA/NWWDA product designation code, is actual design pressure in pounds force per square foot used to determine structural test pressure and water test pressure.

E. Structural test pressure, for uniform load structural test, is equivalent to 150 percent of design pressure.

F. Minimum test size is smallest size permitted for performance class (gateway test size). Products must be tested at minimum test size or at a size larger than minimum test size to comply with requirements for performance class.

1.4 PERFORMANCE REQUIREMENTS

A. General: Provide aluminum windows capable of complying with performance 193

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

requirements indicated, based on testing manufacturer's windows that are representative of those specified and that are of test size indicated below:

1. Size: As indicated on Drawings.

2. AAMA/NWWDA Performance Requirements: Provide aluminum windows of the performance class and grade indicated that comply with AAMA/NWWDA 101/I.S.2.

1. Performance Class: HC/AW 50 (minimum for all windows) 2. Performance Grade: Minimum for performance class indicated. 3. Exception to AAMA/NWWDA 101/I.S.2: In addition to requirements for

performance class and performance grade, design glass framing system to limit lateral deflections of glass edges to less than 1/175 of glass-edge length or 3/4 inch, whichever is less, at design pressure based on the following: a. Testing performed according to AAMA/NWWDA 101/I.S.2, Uniform Load

Deflection Test. 4. Deflection: Design glass framing system to limit lateral deflections of glass edges

to less than 1/175 of glass-edge length or 3/4 inch, whichever is less, at design pressure based on structural computations.

5. Basic Wind Speed: As indicated in miles per hour at 33 feet above grade. Determine wind loads and resulting design pressures applicable to Project according to the following, based on mean roof heights above grade as indicated on Drawings:

6. Design Pressure: 25 lbf/sq. ft.

3. Air Infiltration: Maximum rate not more than indicated when tested according to AAMA/NWWDA 101/I.S.2, Air Infiltration Test.

1. Maximum Rate: 0.3 cfm/sq. ft. of area at an inward test pressure of 1.57 lbf/sq. ft..

4. Water Resistance: No water leakage as defined in AAMA/NWWDA referenced test methods at a water test pressure equaling that indicated, when tested according to AAMA/NWWDA 101/I.S.2, Water Resistance Test.

1. Test Pressure: 15 percent of positive design pressure, but not less than 2.86 lbf/sq. ft. or more than 12 lbf/sq. ft..

5. Thermal Movements: Provide aluminum windows, including anchorage, that accommodate thermal movements of units resulting from the following maximum change (range) in ambient and surface temperatures without buckling, distortion, opening of joints, failure of joint sealants, damaging loads and stresses on glazing and connections, and other detrimental effects. Base engineering calculation on actual surface temperatures of materials due to solar heat gain and nighttime-sky heat loss.

1. Temperature Change (Range): 120 deg F, ambient; 180 deg F material surfaces.

6. Awning and Projected Windows: Comply with AAMA/NWWDA 101/I.S.2 for the

194

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

following tests: 1. Sash Torsion Test. 2. Torsion Test. 3. Horizontal Concentrated Load Test on Latch Rail. 4. Vertical Concentrated Load Test on Latch Rail. 5. Torsion Load Test on Intermediate Frame Rails. 6. Vertical Concentrated Load Test on Intermediate Frame Rails. 7. Balance Arm Load Test.

1.5 SUBMITTALS

A. Product Data: Include construction details, material descriptions, fabrication methods, dimensions of individual components and profiles, hardware, finishes, and operating instructions for each type of aluminum window indicated.

B. Shop Drawings: Include plans, ¼” scale wall elevations, typical unit elevations at ¾” scale, full size detail sections of every typical composite member, details, hardware, attachments to other Work, operational clearances. Include glazing details.

C. Samples for Verification: For aluminum window components required, prepared on Samples of size indicated below.

1. Main Framing Member: 12-inch-long, full-size sections of extrusions. 2. Hardware: Full-size units with factory-applied finish. 3. Weather Stripping: 12-inch-long sections. 4. Architect reserves the right to require additional samples that show fabrication

techniques, workmanship, and design of hardware and accessories. 5. Color samples: color to be selected from manufacturers full range of standard and

custom colors.

D. Qualification Data: For Installer.

E. Product Test Reports: Based on evaluation of comprehensive tests performed within the last four years by a qualified testing agency, for each type, grade, and size of aluminum window. Test results based on use of down-sized test units will not be accepted.

F. Maintenance Data: For operable window sash, operating hardware, weather stripping, window system operators and finishes to include in maintenance manuals.

1.6 QUALITY ASSURANCE

A. Installer Qualifications: An installer acceptable to aluminum window manufacturer for installation of units required for this Project.

B. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, with the experience and capability to conduct the testing indicated, as

195

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

documented according to ASTM E 548.

C. Source Limitations: Obtain aluminum windows through one source from a single manufacturer.

D. Product Options: Drawings indicate size, profiles, and dimensional requirements of aluminum windows and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements."

1. Do not modify intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If modifications are proposed, submit comprehensive explanatory data to Architect for review.

E. Fenestration Standard: Comply with AAMA/NWWDA 101/I.S.2, "Voluntary Specifications for Aluminum, Vinyl (PVC) and Wood Windows and Glass Doors," for minimum standards of performance, materials, components, accessories, and fabrication unless more stringent requirements are indicated.

1. Provide AAMA-certified aluminum windows with an attached label.

F. Glazing Publications: Comply with published recommendations of glass manufacturers and GANA's "Glazing Manual" unless more stringent requirements are indicated.

G. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1.

1.7 PROJECT CONDITIONS

A. Field Measurements: Verify aluminum window openings by field measurements before fabrication and indicate measurements on Shop Drawings.

1.8 WARRANTY (Project Close-Out Item)

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace aluminum windows that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following:

1. Failure to meet performance requirements. 2. Structural failures including excessive deflection. 3. Water leakage, air infiltration, or condensation. 4. Faulty operation of movable sash and hardware. 5. Deterioration of metals, metal finishes, and other materials beyond normal

weathering. 6. Insulting glass failure.

B. Warranty Period: Three years from date of Substantial Completion. 196

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Warranty Period for Metal Finishes: 10 years from date of Substantial Completion.

D. Warranty Period for Glass: 10 years from date of Substantial Completion.

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. All Window Types, Unless Otherwise Noted: 2.2 MATERIALS, GENERAL

B. Aluminum Extrusions: Alloy and temper recommended by aluminum window manufacturer for strength, corrosion resistance, and application of required finish, but not less than 22,000-psi ultimate tensile strength, not less than 16,000-psi minimum yield strength, and not less than 0.062-inch thickness at any location for the main frame and sash members.

C. Fasteners: Aluminum, nonmagnetic stainless steel, epoxy adhesive, or other materials warranted by manufacturer to be noncorrosive and compatible with aluminum window members, trim, hardware, anchors, and other components. Cadmium-plated steel fasteners are not permitted.

1. Reinforcement: Where fasteners screw-anchor into aluminum less than 0.125 inch thick, reinforce interior with aluminum or nonmagnetic stainless steel to receive screw threads, or provide standard, noncorrosive, pressed-in, splined grommet nuts.

2. Exposed Fasteners: Unless unavoidable for applying hardware, do not use exposed fasteners. For application of hardware, use fasteners that match finish of member or hardware being fastened, as appropriate.

D. Anchors, Clips, and Accessories: Aluminum, nonmagnetic stainless steel, or zinc-coated steel or iron complying with ASTM B 633 for SC 3 severe service conditions; provide sufficient strength to withstand design pressure indicated. Cadmium-plated steel anchors, clips, and accessories are not permitted.

E. Reinforcing Members: Aluminum, nonmagnetic stainless steel, nickel/chrome-plated steel complying with ASTM B 456 for Type SC 3 severe service conditions, or zinc-coated steel or iron complying with ASTM B 633 for SC 3 severe service conditions;

provide sufficient strength to withstand design pressure indicated. Cadmium-plated steel reinforcing members are not permitted.

F. Compression-Type Weather 197

a.

Boyd Aluminum.

b.

EFCO Corporation.

c. Graham Architectural Products Corp.

d

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Stripping: Provide compressible weather stripping designed for permanently resilient sealing under bumper or wiper action, and completely concealed when aluminum window is closed.

1. Weather-Stripping Material: Dense elastomeric gaskets complying with ASTM C 864.

G. Sliding-Type Weather Stripping: Provide woven-pile weather stripping of wool, polypropylene, or nylon pile and resin-impregnated backing fabric. Comply with AAMA 701/702.

H. Weather Seals: Provide weather stripping with integral barrier fin or fins of semirigid, polypropylene sheet or polypropylene-coated material.

I. Replaceable Weather Seals: Comply with AAMA 701/702.

J. Sealant: For sealants required within fabricated windows, provide window manufacturer's standard, permanently elastic, nonshrinking, and nonmigrating type recommended by sealant manufacturer for joint size and movement.

2.3 GLAZING

A. Glass and Glazing Materials: Refer to Division 8 Section "Glazing" for glass units and glazing requirements applicable to glazed aluminum window units.

B. Glass: Bronze tint, insulating-glass units complying with Division 8 Section "Glazing."

C. Glazing System: Manufacturer's standard factory-glazing system that produces weathertight seal. Manufacturer's standard factory-glazing system as indicated in Division 8 Section "Glazing."

2.4 HARDWARE

A. General: Provide manufacturer's standard hardware fabricated from aluminum, stainless steel, carbon steel complying with AAMA 907, or other corrosion-resistant material compatible with aluminum; designed to smoothly operate, tightly close, and securely lock aluminum windows and sized to accommodate sash or ventilator weight and dimensions. Cadmium-plated hardware is not permitted. Do not use aluminum in frictional contact with other metals. Where exposed, provide extruded, cast, or wrought aluminum or nonmagnetic stainless steel.

B. Counterbalancing Mechanism: Comply with AAMA 902.

C. Sill Cap/Track: Extruded-aluminum with natural anodized finish track of thickness, dimensions, and profile indicated; designed to comply with performance requirements indicated and to drain to the exterior.

198

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Locks and Latches: Designed to allow unobstructed movement of the sash across adjacent sash in direction indicated and operated from the inside only.

E. Roller Assemblies: Low-friction design.

F. Push-Bar Operators: Provide telescoping-type, push-bar operator designed to open and close ventilators with fixed screens.

G. Gear-Type Rotary Operators: Comply with AAMA 901 when tested according to ASTM E 405, Method A.

1. Operation Function: All ventilators move simultaneously and securely close at both jambs without using additional manually controlled locking devices.

H. Four-or Six-Bar Friction Hinges: Comply with AAMA 904.

1. Locking mechanism and handles for manual operation. 2. Friction Shoes: Provide friction shoes of nylon or other nonabrasive, nonstaining,

noncorrosive, durable material.

I. Limit Devices: Provide limit devices designed to restrict sash or ventilator opening.

1. Safety Devices: Limit clear opening to 6 inches for ventilation; with custodial key release.

J. Pole Operators: Tubular-shaped anodized aluminum; with rubber-capped lower end and standard push-pull hook at top to match hardware design; of sufficient length to operate window without reaching more than 60 inches above floor; 1 pole operator and pole hanger per room that has operable windows more than 72 inches above floor.

K. Awning Windows: Provide the following operating hardware:

1 Window-Operating System: Underscreen pivot-shoe-type, gear-type rotary operator. Provide operator pole.

2 Hinges: Concealed four-or six-bar friction hinges located on each jamb near top rail; two per ventilator.

3 Lock: Cam-action, sweep lock handle with strike; one (two for units 42 inches wide or high) per ventilator.; one (two if units over 42 inches wide or high) per ventilator.

4 Limit Device: Concealed friction adjustor, adjustable stay bar or support arms with adjustable, limited, hold-open limit device; located on jamb of each ventilator.

2.5 INSECT SCREENS

A. General: Design windows and hardware to accommodate screens in a tight-fitting, removable arrangement, with a minimum of exposed fasteners and latches. Locate

199

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

screens on inside or outside (depending on type of window) of window and provide for each operable exterior sash or ventilator.

1. Aluminum Tubular Frame Screens: Comply with SMA 1004, "Specifications for Aluminum Tubular Frame Screens for Windows," Monumental M-32 class.

B. Aluminum Insect Screen Frames: Manufacturer's standard aluminum alloy complying with SMA 1004. Fabricate frames with mitered or coped joints, concealed fasteners, adjustable rollers, and removable PVC spline/anchor concealing edge of frame.

1. Aluminum Tubular Framing Sections and Cross Braces: Roll formed from aluminum sheet with minimum wall thickness as required for class indicated.

2. Extruded-Aluminum or Aluminum Tubular Framing Sections and Cross Braces: Not less than 0.040-inch wall thickness.

3. Finish: Match aluminum window members.

C. Glass-Fiber Mesh Fabric: 18-by-14 or 18-by-16 mesh of PVC-coated, glass-fiber threads; woven and fused to form a fabric mesh resistant to corrosion, shrinkage, stretch, impact damage, and weather deterioration in the following color. Comply with ASTM D 3656.

1. Mesh Color: Charcoal gray.

D. Wickets: Provide sliding or hinged wickets, framed and trimmed for a tight fit and durability during handling.

2.6 FABRICATION

A. General: Fabricate aluminum windows, in sizes indicated, that comply with requirements and that meet or exceed AAMA/NWWDA 101/I.S.2 performance requirements for the following window type and performance class. Include a complete system for assembling components and anchoring windows.

1. All Window Types: HC and AW (HC/AW 50 Minimum).

B. Fabricate aluminum windows that are reglazable without dismantling sash or ventilator framing.

C. Weather Stripping: Provide full-perimeter weather stripping for each operable sash and ventilator.

1. Horizontal-Sliding Windows: Provide operable sash with a double row of sliding weather stripping in horizontal rails and single-or double-row weather stripping in meeting or jamb stiles, as required to meet specified performance requirements. Provide compression-type weather stripping at perimeter of each movable panel where sliding-type weather stripping is not appropriate.

D. Weep Holes: Provide weep holes and internal passages to conduct infiltrating water to exterior.

200

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

E. Provide water-shed members above side-hinged ventilators and similar lines of natural water penetration.

F. Mullions: Provide mullions and cover plates as shown, matching window units, complete with anchors for support to structure and installation of window units. Allow for erection tolerances and provide for movement of window units due to thermal expansion and building deflections, as indicated. Provide mullions and cover plates capable of withstanding design loads of window units.

G. Subframes: Provide subframes with anchors for window units as shown, of profile and dimensions indicated but not less than 0.062-inch-thick extruded aluminum. Miter or cope corners, and weld and dress smooth with concealed mechanical joint fasteners. Finish to match window units. Provide subframes capable of withstanding design loads of window units.

H. Factory-Glazed Fabrication: Glaze aluminum windows in the factory where practical and possible for applications indicated. Comply with requirements in Division 8 Section "Glazing" and with AAMA/NWWDA 101/I.S.2.

I. Glazing Stops: Provide snap-on glazing stops coordinated with Division 8 Section "Glazing" and glazing system indicated. Provide glazing stops to match sash and ventilator frames.

2.7 FINISHES

A. General: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.

B. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes.

C. Class I, Color Anodic Finish: AA-M12C22A42/A44 (Mechanical Finish: nonspecular as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thicker) complying with AAMA 611.

1. Color: As selected by Architect from the full range of industry colors and color densities.

D. Clear Anodized Finish: AA-MA 611-98 Class I (Minimum thickness of 0.7 mils), etched, medium matte colored anodic coating natural aluminum coating.

E. High-Performance Organic Finish (3-Coat Fluoropolymer): AA-C12C40R1x (Chemical Finish: cleaned with inhibited chemicals; Chemical Finish: conversion coating; Organic Coating: manufacturer's standard 3-coat, thermocured system consisting of specially formulated inhibitive primer, fluoropolymer color coat, and clear fluoropolymer topcoat, with both color coat and clear topcoat containing not less than 70 percent polyvinylidene

201

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

fluoride resin by weight). Prepare, pretreat, and apply coating to exposed metal surfaces to comply with AAMA 2605 and with coating and resin manufacturers' written instructions.

1. Color and Gloss: As selected by Architect from manufacturer's full range. a. Kynar or approved equal

PART 3 -EXECUTION

3.1 EXAMINATION

A. Examine openings, substrates, structural support, anchorage, and conditions, with Installer present, for compliance with requirements for installation tolerances; rough opening dimensions; levelness of sill plate; coordination with wall flashings, vapor retarders, and other built-in components; operational clearances and other conditions affecting performance of work.

1. Wood Frame Walls: Dry, clean, sound, well nailed, free of voids, and without offsets at joints. Ensure that nail heads are driven flush with surfaces in opening and within 3 inches of opening.

2. Metal Surfaces: Dry; clean; free of grease, oil, dirt, rust, corrosion, and welding slag; without sharp edges or offsets at joints.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. General: Comply with manufacturer's written instructions for installing windows, hardware, accessories, and other components; Drawings; and Shop Drawings.

B. Install windows level, plumb, square, true to line, without distortion or impeding thermal movement, anchored securely in place to structural support, and in proper relation to wall flashing and other adjacent construction.

C. Set sill members in bed of sealant or with gaskets, as indicated, for weathertight construction. All jambs and mullions shall have self adhered weather resistive barrier applied over wood prior to installation of window. All manufacturer’s leg extenders or other accessories shall be applied over window sealant/tape, then exterior wood/aluminum trim shall be installed.

D. Install windows and components to drain condensation, water penetrating joints, and moisture migrating within windows to the exterior.

E. Metal Protection: Separate aluminum and other corrodible surfaces from sources of corrosion or electrolytic action at points of contact with other materials by complying with requirements specified in "Dissimilar Materials" Paragraph in Appendix B in

202

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

AAMA/NWWDA 101/I.S.2.

3.3 FIELD QUALITY CONTROL

A. Remove and replace windows where inspection results indicate that they do not comply with specified requirements.

3.4 ADJUSTING

A. Adjust operating sashes and ventilators, screens, hardware, operators, and accessories for a tight fit at contact points and weather stripping for smooth operation and weathertight closure. Lubricate hardware and moving parts.

3.5 PROTECTION AND CLEANING

A. Protect window surfaces from contact with contaminating substances resulting from construction operations. In addition, monitor window surfaces adjacent to and below exterior concrete and masonry surfaces during construction for presence of dirt, scum, alkaline deposits, stains, or other contaminants. If contaminating substances do contact window surfaces, remove contaminants immediately according to manufacturer's written recommendations.

B. Clean aluminum surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants, glazing materials, dirt, and other substances.

C. Clean factory-glazed glass immediately after installing windows. Comply with manufacturer's written recommendations for final cleaning and maintenance. Remove nonpermanent labels and clean surfaces.

D. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period.

END OF SECTION

203

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

08 71 00 DOOR HARDWARE

PART 1 -GENERAL

1.1 SUMMARY:

A. Section Includes: Finish Hardware for door openings, except as otherwise specified herein.

1. Door hardware for metal doors & frames 2. Door hardware for wood doors 3. Door hardware for other doors indicated 4. Keyed cylinders as indicated

B. Related Sections:

1. Division 6: Rough Carpentry. 2. Division 8: Aluminum Doors and Frames 3. Division 8: Hollow Metal Doors and Frames. 4. Division 8: Wood Doors.

C. References: Comply with applicable requirements of the following standards. Where these standards conflict with other specific requirements, the most restrictive shall govern.

1. Builders Hardware Manufacturing Association (BHMA) 2. NFPA 101 Life Safety Code 3. NFPA 80 -Fire Doors and Windows 4. ANSI-A156.xx-Various Performance Standards for Finish Hardware 5. UL10C – Positive Pressure Fire Test of Door Assemblies 6. ANSI-A117.1 – Accessible and Usable Buildings and Facilities 7. DHI /ANSI A115.IG – Installation Guide for Doors and Hardware 8. CBC – California Building Code

D. Intent of Hardware Groups

1 Should items of hardware not definitely specified be required for completion of the Work, furnish such items of type and quality comparable to adjacent hardware and appropriate for service required.

2 Where items of hardware aren’t definitely or correctly specified, are required for completion of the Work, a written statement of such omission, error, or other discrepancy to Architect, prior to date specified for receipt of bids for clarification by addendum; or, furnish such items in the type and quality established by this specification, and appropriate to the service intended.

204

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.2 SUBSTITUTIONS:

A. Comply with Division 1.

1.3 SUBMITTALS:

A. Comply with Division 1. B. Special Submittal Requirements: Combine submittals of this Section with related Sections

to ensure the "design intent" of the system/assembly is understood and can be reviewed together.

C. Product Data: Manufacturer's specifications and technical data including the following:

1. Detailed specification of construction and fabrication. 2. Manufacturer's installation instructions. 3. Wiring diagrams for each electric product specified. Coordinate voltage with

electrical before submitting. 4. Submit 6 copies of catalog cuts with hardware schedule.

D. Shop Drawings -Hardware Schedule: Submit 6 complete reproducible copies of detailed hardware schedule in a vertical format.

1. List groups and suffixes in proper sequence. 2. Completely describe door and list architectural door number. 3. Manufacturer, product name, and catalog number. 4. Function, type, and style. 5. Size and finish of each item. 6. Mounting heights. 7. Explanation of abbreviations and symbols used within schedule. 8. Detailed wiring diagrams, specially developed for each opening, indicating all

electric hardware, security equipment and access control equipment, and door and frame rough-ins required for specific opening.

E. Templates: Submit templates and "reviewed Hardware Schedule" to door and frame supplier and others as applicable to enable proper and accurate sizing and locations of cutouts and reinforcing.

1. Templates, wiring diagrams and "reviewed Hardware Schedule" of electrical terms to electrical for coordination and verification of voltages and locations.

F. Samples: (If requested by the Architect)

1. 1 sample of Lever and Rose/Escutcheon design, (pair). 2. 3 samples of metal finishes

G. Contract Closeout Submittals: Comply with Division 1 including specific requirements indicated.

205

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Operating and maintenance manuals: Submit 3 sets containing the following.

a. Complete information in care, maintenance, and adjustment, and data on repair and replacement parts, and information on preservation of finishes.

b. Catalog pages for each product. c. Name, address, and phone number of local representative for each

manufacturer. d. Parts list for each product.

2. Copy of final hardware schedule, edited to reflect, "As installed". 3. Copy of final keying schedule 4. As installed “Wiring Diagrams” for each piece of hardware connected to power,

both low voltage and 110 volts. 5. One set of special tools required for maintenance and adjustment of hardware,

including changing of cylinders.

1.4 QUALITY ASSURANCE

A. Comply with Division 1.

1. Statement of qualification for distributor and installers. 2. Statement of compliance with regulatory requirements and single source

responsibility. 3. Distributor's Qualifications: Firm with 3 year’s experience in the distribution of

commercial hardware. a. Distributor to employ full time Architectural Hardware Consultants

(AHC) for the purpose of scheduling and coordinating hardware and establishing keying schedule.

b. Hardware Schedule shall be prepared and signed by an AHC. 4. Installer's Qualifications: Firm with 3 years experienced in installation of similar

hardware to that required for this Project, including specific requirements indicated.

5. Regulatory Label Requirements: Provide testing agency label or stamp on hardware for labeled openings.

a. Provide UL listed hardware for labeled and 20 minute openings in conformance with requirements for class of opening scheduled.

b. Underwriters Laboratories requirements have precedence over this specification where conflict exists.

6. Single Source Responsibility: Except where specified in hardware schedule, furnish products of only one manufacturer for each type of hardware.

B. Fire Rated Openings:

1. NFPA 80 compliant and as required by local governing agencies. 2. Electric latch retraction: Provide power supplies with fire alarm relay. 3. Hardware: UL10C/ UBC Standard 7-2 (positive pressure) compliant.

206

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

4. Provide proper latching hardware, self closing, approved bearing hinges, and seals.

5. Coordinate with wood door section on intumescent seals. 6. Provide approved gasketing at storage rooms over 100 sqft.

C. Review Project for extent of finish hardware required to complete the Work. Where there is a conflict between these Specifications and the existing hardware, notify the Architect in writing and furnish hardware in compliance with the Specification unless otherwise directed in writing by the Architect.

D. Pre-Installation Meetings: Initiate and conduct with supplier, installer and related trades, coordinate materials and techniques, and sequence complex hardware items and systems installation. Convene at least one week prior to commencement of related work.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Packing and Shipping: Comply with Division 1.

1. Deliver products in original unopened packaging with legible manufacturer's identification.

2. Package hardware to prevent damage during transit and storage. 3. Mark hardware to correspond with "reviewed hardware schedule". 4. Deliver hardware to door and frame manufacturer upon request.

B. Storage and Protection: Comply with manufacturer's recommendations.

1.6 PROJECT CONDITIONS:

A. Coordinate hardware with other work. Furnish hardware items of proper design for use on doors and frames of the thickness, profile, swing, security and similar requirements indicated, as necessary for the proper installation and function, regardless of omissions or conflicts in the information on the Contract Documents.

B. Review Shop Drawings for doors and entrances to confirm that adequate provisions will be made for the proper installation of hardware.

C. Verification of existing conditions: Examine doors, frames, related items and conditions under which Work is to be performed such that specified hardware will accommodate these conditions.

1.7 WARRANTY:

A. Refer to Conditions of the Contract

B. Manufacturer’s Warranty:

1. Closers: Ten years 2. Exit Devices: Three Years

207

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. Locksets & Cylinders: Three years 4. All other Hardware: Two years.

1.8 OWNER’S INSTRUCTION:

A. Instruct Owner’s personnel in operation and maintenance of hardware units.

1.9 MAINTENANCE:

A. Extra Service Materials: Deliver to Owner extra materials from same production run as products installed. Package products with protective covering and identify with descriptive labels. Comply with Division 1 Closeout Submittals Section.

1. Special Tools: Provide special wrenches and tools applicable to each different or special hardware component.

2. Maintenance Tools: Provide maintenance tools and accessories supplied by hardware component manufacturer.

3. Delivery, Storage and Protection: Comply with Owner’s requirements for delivery, storage and protection of extra service materials.

B. Maintenance Service: Submit for Owner’s consideration maintenance service agreement for electronic products installed.

PART 2 -PRODUCTS

2.1 MANUFACTURERS:

A. The following manufacturers are approved subject to compliance with requirements of the Contract Documents. Approval of manufacturers other than those listed shall be in accordance with Division 1. Item: Manufacturer: Approved: Hinges Stanley Continuous Hinge Stanley Locksets Best Cylinders Best Closers Stanley LCN Door Stops Don Jo Trimco Flat Goods Don Jo Trimco Lock Guards Trimco Rockwood Threshold & Gasketing Pemko Reese, Zero

2.2 MATERIALS:

A. Hinges:

1. Template screw hole locations 2. Minimum of 2 permanently lubricated non-detachable bearings 3. Equip with easily seated, non-rising pins 4. Sufficient size to allow 180-degree swing of door 5. Furnish hinges with five knuckles and flush concealed bearings 6. Provide hinge type as listed in schedule. 7. Furnish 3 hinges per leaf to 7 foot 6 inch height. Add one for each additional 30

inches in height or fraction thereof.

208

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

8. Tested and approved by BHMA for all applicable ANSI Standards for type, size, function and finish

9. UL10C listed for Fire

B. Geared Continuous Hinges:

1. Tested and approved by BHMA for ANSI A156.26-1996 Grade 1 2. Anti-spinning through fastener 3. UL10C listed for 3 hour Fire rating 4. Non-handed 5. Lifetime warranty 6. Provide Fire Pins for 3-hour fire ratings 7. Sufficient size to permit door to swing 180 degrees

C. Cylindrical Type Locks and Latchsets:

1. Tested and approved by BHMA for ANSI A156.2, Series 4000, Operational Grade 1, Extra-Heavy Duty, and be UL10C listed

2. Fit modified ANSI A115.2 door preparation 3. Locksets and cores to be of the same manufacturer to maintain complete lockset

warranty 4. Locksets to have anti-rotational studs that are thru-bolted 5. Keyed lever shall not have exposed “keeper” hole 6. Each lever to have independent spring mechanism controlling it 7. 2-3/4 inch (70 mm) backset 8. 9/16 inch (14 mm) throw latchbolt 9. Outside lever sleeve to be seamless, of one-piece construction made of a hardened

steel alloy 10. Keyed lever to be removable only after core is removed, by authorized control

key 11. Provide locksets with 7-pin removable and interchangeable core cylinders 12. Hub, side plate, shrouded rose locking pin to be a one-piece casting with a

shrouded locking lug. 13. Locksets outside locked lever must withstand a minimum 1400 inch pounds of

torque. In excess of that, a replaceable part will shear. Key from outside and inside lever will still operate lockset

14. Core face must be the same finish as the lockset 15. Functions and design as indicated in the hardware groups

209

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Cylinders:

1. Provide cylinder housings, collars, rings & springs as recommended by the manufacturer for proper installation.

2. Provide cylinder cams or tail piece as required to operate all locksets and other keyed hardware items listed in the hardware sets.

3. Coordinate and provide as required for related sections.

E. Door Closers shall:

1. Tested and approved by BHMA for ANSI 156.4, Grade 1 2. UL10C certified 3. Closer shall have extra-duty arms and knuckles where required 4. Conform to ANSI 117.1 5. Maximum 2 7/16 inch case projection with non-ferrous cover 6. Separate adjusting valves for closing and latching speed, and backcheck 7. Provide adapter plates, shim spacers and blade stop spacers as required by frame

and door conditions 8. Full rack and pinion type closer with 1½“ minimum bore 9. Mount closers on non-public side of door, unless otherwise noted in specification 10. Closers shall be non-handed, non-sized and multi-sized 1 through 6 11. Furnish with Metal covers as indicated.

F. Door Stops:

1. Wall stop and floor stop shall be wrought bronze, brass or stainless steel. 2. Provide fastener suitable for wall construction. 3. Coordinate reinforcement of walls where wall stop is specified. 4. Provide dome stops where wall stops are not practical. Provide spacers or carpet

riser for floor conditions encountered

G. Kick Plates: Provide with four beveled edges ANSI J102, 10 inches high by width less 2 inches on single doors and 1 inch on pairs of doors. Furnish oval-head countersunk screws to match finish.

H. Mop Plates: Provide with four beveled edges ANSI J103, 4 inches high by width less 1 inch on single doors and 1 inch on pairs of doors. Furnish oval-head countersunk screws to match finish.

I. Seals: All seals shall be finished to match adjacent frame color. Seals shall be furnished as listed in schedule. Material shall be UL listed for labeled openings.

J. Door Bottoms: Surface mounted or concealed door bottom where listed in the hardware sets.

1. Door seal shall be resilient seal of (Neoprene, Polyurethane, Nylon Brush, Silicone)

210

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2. UL10C Positive Pressure rated seal set when required.

K. Thresholds: Thresholds shall be aluminum beveled type with maximum height of ½” for conformance with ADA requirements. Furnish as specified and per details. Provide fasteners and screws suitable for floor conditions.

L. Key Control: Provide one wall mounted Telkee type RWC-S series key cabinet complete with hooks, index and tags to accommodate 50% expansion as required. Coordinate location with Architect. Provide submittal for review before fabrication or ordering.

M. Silencers: Furnish silencers on all interior frames, 3 for single doors, 2 for pairs. Omit where any type of seals occur.

2.3 FINISH:

A. Designations used in Schedule of Finish Hardware -3.5, and elsewhere to indicate hardware finishes are those listed in ANSI/BHMA A156.18 including coordination with traditional U.S. finishes shown by certain manufacturers for their products

B. Powder coat door closers to match other hardware, unless otherwise noted.

C. Aluminum items shall be finished to match predominant adjacent material. Seals to coordinate with frame color.

2.4 KEYS AND KEYING:

A. Provide keyed brass construction cores and keys during the construction period. Construction control and operating keys and core shall not be part of the Owner's permanent keying system or furnished in the same keyway (or key section) as the Owner's permanent keying system. Permanent cores and keys (prepared according to the accepted keying schedule) will be furnished to the Owner.

B. Cylinders, removable and interchangeable core system: Existing Best Cormax Patented 7-pin.

C. Permanent keys and cores: Stamped with the applicable key mark for identification. These visual key control marks or codes will not include the actual key cuts. Permanent keys will also be stamped "Do Not Duplicate."

1. Provide serialization of keys

D. Transmit Grand Masterkeys, Masterkeys and other Security keys to Owner by Registered Mail, return receipt requested.

E. Furnish keys in the following quantities:

1. 6 each Grand Masterkeys 2. 4 each Masterkeys

211

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. 2 each Change keys each keyed core 4. 5 each Construction masterkeys 5. 3 each Control keys

F. The General Contractor with arrangements through the owner, shall be provided with permanent cores and will install them. Also, after installation, return the construction cores to the Hardware Supplier. Construction cores and keys remain the property of the Hardware Supplier.

G. Keying Schedule: Arrange for a keying meeting with Architect, Owner, hardware supplier, and other involved parties to ensure locksets and locking hardware are functionally correct and keying complies with project requirements. Furnish 3 typed copies of keying and programming schedule to Architect.

PART 3 -EXECUTION

3.1 EXAMINATION

A. Verification of conditions: Examine doors, frames, related items and conditions under which Work is to be performed and identify conditions detrimental to proper and or timely completion.

1. Do not proceed until unsatisfactory conditions have been corrected. 2. Patch and fill existing wood frames and doors with solid wood dutchments before

cutting for new hardware. Do not reuse existing screw holes --fill with dowel plugs and re-pilot.

3. Existing Metal doors/frames: Weld or fasten with screws: filler pieces in existing hardware cut-outs and mortises not scheduled for re-use by new hardware. Leave surfaces smooth --no applied patches.

4. Remove unused existing floor closers, fill empty floor closer cavities with concrete.

3.2 HARDWARE LOCATIONS:

A. Mount hardware units at heights indicated in the following publications except as specifically indicated or required to comply with the governing regulations.

1. Recommended Locations for Builder’s Hardware for Standard Steel Doors and Frames, by the Door and Hardware Institute (DHI).

2. NWWDA Industry Standard I.S.1.7, Hardware Locations for Wood Flush Doors.

3.3 INSTALLATION:

A. Install each hardware item per manufacturer's instructions and recommendations. Do not install surface mounted items until finishes have been completed on the substrate. Set units level, plumb and true to line and location. Adjust and reinforce the attachment

212

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

substrate as necessary for proper installation and operation.

B. Conform to local governing agency security ordinance.

C. ADA Standard: Conform to ANSI A117.1 for positioning requirements for disabled.

D. Installed hardware using the manufacturers fasteners provided. Drill and tap all screw holes located in metallic materials. Do not use “Riv-Nuts” or similar products.

E. Closers: Coordinate installation of closer for maximum degree of hold open or opening. Hold open arms to stop door from hitting wall. Closers typically mount on interior side of room.

F. Locksets: Provide appropriate backset to center lockset on stile and rail type doors.

G. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule.

H. Thresholds: Set thresholds for exterior doors in full bed of sealant complying with requirements specified in Division 7 Section “Joint Sealants.” Securely and permanently anchor exterior thresholds using countersunk non-ferrous screws to match color of threshold. Stainless steel screws at aluminum thresholds. Set thresholds at interior acoustical rated openings with acoustical sealant.

I. Mount cylinder keyways in proper position as recommended by manufacturers

J. Gaskets: install jamb-applied gaskets before closers, overhead stops, rim strikes, etc; fasten hardware over and through these specialty seals with no coping where possible. Install sweeps across bottoms of doors before astragals, cope sweeps around bottom pivots, trim astragals to tops of sweeps.

K. Replace fasteners damaged by power-driven tools.

L. Install Permanent Cores in all keyed locks and cylinders as indicated in 2.4-F

3.4 FIELD QUALITY CONTROL AND FINAL ADJUSTMENT

A. Contractor/Installers, Field Services: After installation is complete, contractor shall inspect completed door openings on site to verify installation of hardware is complete and properly adjusted, in accordance with both the Contract Documents and final shop drawings.

1. Check and adjust closers to ensure proper operation.

a. Adjust closer to complete full closing cycle in less than 4 to 6 seconds without abrupt change of speed between "Sweep" and "Latch" speeds.

b. Adjust "Backcheck" according to manufacturer's instructions. c. Set exterior doors closers to have 5 lbs maximum pressure to open,

213

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

interior nonrated at 5 lbs, rated openings at 12 lbs

2. Check latchset, lockset, and exit devices are properly installed and adjusted to ensure proper operation.

a. Verify levers are free from binding. b. Ensure latchbolts and dead bolts are engaged into strike and hardware is

functioning.

3. Report findings, in writing, to architect and hardware supplier outlining corrective actions and recommendations.

3.5 SCHEDULE OF FINISH HARDWARE:

A. See door schedule in drawings for hardware set assignments. B. Manufacturer’s Abbreviations:

Manufacturer List

Code Name BE Best Access Systems DJ Don-Jo PE Pemko PR Precision ST Stanley TR Trimco

Option List

Code Description CD CYLINDER DOGGING MC Metal Cover

Finish List

Code Description 626 Satin Chromium Plated 630 Satin Stainless Steel 689 Aluminum Painted GRAY Gray US26D Chromium Plated, Dull US32D Stainless Steel, Dull

214

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

Hardware Sets SET #1

Doors: 8.1

3 Hinges FBB191 4 1/2 X 4 1/2 NRP US32D ST 1 Lockset 93K-7IN 14D PATD 626 BE 1 Door Closer D-4550 S SN 689 ST 1 Kick Plate 90 Series 10" x 2" LDW x CSK B4E 630 DJ 1 Lock Guard 5000-T 626 TR 1 Perimeter Seal 303 AS @ Head & Jambs PE 1 Door Sweep 345AV PE 1 Threshold 171A PE

NOTE: Verify new hardware will accommodate existing conditions.

END OF SECTION

215

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 08 81 00 – GLASS GLAZING

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes glazing for the following products and applications, including those specified in other Sections where glazing requirements are specified by reference to this Section:

1. Windows.

B. Related Sections include the following:

1. Division 8 Section "Aluminum Windows”

1.3 DEFINITIONS

A. Manufacturers of Glass Products: Firms that produce primary glass, fabricated glass, or both, as defined in referenced glazing publications.

B. Glass Thicknesses: Indicated by thickness designations in millimeters according to ASTM C 1036.

C. Interspace: Space between lites of an insulating-glass unit that contains dehydrated air or a specified gas.

D. Deterioration of Coated Glass: Defects developed from normal use that are attributed to the manufacturing process and not to causes other than glass breakage and practices for maintaining and cleaning coated glass contrary to manufacturer's written instructions. Defects include peeling, cracking, and other indications of deterioration in metallic coating.

E. Deterioration of Insulating Glass: Failure of hermetic seal under normal use that is attributed to the manufacturing process and not to causes other than glass breakage and practices for maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is the obstruction of vision by dust, moisture, or film on

216

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

interior surfaces of glass.

PERFORMANCE REQUIREMENTS

A. General: Provide glazing systems capable of withstanding normal thermal movement and wind and impact loads (where applicable) without failure, including loss or glass breakage attributable to the following: defective manufacture, fabrication, and installation; failure of sealants or gaskets to remain watertight and airtight; deterioration of glazing materials; or other defects in construction.

B. Glass Design: Glass thickness designations indicated are minimums and are for detailing only. Confirm glass thicknesses by analyzing Project loads and in-service conditions. Provide glass lites in the thickness designations indicated for various size openings, but not less than thicknesses and in strengths (annealed or heat treated) required to meet or exceed the following criteria:

1. Glass Thicknesses: Select minimum glass thicknesses to comply with ASTM E 1300. according to the following requirements.

C. Thermal Movements: Provide glazing that allows for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures acting on glass framing members and glazing components. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss.

1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces.

SUBMITTALS

A. Product Data: For each glass product and glazing material indicated.

B. Samples: For the following products, in the form of 12-inch-square Samples for glass.

1. Each color of tinted float glass. 2. Each type of patterned glass. 3. Coated vision glass. 4. Wired glass. 5. Fire-resistive glazing products. 6. Insulating glass for each designation indicated. 7. For each color (except black) of exposed glazing sealant indicated. 8. Each product for Architectural glazing panels.

C. Product Certificates: Signed by manufacturers of glass and glazing products certifying that products furnished comply with requirements.

1. For solar-control low-e-coated glass, provide documentation demonstrating that manufacturer of coated glass is certified by coating manufacturer.

217

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Qualification Data: For installers.

E. Preconstruction Adhesion and Compatibility Test Report: From glazing sealant manufacturer indicating glazing sealants were tested for adhesion to glass and glazing channel substrates and for compatibility with glass and other glazing materials.

F. Product Test Reports: For each of the following types of glazing products:

1. Tinted float glass. 2. Coated float glass. 3. Insulating glass. 4. Glazing sealants. 5. Glazing gaskets.

G. Warranties: Special warranties specified in this Section.

QUALITY ASSURANCE

A. Installer Qualifications: An experienced installer who has completed glazing similar in material, design, and extent to that indicated for this Project; whose work has resulted in glass installations with a record of successful in-service performance; and who employs glass installers for this Project who are certified under the National Glass Association Glazier Certification Program as Level 2 (Senior Glaziers) or Level 3 (Master Glaziers).

B. Source Limitations for Glazing Accessories: Obtain glazing accessories through one source from a single manufacturer for each product and installation method indicated.

C. Glass Product Testing: Obtain glass test results for product test reports in "Submittals" Article from a qualified testing agency based on testing glass products.

1. Glass Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ASTM E 548.

D. Elastomeric Glazing Sealant Product Testing: Obtain sealant test results for product test reports in "Submittals" Article from a qualified testing agency based on testing current sealant formulations within a 36-month period.

1. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C 1021 to conduct the testing indicated, as documented according to ASTM E 548.

2. Test elastomeric glazing sealants for compliance with requirements specified by reference to ASTM C 920, and where applicable, to other standard test methods.

E. Glazing for Fire-Rated Door Assemblies: Glazing for assemblies that comply with NFPA 80 and that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire-protection ratings indicated, based on testing

218

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

according to NFPA 252.

F. Glazing for Fire-Rated Window Assemblies: Glazing for assemblies that comply with NFPA 80 and that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated, based on testing according to NFPA 257.

G. Safety Glazing Products: Comply with testing requirements in 16 CFR 1201 and, for wired glass, ANSI Z97.1.

H. Insulating-Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of the following testing and inspecting agency:

1. Insulating Glass Certification Council. 2. Associated Laboratories, Inc.

I. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Protect glazing materials according to manufacturer's written instructions and as needed to prevent damage to glass and glazing materials from condensation, temperature changes, direct exposure to sun, or other causes.

1.8 PROJECT CONDITIONS

A. Environmental Limitations: Do not proceed with glazing when ambient and substrate temperature conditions are outside limits permitted by glazing material manufacturers and when glazing channel substrates are wet from rain, frost, condensation, or other causes.

1.9 WARRANTY (Project Close-Out Item)

A. Manufacturer's Special Warranty on Insulating Glass: Manufacturer's standard form, made out to Owner and signed by insulating-glass manufacturer agreeing to replace insulating-glass units that deteriorate as defined in "Definitions" Article, f.o.b. the nearest shipping point to Project site, within specified warranty period indicated below.

1. Warranty Period: 10 years from date of Substantial Completion.

219

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection:

1. Products: Subject to compliance with requirements, provide one of the products specified.

2. Product: Subject to compliance with requirements, provide product specified. 3. Manufacturers: Subject to compliance with requirements, provide products by one

of the manufacturers specified. 4. Manufacturers: One of the following for each glass type:

1) Old Castle 2) Libby-Owens-Ford Company 3) Pilkington Building Products North America 4) PPG Industries, Inc. 5) Schott Corporation

GLASS PRODUCTS

A. Insulating-Glass Units, General: Factory-assembled units consisting of sealed lites of glass separated by a dehydrated interspace, and complying with ASTM E 774 for Class CBA units and with requirements specified in this Article and in Part 2 "Insulating-Glass Units" Article.

1. Provide Kind FT (fully tempered) glass lites where safety glass is indicated.

2. Overall Unit Thickness and Thickness of Each Lite: Dimensions indicated for insulating-glass units are nominal and the overall thicknesses of units are measured perpendicularly from outer surfaces of glass lites at unit's edge.

3. Sealing System: Dual seal, with primary and secondary sealants as follows: a. Manufacturer's standard sealants. b. Polyisobutylene and polysulfide. c. Polyisobutylene and silicone. d. Polyisobutylene and hot-melt butyl.

4. Spacer Specifications: Manufacturer's standard spacer material and construction complying with the following requirements: a. Spacer Material: Aluminum with mill or clear anodic finish or Galvanized

steel. b. Spacer bar to be bronze color where visible. c. Desiccant: Molecular sieve or silica gel, or blend of both. d. Corner Construction: Manufacturer's standard corner construction.

220

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.3 GLASS AND GLAZING TYPES

A. Type A: 1 inch Insulated Glass with 5/8 inch air space –Low E

1. Exterior Sheet: 3/10 inch tempered, tinted (bronze) 2. Interior sheet: 3/10 inch tempered (clear)

2.4 GLAZING SEALANTS

A. General: Provide products of type indicated, complying with the following requirements:

1. Compatibility: Select glazing sealants that are compatible with one another and with other materials they will contact, including glass products, seals of insulating-glass units, and glazing channel substrates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation.

3. Colors of Exposed Glazing Sealants: As selected by Architect from manufacturer's full range.

B. One Part Silicone-Rubber Glazing Sealant (SR-GS): Elastomeric silicone sealant complying with FS TT-S-001543, Class A, non-sag. Provide acid type recommended by manufacturer where only nonporous bond surfaces are contacted; provide non acid type recommended by manufacturer where one or more porous bond surfaces are contacted.

C. One Part Polysulfide Glazing Sealant (1Ps-GS): Polysulfide elastomeric sealant complying with FS TT-S-00230, Class A, Type II; Compounded specifically for exterior exposed glazing.

D. One Part Acrylic Glazing Sealant (1Ac-GS): Thermo-plastic acrylic terpolymer, complying with FS TT-S-00230, Class B, Type II: solids of 95% acrylic.

E. Preformed Butyl Rubber Glazing Sealant (PBuR-GS): Compound of polymerized butyl rubber and inert fillers, with or without polyisobutylene modification, solvent-based, 95% solids, formed and coiled on release paler; tack free in 24 hours, paintable, nonstaining; plain, preshimmed or reinforced as required for proper installation and setting of glass.

F. Glazing Sealants for Fire-Resistive Glazing Products: Identical to products used in test assemblies to obtain fire-protection rating.

2.5 GLAZING GASKETS

A. Vinyl Foam Glazing Tape (VF-GT): Closed cell, flexible, self-adhesive, non-extruding, polyvinyl chloride foam tape; recommended by manufacturer for exterior, exposed, watertight installation of glass, with only nominal pressure in the glazing channel;

221

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

comply with ASTM D 1667.

2.6 MISCELLANEOUS GLAZING MATERIALS

A. General: Provide products of material, size, and shape complying with referenced glazing standard, requirements of manufacturers of glass and other glazing materials for application indicated, and with a proven record of compatibility with surfaces contacted in installation.

B. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer.

C. Setting Blocks: Elastomeric material with a Shore, Type A durometer hardness of 85, plus or minus 5.

D. Spacers: Elastomeric blocks or continuous extrusions with a Shore, Type A durometer hardness required by glass manufacturer to maintain glass lites in place for installation indicated.

E. Edge Blocks: Elastomeric material of hardness needed to limit glass lateral movement (side walking).

F. Cylindrical Glazing Sealant Backing: ASTM C 1330, Type O (open-cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance.

G. Perimeter Insulation for Fire-Resistive Glazing: Identical to product used in test assembly to obtain fire-resistance rating.

2.7 FABRICATION OF GLAZING UNITS

A. Fabricate glazing units in sizes required to glaze openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with written instructions of product manufacturer and referenced glazing publications, to comply with system performance requirements.

B. Clean-cut or flat-grind vertical edges of butt-glazed monolithic lites in a manner that produces square edges with slight kerfs at junctions with outdoor and indoor faces.

C. Grind smooth and polish exposed glass edges and corners.

222

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

PART 3 -EXECUTION

3.1 EXAMINATION

A. Examine framing glazing, with Installer present, for compliance with the following:

1. Manufacturing and installation tolerances, including those for size, squareness, and offsets at corners.

2. Presence and functioning of weep system. 3. Minimum required face or edge clearances. 4. Effective sealing between joints of glass-framing members.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings not firmly bonded to substrates.

3.3 GLAZING, GENERAL

A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications.

B. Glazing channel dimensions, as indicated on Drawings, provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. Adjust as required by Project conditions during installation.

C. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass is glass with edge damage or other imperfections that, when installed, could weaken glass and impair performance and appearance.

D. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction sealant-substrate testing.

E. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead.

F. Do not exceed edge pressures stipulated by glass manufacturers for installing glass 223

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

lites.

G. Provide spacers for glass lites where length plus width is larger than 50 inches as follows:

1. Locate spacers directly opposite each other on both inside and outside faces of glass. Install correct size and spacing to preserve required face clearances, unless gaskets and glazing tapes are used that have demonstrated ability to maintain required face clearances and to comply with system performance requirements.

2. Provide 1/8-inch minimum bite of spacers on glass and use thickness equal to sealant width. With glazing tape, use thickness slightly less than final compressed thickness of tape.

H. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and according to requirements in referenced glazing publications.

I. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics.

3.4 TAPE GLAZING

A. Position tapes on fixed stops so that, when compressed by glass, their exposed edges are flush with or protrude slightly above sightline of stops.

B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening.

C. Cover vertical framing joints by applying tapes to heads and sills first and then to jambs. Cover horizontal framing joints by applying tapes to jambs and then to heads and sills.

D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer.

E. Do not remove release paper from tape until just before each glazing unit is installed.

F. Apply heel bead of elastomeric sealant, where indicated.

G. Center glass lites in openings on setting blocks and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings.

H. Apply cap bead of elastomeric sealant over exposed edge of tape.

3.5 SEALANT GLAZING

A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between

224

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance.

B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces.

C. Tool exposed surfaces of sealants to provide a substantial wash away from glass.

3.6 CLEANING AND PROTECTION

A. Protect exterior glass from damage immediately after installation by attaching crossed streamers to framing held away from glass. Do not apply markers to glass surface. Remove nonpermanent labels, and clean surfaces.

B. Protect glass from contact with contaminating substances resulting from construction operations, including weld splatter. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended by glass manufacturer.

C. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains; remove as recommended in writing by glass manufacturer.

D. Remove and replace glass that is broken, chipped, cracked, or abraded or that is damaged from natural causes, accidents, and vandalism, during construction period.

E. Wash glass on both exposed surfaces in each area of Project not more than four days before date scheduled for inspections that establish date of Substantial Completion. Wash glass as recommended in writing by glass manufacturer.

END OF SECTION

225

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 09 65 13 -RESILIENT WALL BASE AND ACCESSORIES

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Wall base. 2. Molding accessories.

B. Related Sections include the following:

1. Division 9 Section “Resilient Tile Flooring”

1.3 SUBMITTALS

A. Product Data: 2 copies of manufacturers technical data and installation instructions for each type of product indicated.

B. Samples for Initial Selection: Actual sections for each type of product indicated, from manufactures full range of colors and patterns available.

C. Samples for Verification: For each type of product indicated, in manufacturer's standard-size Samples but not less than 12 inches long, of each resilient product color, texture, and pattern required.

D. Maintenance Data: Provide 2 copies each for each type of resilient products used to include in maintenance manuals. (Project Close Out Item)

1.4 QUALITY ASSURANCE

A. Fire-Test-Response Characteristics: Provide resilient stair accessories with a critical radiant flux classification of Class I, not less than 0.45 W/sq. cm, as determined by testing identical products per ASTM E 648 by a testing and inspecting agency acceptable to authorities having jurisdiction.

226

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Where ever possible, provide required resilient wall base and accessories produced by a single manufacturer.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 65 deg F or more than 90 deg F .

1.6 PROJECT CONDITIONS

A. Maintain temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 95 deg F , in spaces to receive floor tile during the following time periods:

1. 48 hours before installation. 2. During installation. 3. 48 hours after installation.

B. After post-installation period, maintain temperatures within range recommended by manufacturer, but not less than 65 deg F or more than 95 deg F.

C. Install resilient products after other finishing operations, including painting, have been completed.

1.7 WARRANTY (Project Close-Out Item)

A. Provide special project warranty, signed by Contractor, Installer and Manufacturer, agreeing to repair or replace defective materials and workmanship of resilient flooring during 2 year warranty period following substantial completion. Attach copies of product warranties.

1.8 EXTRA MATERIALS (Project Close-Out Item)

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, of each type, color, pattern, and size of resilient product installed.

2. Provide written verification of delivery from Owner.

227

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles.

2.2 COLORS AND PATTERNS

A. Colors and Patterns: As selected by Architect from manufacturer's full range.

2.3 RESILIENT WALL BASE

A. Wall Base: ASTM F 1861.

1. Burke Mercer Flooring Products.

B. Type (Material Requirement): Complying with FS SS-W-40; Type I rubber.

C. Group (Manufacturing Method): Type I with matching end stops and factory interior and exterior corner units, and as follows:

D. Style: Cove (with top-set toe).

E. Minimum Thickness: 0.125 inch.

F. Height: 4 inches unless indicated otherwise.

G. Lengths: Coils in manufacturer's standard length.

H. Outside Corners: Pre-molded.

I. Inside Corners: Pre-molded.

J. Surface: Smooth.

2.4 RESILIENT MOLDING ACCESSORY

A. Description: Cap for cove carpet. Cap for cove resilient sheet floor covering. Carpet bar for tackless installations. Carpet edge for glue-down applications. Nosing for carpet. Nosing for resilient floor covering. Reducer strip for resilient floor covering. Joiner for tile and carpet, etc

1. Burke Mercer Flooring Products.

228

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Material: Rubber.

C. Profile and Dimensions: As indicated.

2.5 INSTALLATION MATERIALS

A. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic cement based formulation provided or approved by resilient product manufacturers for applications indicated.

B. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated.

C. Concrete Slab Primer: Non-staining type as recommended by flooring manufacturer.

D. Stair-Tread-Nose Filler: Two-part epoxy compound recommended by resilient tread manufacturer to fill nosing substrates that do not conform to tread contours.

PART 3 -EXECUTION

3.1 EXAMINATION

A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances, moisture content, and other conditions affecting performance.

1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products.

2. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION

A. Prepare substrates according to manufacturer's written recommendations to ensure adhesion of resilient products.

B. Concrete Substrates for Stair Accessories: Prepare according to ASTM F 710.

1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners.

2. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing.

3. Moisture Testing: ( By independent testing agency) Costs for testing shall be borne by the Contractor and shall make all coordination and arrangements with the testing agency. No extra costs will be allowed if flooring installation is postponed due to unacceptably high level of moisture.

229

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

a. Perform anhydrous calcium chloride test, ASTM F 1869. 48 hours prior to scheduled installation. One test device for each 400 sq. ft. of floor area to receive indicated flooring material. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq. ft. in 24 hours.

b. Copies of test reports shall be submitted to the Architect and the Inspector of Record.

c. Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing.

d. If moisture level does not drop below the acceptable level before the remainder of the project is completed, a Notice of Completion will be recorded subject to other requirements of these documents.

e. On-and-one-half times the cost of the flooring (materials and labor) will be withheld form the Contractor’s final payment. The amount withheld will be released to the Contractor upon completion of all flooring work.

C. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents.

D. Use trowelable leveling and patching compound to fill cracks, holes, and depressions in substrates.

E. Apply concrete slab primer, if required and recommended by flooring manufacturer, prior to application of adhesive. Apply in compliance with manufacturer’s directions.

F. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation.

1. Do not install resilient products until they are the same temperature as the space where they are to be installed.

G. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. After cleaning, examine substrates for moisture, alkaline salts, carbonation, and dust. Proceed with installation only after unsatisfactory conditions have been corrected.

3.3 RESILIENT WALL BASE INSTALLATION

A. Apply wall base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required.

B. Install wall base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned.

230

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Tightly adhere wall base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates.

D. Do not stretch wall base during installation.

E. On masonry surfaces or other similar irregular substrates, fill voids along top edge of wall base with manufacturer's recommended adhesive filler material.

F. Pre-molded Corners: Install pre-molded corners before installing straight pieces.

3.4 RESILIENT ACCESSORY INSTALLATION

A. Resilient Stair Accessories:

1. Use stair-tread-nose filler to fill nosing substrates that do not conform to tread contours.

2. Tightly adhere to substrates throughout length of each piece. 3. For treads installed as separate, equal-length units, install to produce a flush joint

between units.

B. Resilient Molding Accessories: Butt to adjacent materials and tightly adhere to substrates throughout length of each piece. Install reducer strips at edges of floor coverings that would otherwise be exposed.

3.5 CLEANING AND PROTECTION

A. Perform the following operations immediately after completing resilient product installation:

1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum surfaces thoroughly. 3. Damp-mop surfaces to remove marks and soil.

a. Do not wash surfaces until after time period recommended by manufacturer.

B. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. Use protection methods recommended in writing by manufacturer.

1. Apply protective floor polish to stair accessory surfaces that are free from soil, visible adhesive, and surface blemishes if recommended in writing by manufacturer.

a. Use commercially available product acceptable to manufacturer.

231

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

b. Coordinate selection of floor polish with Owner's maintenance service.

1. Cover stair accessory products with un-dyed, untreated building paper until Substantial Completion.

2. Do not move heavy and sharp objects directly over stair accessories. Place plywood or hardboard panels over surfaces and under objects while they are being moved. Slide or roll objects over panels without moving panels.

PROJECT CLOSE OUT

A. See individual headings in this section for exact requirements.

END OF SECTION

232

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 09 65 16 – RESILENT SHEET FLOORING

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes sheet vinyl floor coverings, with backings.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Samples for Initial Selection: For each type of floor covering indicated.

1. Include similar Samples of installation accessories involving color selection.

C. Samples for Verification: In manufacturer's standard size, but not less than 6-by-9-inch sections of each different color and pattern of floor covering required.

1. For heat-welding bead, manufacturer's standard-size Samples, but not less than 9 inches long, of each color required.

D. Heat-Welded Seam Samples: For each flooring product and welding bead color and pattern combination required; with seam running lengthwise and in center of 6-by-9-inch Sample applied to a rigid backing and prepared by Installer for this Project.

E. Qualification Data: For Installer.

F. Maintenance Data: Provide 2 copies each for each type of resilient products used to include in maintenance manuals. (Project Close-Out Item)

1.4 QUALITY ASSURANCE

A. Installer Qualifications: A qualified installer who employs workers for this Project that are competent in heat-welding techniques required by manufacturer for floor covering installation.

1. Engage an installer who employs workers for this Project that are trained or certified by floor covering manufacturer for heat-welding techniques required.

233

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store floor coverings and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 50 deg F or more than 90 deg F. Store rolls upright.

1.6 PROJECT CONDITIONS

A. Maintain temperatures within range recommended by manufacturer, but not less than 70 deg F or more than 85 deg F, in spaces to receive floor tile during the following time periods:

1. 48 hours before installation. 2. During installation. 3. 48 hours after installation.

B. After postinstallation period, maintain temperatures within range recommended by manufacturer, but not less than 55 deg F or more than 95 deg F.

C. Close spaces to traffic during floor covering installation.

D. Close spaces to traffic for 48 hours after floor covering installation.

E. Install floor coverings after other finishing operations, including painting, have been completed.

(Project Close-Out Item)

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, in roll form and in full roll width for each color, pattern, and type of floor covering installed.

2. Deliver stock of maintenance materials to Owner and obtain a written verification of delivery.

PART 2 -PRODUCTS

2.1 SHEET VINYL FLOOR COVERING

A. Products: Subject to compliance with requirements, provide one of following (Inlaid Flooring-High Traffic Walking Areas)

234

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Sheet Vinyl Floor Covering With Backing: ASTM F 1303.

1. Type (Binder Content): II, minimum binder content of 34 percent. 2. Wear-Layer Thickness: Grade 1.

a. Overall Thickness: .080 b. Interlayer Material: None. c. Backing Class: Class A (fibrous).

C. Color and Pattern: As selected by Architect from manufacturer's full range.

D. Wearing Surface: Smooth.

E. Sheet Width: Minimum 6 feet.

F. Seaming Method: Heat welded.

G. Fire-Test-Response Characteristics:

1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm per ASTM E 648.

INSTALLATION MATERIALS

A. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic cement based formulation provided or approved by floor covering manufacturer for applications indicated.

B. Adhesives: Water-resistant type recommended by manufacturer to suit sheet vinyl floor covering and substrate conditions indicated.

C. Concrete Slab Primer: Non-staining type as recommended by flooring manufacturer.

D. Heat-Welding Bead: Solid-strand product of floor covering manufacturer.

1. Color: Match floor covering.

E. Integral-Flash-Cove-Base Accessories:

235

1.

Armstrong – Connection Corlon

2.

Mannington – Magna Multiflec / Micaflec

3. Tarkett; -Coordinates.

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Cove Strip: 1-inch radius provided or approved by floor covering manufacturer. 2. Cap Strip: Square metal, vinyl, or rubber cap provided or approved by floor

covering manufacturer.

F. Rubber Edge Strips: Rubber Strips width shown, of height required to protect exposed edges of floor coverings, and in maximum available lengths to minimize running joints.

PART 3 -EXECUTION

EXAMINATION

A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances, moisture content, and other conditions affecting performance.

1. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of floor coverings.

2. Proceed with installation only after unsatisfactory conditions have been corrected.

PREPARATION

A. Prepare substrates according to manufacturer's written recommendations to ensure adhesion of floor coverings.

B. Concrete Substrates: Prepare according to ASTM F 710.

1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners.

2. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing.

3. Moisture Testing: (By independent testing agency) Costs for testing shall be borne by the Contractor and shall make all coordination and arrangements with the testing agency. No extra costs will be allowed if flooring installation is postponed due to unacceptably high level of moisture.

a. Perform anhydrous calcium chloride test, ASTM F 1869 48 hours prior to scheduled installation. One test device for each 400 sq. ft. of floor area to receive indicated flooring material. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq. ft. in 24 hours.

b. Copies of test reports shall be submitted to the Architect and the Inspector of Record.

c. Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing.

d. If moisture level does not drop below the acceptable level before the remainder of the project is completed, a Notice of Completion will be

236

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

recorded subject to other requirements of these documents. e. One-and-one-half times the cost of the flooring (materials and labor) will

be withheld form the Contractor’s final payment. The amount withheld will be released to the Contractor upon completion of all flooring work.

C. Remove substrate coatings and other substances that are incompatible with floor covering adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents.

D. Use trowelable leveling and patching compound to fill cracks, holes, and depressions in substrates.

E. Apply concrete slab primer, if required and recommended by flooring manufacturer, prior to application of adhesive. Apply in compliance with manufacturer’s directions.

F. Move floor coverings and installation materials into spaces where they will be installed at least 48 hours in advance of installation.

1. Do not install floor coverings until they are same temperature as space where they are to be installed.

G. Sweep and vacuum clean substrates to be covered by floor coverings immediately before installation. After cleaning, examine substrates for moisture, alkaline salts, carbonation, and dust. Proceed with installation only after unsatisfactory conditions have been corrected.

3.3 INSTALLATION

A. Unroll sheet vinyl floor coverings and allow them to stabilize before cutting and fitting.

B. Lay out sheet vinyl floor coverings as follows:

1. Maintain uniformity of floor covering direction. 2. Minimize number of seams; place seams in inconspicuous and low-traffic areas,

at least 6 inches away from parallel joints in floor covering substrates. 3. Match edges of floor coverings for color shading at seams. 4. Avoid cross seams.

C. Scribe and cut floor coverings to butt neatly and tightly to vertical surfaces, permanent fixtures, and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings.

D. Extend floor coverings into toe spaces, door reveals, closets, and similar openings.

E. Maintain reference markers, holes, or openings that are in place or marked for future cutting by repeating on floor coverings as marked on substrates. Use chalk or other nonpermanent marking device.

237

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

F. Install floor coverings on covers for telephone and electrical ducts and similar items in installation areas. Maintain overall continuity of color and pattern with pieces of floor coverings installed on covers. Tightly adhere floor covering edges to substrates that abut covers and to cover perimeters.

G. Adhere floor coverings to substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections.

H. Heat-Welded Seams: Comply with ASTM F 1516. Rout joints and use welding bead to permanently fuse sections into a seamless floor covering. Prepare, weld, and finish seams to produce surfaces flush with adjoining floor covering surfaces.

I. Integral Flash Cove Base: Cove floor coverings 6 inches, unless otherwise indicated, up vertical surfaces. Support floor coverings at horizontal and vertical junction by cove strip. Butt at top against cap strip.

3.4 CLEANING AND PROTECTION

A. Perform the following operations immediately after completing floor covering installation:

1. Remove adhesive and other blemishes from floor covering surfaces. 2. Sweep and vacuum floor coverings thoroughly. 3. Damp-mop floor coverings to remove marks and soil.

a. Do not wash floor coverings until after time period recommended by manufacturer.

B. Protect floor coverings from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. Use protection methods recommended in writing by manufacturer.

1. Apply protective floor polish to surfaces that are free from soil, visible adhesive, and blemishes if recommended in writing by manufacturer.

2. Do not move heavy and sharp objects directly over floor coverings. Place plywood or hardboard panels over floor coverings and under objects while they are being moved. Slide or roll objects over panels without moving panels.

PROJECT CLOSEOUT

A. See individual headings in this Section for exact requirements.

END OF SECTION

238

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 09 65 19 -RESILIENT TILE FLOORING

PART 1 -GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following: 1. Vinyl composition tile (VCT).

B. Related Sections include the following:

1. Division 9 Section "Resilient Wall Base and Accessories" for resilient wall base, reducer strips, and other accessories installed with resilient floor tile.

1.3 SUBMITTALS

A. Product Data: 2 copies of manufactures technical data and installation instructions for each type of product indicated.

B. Samples for Initial Selection: Actual sections for each type of product indicated, from manufactures full range of colors and patterns available.

C. Samples for Verification: Full-size units of each, indicating full range of color and pattern of resilient floor tile required.

D. Maintenance Data: Provide 2 copies each for each type of resilient products used to include in maintenance manuals. (Project Close-Out Item)

1.4 QUALITY ASSURANCE

A. Wherever possible, provide required resilient flooring and accessories produced by a single manufacturer.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store resilient products and installation materials in dry spaces protected from the weather, with ambient temperatures maintained within range recommended by manufacturer, but not less than 65 deg F or more than 90 deg F. Store tiles on flat surfaces.

239

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.6 PROJECT CONDITIONS

A. Maintain temperatures within range recommended by manufacturer, but not less than 70 deg for more than 95 deg F, in spaces to receive floor tile during the following time periods:

1. 48 hours before installation. 2. During installation.

3. 48 hours after installation.

B. After post installation period, maintain temperatures within range recommended by manufacturer, but not less than 65 deg F or more than 95 deg F.

C. Close spaces to traffic during floor covering installation.

D. Close spaces to traffic for 48 hours after floor covering installation.

E. Install resilient products after other finishing operations, including painting, have been completed. Do not install resilient flooring over concrete slabs until latter have been cured sufficiently dry to achieve bond with adhesive as determined by manufacturers recommended moisture test.

1.7 WARRANTY (Project Close-Out Item)

A. Provide special project warranty, signed by Contractor, Installer and Manufacturer, agreeing to repair or replace defective materials and workmanship of resilient flooring during 2 year warranty period following substantial completion. Attach copies of product warranties.

1.8 EXTRA MATERIALS (Project Close-Out Item)

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Floor Tile: Furnish 1 box for every 50 boxes or fraction thereof, of each type, color, and pattern of floor tile installed. 2. Provide written verification of delivery from Owner.

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles.

240

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.2 COLORS AND PATTERNS

A. Colors and Patterns: As selected by Architect from manufacturer's full range of colors and patterns

2.3 VINYL COMPOSITION TILE

A. Vinyl Composition Tile (VCT): ASTM F 1066.

1. Armstrong World Industries, Inc.; -Standard Excelon, Premium Excelon. 2. Or Approved Equal

B. Class: 2 through-pattern tile. Premium price range.

C. Wearing Surface: Smooth. (Non-slip where shown) coefficient of portion shall be 0.6 per ASTM D2047

D. Thickness: 0.125 inch.

E. Size: 12 by 12 inches

F. Fire-Test-Response Characteristics:

1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm per ASTM E 648.

2.4 INSTALLATION MATERIALS

A. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic cement based formulation provided or approved by resilient product manufacturer for applications indicated.

B. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated.

C. Concrete Slab Primer: Non-staining type as recommended by flooring manufacturer.

PART 3 -EXECUTION

3.1 EXAMINATION

A. Examine substrates, with Installer present, for compliance with requirements for installation tolerances, moisture content, and other conditions affecting performance.

B. Verify that finishes of substrates comply with tolerances and other requirements specified in other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign deposits that might interfere with adhesion of resilient products.

241

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Prepare substrates according to manufacturer's written recommendations to ensure adhesion of resilient products.

B. Concrete Substrates: Prepare according to ASTM F 710.

1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners. 2. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing. 3. Moisture Testing: (By independent testing agency) Costs for testing shall be borne by the Contractor and shall make all coordination and arrangements with the testing agency. No extra costs will be allowed if flooring installation is postponed due to unacceptably high level of moisture.

a. Perform anhydrous calcium chloride test, ASTM F 1869 48 hours prior to scheduled installation. One test device for each 400 sq. ft. of floor area to receive indicated flooring material. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq. ft. in 24 hours.

b. Copies of test reports shall be submitted to the Architect and the Inspector of Record.

c. Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing.

d. If moisture level does not drop below the acceptable level before the remainder of the project is completed, a Notice of Completion will be recorded subject to other requirements of these documents.

e. On-and-one-half times the cost of the flooring (materials and labor) will be withheld form the Contractor’s final payment. The amount withheld will be released to the Contractor upon completion of all flooring work.

C. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents.

D. Access Flooring Panels: Remove protective film of oil or other coating using method recommended by access flooring manufacturer.

E. Use trowelable leveling and patching compound to fill cracks, holes, and depressions in substrates.

F. Apply concrete slab primer, if required and recommended by flooring manufacturer, prior to application of adhesive. Apply in compliance with manufacturer’s directions.

242

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

G. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation.

1. Do not install resilient products until they are same temperature as space where they are to be installed.

H. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation. After cleaning, examine substrates for moisture, alkaline salts, carbonation, and dust. Proceed with installation only after unsatisfactory conditions have been corrected.

TILE INSTALLATION

A. Lay out tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter.

1. Lay tiles square with room axis unless otherwise indicated.

B. Match tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles.

1. Lay tiles with grain running in one direction unless otherwise indicated.

C. Scribe, cut, and fit tiles to butt neatly and tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, edgings, door frames, thresholds, and nosings.

D. Extend tiles into toe spaces, door reveals, closets, and similar openings.

E. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent, nonstaining marking device.

F. Install tiles on covers for telephone and electrical ducts and similar items in finished floor areas. Maintain overall continuity of color and pattern with pieces of tile installed on covers. Tightly adhere tile edges to substrates that abut covers and to cover perimeters.

G. Adhere tiles to flooring substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections.

H. Tightly adhere wall base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates.

243

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.4 CLEANING AND PROTECTION

A. Perform the following operations immediately after completing resilient product installation:

1. Remove adhesive and other blemishes from exposed surfaces. 2. Sweep and vacuum surfaces thoroughly. 3. Damp-mop surfaces to remove marks and soil.

a. Do not wash surfaces until after time period recommended by manufacturer.

B. Protect resilient products from mars, marks, indentations, and other damage from construction operations and placement of equipment and fixtures during remainder of construction period. Use protection methods recommended in writing by manufacturer.

1. Apply protective floor polish to horizontal surfaces that are free from soil, visible adhesive, and surface blemishes if recommended in writing by manufacturer.

a. Use commercially available product acceptable to manufacturer. b. Coordinate selection of floor polish with Owner's maintenance service.

1 Cover products installed on horizontal surfaces with undyed, untreated building paper until Substantial Completion. 2 Do not move heavy and sharp objects directly over surfaces. Place hardboard or plywood panels over flooring and under objects while they are being moved. Slide or roll objects over panels without moving panels.

3.5 PROJECT CLOSE OUT

A. See individual headings in this section for exact requirements.

END OF SECTION

244

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 09 77 50 – SANITARY WALL PANELS PART 1 –

A. GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract,

including General and Supplementary Conditions and Division-1 Specification sections,

apply to work specified in this section. DESCRIPTION OF WORK: Extent of wall

panels (FRP panels) required are indicated on drawings and in schedules. QUALITY

ASSURANCE: Manufacturer: Obtain panels from a single manufacturer to ensure

uniformity in quality of appearance and construction, unless otherwise indicated.

SUBMITTALS: Shop Drawings: Submit product literature for approval and verification

of panel sizes and anchorage method and location of panels.

Samples: submit full range of color samples for each type of panel system. Colors shall be selected from manufactures standard color selection. Colors to be selected by Architect.

B. PRODUCT DELIVERY, STORAGE AND HANDLING : Packaging of panels is the responsibility of the supplier. Secure panels on site in a weather proof location. At time of delivery inspect product for any defects, proper sizes and colors to match submittals. Return damaged or incorrect product and deliver correct and damaged free products in a timely manner.

PART 2 –

A. PRODUCTS ACCEPTABLE MANUFACTURERS: Manufacturer: Subject to

compliance with requirements, provide products of one of the following:

NUDO Products Inc. Crane Composites Citadel

B. MATERIALS AND COMPONENTS: Wall panels shall be .09" thick Class A rated. Textured surface material and color to be selected by Architect. Provide as large as size possible to accommodate the installation as shown or noted on plans. Flame spread index 25, smoke developed index 335, USDA and FDA approved for food processing

245

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

plants. Vinyl moldings are to be installed at all edges of FRP panels per manufacturer’s instructions. Use “L” angle, “H” bead, and “J” bead, etc., as manufactured by panel manufacturer. Provide adhesive and silicone sealant for installation.

PART 3 -EXECUTION

A. INSTALLATION:

Install wall panels using adhesive and sealant as recommended by manufacturer and accepted by all agencies to be compatible with other existing surfaces. Contractor shall prepare existing and new surfaces as necessary for a proper, complete and acceptable installation approved by the manufacturer.

Install moldings and panels true and straight. Inspect substrate material prior to installation and notify Architect if unacceptable to receive FRP panels. Have corrections made to substrate before proceeding. Installation of panels to substrate without notifying of any problems is an acceptance of the material and any problems with the panel installation shall be corrected at no expense to owner.

Install panels per manufactures recommendation over existing or new surfaces. Replace damaged panels due to shipping or installation neglect prior to final inspection.

B. ADJUST AND CLEAN:

Protection and Completed Work: Advise Contractor of proper procedures required for protection of installed wall panels from damage or deterioration until acceptance of work.

C. PROJECT CLOSE-OUT:

See individual headings in this section for exact requirements.

END OF SECTION

246

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

09 91 00 PAINTING-DETAILED SPECIFICATIONS

PARTS 1 -GENERAL

1.01 SUMMARY:

A. Section Includes: Painting and finishing of all interior and exterior items and surfaces, unless otherwise indicated or listed under exclusions below:

1. Paint all exposed surfaces, except as otherwise indicated, whether or not colors are designated.

2. Include field painting of exposed exterior and interior plumbing, mechanical and electrical work, except as indicated below.

3. Paint exterior stucco where indicated on Drawings.

B. Work Included:

1. The intent and requirements of this section is that all work, items and surfaces which are normally painted and finished in a building of this type and quality, shall be so included in this contract, whether or not said work, item or surface is specifically called out and included in the schedules and notes on the drawings, or is, or is not, specifically mentioned in these specifications.

C. The following general categories of work and items that are included under other sections, shall not be a part of this section:

1. Shop prime painting of structural and miscellaneous iron or steel. 2. Shop prime painting of hollow metal work. 3. Shop finished work and items.

D. The Room Finish Schedules indicated on the drawings, indicates the location of interior room surfaces to be painted or finished. The schedule indications are general and do not necessarily define the detail requirements. Include all detailed refinements and further instructions as may be given for the required complete finishing of all spaces and rooms.

1.02 SUBMITTALS:

A. Product Data: Submit complete manufacturer's descriptive literature and specifications in accordance with the provisions of Section 01300.

1. Materials List: Submit complete lists of materials proposed for use, giving the manufacturer's name, catalog number, and catalog cut for each item when applicable. When required, provide a list of paint and coating materials proposed

247

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

for use, which equates such materials with the design-basis products specified.

B. Samples: In accordance with provisions of Section 01300, submit, on 8-1/2 inch by 11 inch hardboard, samples of each color, gloss, texture and material selected by the Architect from standard colors available for the coatings required.

1. For natural and stained finishes, provide sample on each type and quality of wood used on the project.

C. Manufacturer's Instructions: Submit the manufacturer's current recommended methods of installation, including relevant limitations, safety and environmental cautions, application rates, and composition analysis.

1.03 QUALITY ASSURANCE:

A. Regulatory Requirements: Comply with applicable codes and regulations of governmental agencies having jurisdiction including those having jurisdiction over airborne emissions and industrial waste disposal. Where those requirements conflict with this Specification, comply with the more stringent provisions. Regulatory changes may affect the formulation, availability, or use of specified coatings. Confirm availability of coatings to be used prior to job going out to bid and before start of painting project.

1. Comply with the current applicable regulations of the California Air Resources Board (CARB) and the Environmental Protection Agency (EPA).

B. Field Sample: When and as directed by the Architect, apply one complete coating system for each color, gloss and texture required. When approved, the sample panel areas will be deemed incorporated into the Work and will serve as the standards by which the subsequent Work of this Section will be judged.

1.04 DELIVERY, STORAGE, AND HANDLING:

A. Storage and Protection: Use all means necessary to protect the materials of this Section before, during, and after installation.

B. Deliver materials to job site in new, original, and unopened containers bearing manufacturer's name and trade name. Store where directed in accordance with manufacturer's instructions.

1.05 PROJECT CONDITIONS:

A. Do not apply exterior materials during fog, rain or mist, or when inclement weather is expected within the dry time specified by the manufacturer. No exterior or interior painting shall be done until the surfaces are thoroughly dry and cured. Do not apply paint

248

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

when temperature is below 50o

B.\. Avoid painting surfaces when exposed to direct sunlight.

PART 2 -PRODUCTS

2.01 MANUFACTURERS: A. Manufacturer's catalog names and number of paint types in this Section herein are based

on products of Dunn-Edwards Corporation and is the standard of quality against which the Architect will judge equivalency. The quantity of titanium dioxide, the use of clays, aluminum silicate, talc and the purity of acrylic materials are a few of the criteria which will be used by the Architect in determining equivalency of materials.

2.02 MATERIALS:

A. Paints: Provide Ready-Mixed, except field catalyzed coatings. Pigments shall be fully ground maintaining soft paste consistency, capable of being readily and uniformly dispersed to complete homogeneous mixture. Paints shall have good flowing and brushing properties and be capable of drying or curing free of streaks and sags.

B. Accessory Materials: Linseed oil, shellac, solvents, and other materials not specified but required to achieve required finishes shall be of high quality and approved by manufacturer.

C. Colors shall be selected from color chip samples provided by manufacturer of paint system approved for use. Match approved samples for color, texture and coverage.

2.04 MIXES:

A. Mix, prepare, and store painting and finishing materials in accordance with manufacturer's directions.

PART 3-EXECUTION

3.01 EXAMINATION:

A. Examine surfaces to be painted before beginning painting work. Work of other trades that has been left or installed in a condition not suitable to receive paint, stain, other specified finish shall be repaired or corrected by the applicable trade before painting. Painting of defective or unsuitable surface implies acceptance of the surfaces.

B. Beware of a condition known as "critical lighting". This condition causes shadows that accentuate even the slightest surface variations. A pigmented sealer will provide tooth for succeeding decorative coating, but "does not" equalize smoothness or surface texture. Any corrective action to gypsum board/drywall must be done by the drywall contractor prior to decorating.

249

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.02 PROTECTION:

A. Protect previously installed work and materials, which may be affected by Work of this Section.

1. Protect prefinished surfaces, lawns, shrubbery and adjacent surfaces against paint and damage.

2. Furnish sufficient drop cloths, shields, and protective equipment to prevent spray or splatter from fouling surfaces not being painted.

3. Protect surfaces, equipment, and fixtures from damage resulting from use of fixed, movable and hanging scaffolding, planking, and staging.

B. Provide WET PAINT signs, barricades, and other devices required to protect newly finished surfaces. Remove temporary protective wrappings provided by others for protection of their work after completion of painting operations.

3.03 PREPARATION:

A. Perform preparation and cleaning procedures in strict accordance with coating manufacturer’s instructions for each substrate condition.

B. Concrete and masonry surfaces shall be dry, clean, and free of dirt, efflorescence, encrustation, and other foreign matter. Glazed surfaces on concrete shall be roughened or etched to uniform texture.

C. Ferrous metal shall be cleaned of oil, grease, and foreign matter with solvent. Prime within 3 hours after preparation.

D. Sand and scrape metal to remove loose primer and rust.

E. Galvanized metal shall be chemically or solvent cleaned and then retreated with an etching-type solution if recommended by the finish manufacturer. Cleaned and retreated galvanized metal shall be primed the same day that cleaning has been performed.

F. Remove dust, grit and foreign matter from wood surfaces. Scrape, sand and fill surfaces and dust clean. Spot coat knots, pitch streaks, and sappy section with pigmented stain sealer when surfaces are to be painted. Fill nail holes, cracks and other defects after priming and spot prime repairs when fully cured.

G. Remove hardware and accessories, machined surfaces, plates, lighting fixtures and similar items in place and not-to-be-finish painted, or provide surface-applied protection. Reinstall removed items upon completion of work in each area.

H. Existing surfaces to be recoated shall be thoroughly cleaned and deglossed by sanding or other means prior to painting. Patched and bare areas shall be spot primed with same

250

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

primer as specified for new work.

I. Thoroughly backpaint all surfaces of exterior and interior finish lumber and millwork, including doors and window frames, trim, cabinetwork, etc., which will be concealed after installation. Backpaint items to be painted or enameled with the priming coat. Use a clear sealer for backpriming where transparent finish is required.

J. Bar and covered pipes, ducts, hangers, exposed steel and ironwork, and primed metal surfaces of equipment installed under mechanical and electrical work shall be cleaned prior to priming.

K. Preparation of other surfaces shall be performed following specific recommendations of the coatings manufacturer.

L. Bond breakers and curing agents must be removed and the surface cleaned before primers, sealers or finish paints can be applied.

M. All drywall surfaces must be completely dry and dust free before painting. Skim coated drywall must be sealed with an alkyd based sealer or a waterborne sealer recommended by the paint manufacturer for this surface. Use the appropriate light or medium tack masking tape.

3.04 APPLICATION:

A. Apply painting and finishing materials in accordance with the manufacturer's submittals, as approved. Use applicators and techniques best suited for the material and surfaces to which applied.

1. The number of coats specified is the minimum that shall be applied. Apply additional coats when undercoats, stains or other conditions show through final paint coat, until paint film is of uniform finish, color and appearance.

2. All undercoats shall be tinted slightly to approximate the color of the finish coat.

B. Apply each material at not less than the manufacturer's recommended spreading rate:

1. Provide a total dry film thickness of not less than 1.2 mils for each required coat.

C. Apply prime coat to surface, which is required to be painted or finished.

D. Finish exterior doors on tops, bottoms, and edges same as exterior faces, after fitting.

E. Sand lightly and dust clean between succeeding coats.

3.05 CLEANING, TOUCH-UP AND REFINISHING:

A. Carefully remove all spattering, spots and blemishes caused by work under this section from surfaces throughout the project.

251

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Upon completion of painting work remove all rubbish, paint cans, and accumulated materials resulting from work in each space or room. All areas shall be left in a clean, orderly condition.

C. Runs, sags, misses, holidays, stains and other defects in the painted surfaces, including inadequate coverage and mil thickness shall be satisfactorily touched up, or refinished, or repainted as necessary.

3.06 FINISH SCHEDULE

A. Apply the following finishes to the surfaces specified and/or as specified on the finish schedule on the Drawings. Apply all materials in accordance with manufacturer’s instructions on properly prepared surfaces and foundation coats. All intermediate undercoats must be tinted to approximate the final color.

1. Architect will issue a color schedule prior to start of painting to designate the various colors and locations required for the work.

2. Semi-gloss finish typical, all materials, interior and exterior.

3. District approval required to substitute for semi-gloss, even if the non-semi-gloss finish is noted below.

B. Exterior Systems:

1. Stucco & Plaster

Semi-Gloss – 100% Acrylic

First Coat EFF-STOP, Acrylic Masonry Primer (W 709) OR SUPER-LOC Two-Component Waterborne Epoxy Masonry Sealer (W 718) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

2. Concrete Tilt-Up

Semi-Gloss – 100% Acrylic

First Coat EFF-STOP, Acrylic Masonry Primer/Sealer (W 709) OR SUPER-LOC Two-Component Waterborne Epoxy Masonry Sealer (W 718) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

252

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3. Brick Masonry

Semi-Gloss – 100% Acrylic

First Coat EFF-STOP, Acrylic Masonry Primer/Sealer (W 709) OR SUPER-LOC, Two-Component Waterborne Epoxy Masonry Sealer (W 718) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

4. Concrete Block

Semi-Gloss – 100% Acrylic

First Coat BLOCFIL, Concrete Block Filler, Smooth (W 305) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

5. Ferrous Metal

Semi-Gloss – Alkyd/Acrylic

First Coat SYN-LUSTRO, Water-based Rust-Preventative Acrylic Primer (W 8) OR BLOC-RUST, Red Oxide Alkyd Rust Preventative Primer (43-4) OR CORROBAR, White Alkyd Rust Preventative Primer (43-5) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

Gloss – Rust Preventative Alkyd

First Coat SYN-LUSTRO, Water-based Rust-Preventative Acrylic Primer (W 8) OR BLOC-RUST, Red Oxide Alkyd Rust Preventative Primer (43-4) OR CORROBAR, White Alkyd Rust Preventative Primer (43-5) Second Coat SYN-LUSTRO, Rust Preventative Alkyd Gloss Enamel (10 Series)** Third Coat SYN-LUSTRO, Rust Preventative Alkyd Gloss Enamel (10 Series)** OR SYN-LUSTRO, Water-Based Rust Preventative Gloss Paint (W10)

Matte, Industrial High Performance – Inorganic Zinc/Epoxy/Acrylic

First Coat Rust-Oleum 9100 DTM Epoxy Mastic Second Coat Rust-Oleum 5200 Industrial Choice DTM Acrylic Third Coat Rust-Oleum 5200 Industrial Choice DTM Acrylic

Matte, Industrial High Performance – Epoxy Primer/Epoxy/Acrylic

253

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

First Coat Rust-Oleum 9100 DTM Epoxy Mastic Second Coat Rust-Oleum 5200 Industrial Choice DTM Acrylic Third Coat Rust-Oleum 5200 Industrial Choice DTM Acrylic

High Gloss, Industrial High Performance – Inorganic Zinc/Epoxy/Urethane

First Coat Rust-Oleum 9100 DTM Epoxy Mastic Second Coat Rust-Oleum 9100 DTM Epoxy Mastic Third Coat Rust-Oleum 9700 Low VOC Urethane

f. High Gloss, Industrial High Performance – Epoxy Primer/Epoxy/Urethane

First Coat Rust-Oleum 9100 DTM Epoxy Mastic Second Coat Rust-Oleum 9100 DTM Epoxy Mastic Third Coat Rust-Oleum 9700 Low VOC Urethane

6. Galvanized Metal

Semi-Gloss – Alkyd/Acrylic

Pretreatment JASCO Metal Etch First Coat GALV-ALUM Epoxy Galvanized/Aluminum Metal Primer (43-7) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

Gloss – Rust Preventative Alkyd

Pretreatment JASCO Metal Etch First Coat GALV-ALUM Epoxy Galvanized/Aluminum Metal Primer (43-7) Second Coat SYN-LUSTRO, Rust Preventative Alkyd Gloss Enamel (10 Series)** Third Coat SYN-LUSTRO, Rust Preventative Alkyd Gloss Enamel (10 Series)** OR SYN-LUSTRO, Water-Based Rust Preventative Gloss Paint (W10)

Matte, Industrial High Performance – Epoxy Primer/Acrylic

First Coat Rust-Oleum 9100 DTM Epoxy Mastic Second Coat Rust-Oleum 5200 Industrial Choice DTM Acrylic Third Coat Rust-Oleum 5200 Industrial Choice DTM Acrylic

High Gloss, Industrial High Performance – Epoxy Primer/Urethane

First Coat Rust-Oleum 9100 DTM Epoxy Mastic Second Coat Rust-Oleum 9700 Low VOC Urethane Third Coat Rust-Oleum 9700 Low VOC Urethane

7. Wood – Paint Finish

a. Semi-Gloss – Acrylic 254

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

First Coat E-Z PRIME, Ext. 100% Acrylic Wood Primer (W 708) Second Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50) Third Coat EVERSHIELD, 100% Acrylic Semi-Gloss Enamel (EVSH 50)

i. Wood – Stain Finish – Opaque: Two Coats ACRI-FLAT, Exterior 100% Acrylic Flat Finish (W 704)

ii. Wood – Stain Finish – Semi-Transparent: One Coat OKON Weather Pro Tinted (WPT-3)

C. Interior Systems:

1. Gypsum Board

Semi-Gloss -Acrylic

First Coat VINYLASTIC, Interior Pigmented Sealer (W 101V)* Second Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) Third Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50)

2. Concrete & Plaster:

Semi-Gloss – 100% Acrylic

First Coat SUPER-LOC, Two-Component Waterborne Epoxy Sealer (W718) OR EFF-STOP, Acrylic Masonry Primer (W 709) Second Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) Third Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50)

3. Brick

Semi-Gloss – 100% Acrylic

First Coat EFF-STOP, Acrylic Masonry Primer (W 709) Second Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) Third Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50)

4. Concrete Block

Semi-Gloss – 100% Acrylic

First Coat BLOCFIL, Concrete Block Filler, Smooth (W 305) Second Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) Third Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50)

255

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

5. Ferrous Metal

Semi-Gloss – Alkyd/100% Acrylic

First Coat SYN-LUSTRO, Water-based Rust-Preventative Acrylic Primer (W 8) OR CORROBAR, White Alkyd Rust Preventative Primer (43-5) Second Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) Third Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50)

Semi-Gloss –Rust Preventative Alkyd

First Coat SYN-LUSTRO, Water-based Rust-Preventative Acrylic Primer (W 8) OR CORROBAR, White Alkyd Rust Preventative Primer (43-5) Second Coat SYN-LUSTRO, Alkyd Rust Preventative Semi-Gloss Enamel (9)** Third Coat SYN-LUSTRO, Alkyd Rust Preventative Semi-Gloss Enamel (9)** OR SYN-LUSTRO Water-based Rust-Preventative Acrylic Semi-Gloss Paint (W9)

6. Wood – Paint Finish

Semi-Gloss – 100% Acrylic

First Coat UNIKOTE, Int. Acrylic Enamel Undercoater (W707V) Second Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) Third Coat SUPREMA, 100% Acrylic Semi-Gloss Enamel (SPMA 50) * Dunn-Edwards does not recommend VINYLASTIC, Interior Pigmented Sealer (W 101) on drywall where "Prep Coat", "First Coat", or other skim coat type materials have been applied. For enamel finishes, use WALLTONE, Flat Wall Finish (W 420) for the first coat. For flat finishes, use two coats of the flat finish material only.

**Yellowing of white and off-white alkyd enamels may occur because of government regulatory limits on solvent content. Substitution of latex enamels would avoid this problem.

END OF SECTION

DISCLAIMER The information contained herein does not replace or supersede relevant statutes and regulations. This information is based upon the statutes and regulations in effect as of the date of this document. Interested parties should keep apprised of subsequent changes to relevant statutes and regulations.

256

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 12 21 13 -HORIZONTAL LOUVER BLINDS

PART 1 -GENERAL

RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following types of venetian blinds and accessories:

1. Miniblinds with aluminum louver slats.

B. Related Sections include the following: 1. Division 8 Sections for windows, window walls, and curtain walls with horizontal

louver blinds mounted on window frames.

1.3 DEFINITIONS

A. Miniblind: Venetian blind with nominal 1-inch-wide louver slat.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated. Include styles, material descriptions, construction details, dimensions of individual components and profiles, features, finishes, and operating instructions.

1. Motorized Blind Operators: Include operating instructions. 2. Motors: Show nameplate data, ratings, characteristics, and mounting

arrangements.

B. Samples for Initial Selection: For each colored component of each type of horizontal louver blind indicated.

1. Include similar Samples of accessories involving color selection.

C. Samples for Verification: For the following products, prepared on Samples from the same material to be used for the Work.

1. Louver Slat: Not less than 12 inches long.

257

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2. Horizontal Louver Blind: Full-size unit, not less than 16 inches wide by 24 inches long.

3. Valance: Full-size unit, not less than 12 inches wide. 4. Cornice: Full-size unit, not less than 12 inches wide.

D. Window Treatment Schedule: Include horizontal louver blinds in schedule using same room designations indicated on Drawings.

E. Product Certificates: For each type of horizontal louver blind product, signed by product manufacturer.

F. Product Test Reports: For each type of horizontal louver blind product.

G. Maintenance Data: For horizontal louver blinds to include in maintenance manuals. Include the following: (Project Close-Out Item)

1. Methods for maintaining horizontal louver blinds and finishes. 2. Precautions about cleaning materials and methods that could be detrimental to

finishes and performance. 3. Operating hardware. 4. Motorized blind operator.

1.5 QUALITY ASSURANCE

A. Source Limitations: Obtain horizontal louver blinds through one source from a single manufacturer.

B. Fire-Test-Response Characteristics: Provide horizontal louver blinds with the fire-test-response characteristics indicated, as determined by testing identical products per test method indicated below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction:

a. Flame-Resistance Ratings: Passes NFPA 701.

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

D. Corded Window Covering Product Standard: Provide horizontal louver blinds complying with WCMA A 100.1.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver blinds in factory packages, marked with manufacturer and product name and location of installation using same room designations indicated on Drawings and in a window treatment schedule.

258

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1.7 PROJECT CONDITIONS

A. Environmental Limitations: Do not install horizontal louver blinds until construction and wet and dirty finish work in spaces, including painting, is complete and ambient temperature and humidity conditions are maintained at the levels indicated for Project when occupied for its intended use.

B. Field Measurements: Where horizontal louver blinds are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication and indicate measurements on Shop Drawings. Allow clearances for operable glazed units' operation hardware throughout the entire operating range. Notify Architect of discrepancies. Coordinate fabrication schedule with construction progress to avoid delaying the Work.

1.8 EXTRA MATERIALS (Project Close-Out item)

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Horizontal Louver Blinds: Before installation begins, for each size, color, texture, pattern, and gloss indicated, full-size units equal to 5 percent of amount installed, but not fewer than two units.

PART 2 -PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Horizontal Louver Blinds, Aluminum Louver Slats:

a. Hunter Douglas Contract Window Coverings. b. Levolor Contract. c. Bali Blinds.

2.2 HORIZONTAL LOUVER BLINDS, ALUMINUM LOUVER SLATS

A. Products: Subject to compliance with requirements, provide one of the following:

1. Hunter Douglas, Decor

a. Color: To be determined for full range of available colors b. Texture: Smooth.

259

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Louver Slats: Aluminum, alloy and temper recommended by producer for type of use and finish indicated; with crowned profile and radiused corners.

1. Nominal Slat Width: 1 inch for miniblinds.

a. Slat Spacing: Every 18 mm for 16.7 slats or more per foot.

2. Nominal Slat Thickness: Not less than 0.008 inch. 3. Slat Finish: One color as indicated.

a. Ionized Coating: Antistatic, dust-repellent, baked polyester finish.

C. Headrail: Formed steel or extruded aluminum; long edges returned or rolled; fully enclosing operating mechanisms on three sides and ends; capacity for two blinds per headrail, unless otherwise indicated on Drawings.

D. Bottom Rail: Formed-steel or extruded-aluminum tube, sealed with plastic or metal capped ends top contoured to match crowned shape of louver slat, bottom contoured for minimizing light gaps; with enclosed and protected ladders and tapes to prevent their contact with sill.

E. Maximum Light Blocking Blinds: Designed for eliminating all visible light gaps if slats are tilted closed; with tight tape spacing indicated and slats with minimal-sized rout holes for ladders hidden and placed near back edge for maximum slat overlap; with headrail and bottom rail extended and formed for light-tight joints between rail and adjacent slats or construction.

F. Tilt Control: Consisting of enclosed worm gear mechanism, slip clutch or detachable wand preventing overrotation, and linkage rod, for the following operation:

1. Tilt Operation: Manual with clear plastic wand or cord-operated tilter. 2. Length of Tilt Control: Length required to make operation convenient from floor

level at + 44” above finish floor. 3. Tilt: Full. 4. Tilt: Two-direction, positive stop or lock out limited at an angle of 75 degrees

from zero-degree horizontal, both directions. 5. Tilt: One-direction, positive stop or lock out limited at an angle of 70 degrees up

from zero-degree horizontal.

G. Lift Operation: Manual, cord lock; locks pull cord to stop blind at any position in ascending or descending travel.

H. Ladders: Evenly spaced to prevent long-term louver sag.

1. For Blinds with Nominal Slat Width 1 Inch or Less: Braided string.

I. Valance: Two louver slats.

260

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

1. Finish Color Characteristics: Match color, texture, pattern, and gloss of louver slats.

J. Mounting: As indicated on Drawings, mounting permitting easy removal and replacement without damaging blind or adjacent surfaces and finishes; with spacers and shims required for blind placement and alignment indicated.

1. Provide intermediate support brackets if end support spacing exceeds spacing recommended by manufacturer for weight and size of blind.

K. Hold-Down Brackets and Hooks or Pins: Manufacturer's standard, as indicated.

L. Side Channels and Perimeter Seals: Manufacturer's standard for eliminating light gaps when blinds are closed.

M. Colors, Textures, Patterns, and Gloss: As selected by Architect from manufacturer's full range.

HORIZONTAL LOUVER BLINDS FABRICATION

A. Product Standard and Description: Comply with AWCMA Document 1029, unless otherwise indicated, for each horizontal louver blind designed to be self-leveling and consisting of louver slats, rails, ladders, tapes, lifting and tilting mechanisms, cord, cord lock, tilt control, and installation hardware.

B. Concealed Components: Noncorrodible or corrosion-resistant-coated materials. 1. Lifting and Tilting Mechanisms: With permanently lubricated moving parts.

C. Unit Sizes: Obtain units fabricated in sizes to fill window and other openings as follows, measured at 74 deg F:

1. Blind Units Installed between (Inside) Jambs: Width equal to 1/4 inch per side or 1/2 inch total, plus or minus 1/8 inch, less than jamb-to-jamb dimension of opening in which each blind is installed. Length equal to 1/4 inch, plus or minus 1/8 inch, less than head-to-sill dimension of opening in which each blind is installed.

2. Blind Units Installed Outside Jambs: Width and length as indicated, with terminations between blinds of end-to-end installations at centerlines of mullion or other defined vertical separations between openings.

D. Installation Brackets: Designed for easy removal and reinstallation of blind, for supporting headrail, valance, and operating hardware, and for hardware position and blind mounting method indicated.

E. Installation Fasteners: Not fewer than two fasteners per bracket, fabricated from metal noncorrosive to blind hardware and adjoining construction; type designed for securing to supporting substrate; and supporting blinds and accessories under conditions of

261

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

normal use.

F. Color-Coated Finish:

1. Metal: For components exposed to view, apply manufacturer's standard baked finish complying with manufacturer's written instructions for surface preparation including pretreatment, application, baking, and minimum dry film thickness.

G. Component Color: Provide rails, cords, ladders, and exposed-to-view metal and plastic matching or coordinating with slat color, unless otherwise indicated.

MOTORIZED HORIZONTAL LOUVER BLIND OPERATORS PA/PM OMIT IF NOT USED

A. Products: Subject to compliance with requirements, provide one of the following:

1. <Insert manufacturer's name; product designation.>

B. General: Provide factory-assembled blind operation systems designed for blind type, size, weight, construction, use, and operation frequency indicated, with lift and tilt functions. Provide operation systems of size and capacity and with features, characteristics, and accessories suitable for Project conditions and recommended by blind manufacturer, complete with electric motors and factory-prewired motor controls, remote-control stations, remote-control devices, power disconnect switches, enclosures protecting controls and all operating parts, headrail, and accessories required for reliable operation without malfunction. Include wiring from motor controls to motors. Coordinate operator wiring requirements and electrical characteristics with the building electrical system.

C. Comply with NFPA 70.

D. Control Equipment: Comply with NEMA ICS 1, NEMA ICS 2, and NEMA ICS 6 with NFPA 70 Class 2 control circuit, maximum 24-V ac or dc.

E. Electric Motors: UL-approved or-recognized, totally enclosed, insulated motor, complying with NEMA MG 1, with thermal overload protection and internal limit switches; sized by blind manufacturer to start and operate size and weight of blind considering service factor or considering Project's service conditions without exceeding nameplate ratings.

1. Service Factor: According to NEMA MG 1, unless otherwise indicated. 2. Motor Characteristics: Single phase, 110 V, 60 Hz. 3. Motor Mounting: Within manufacturer's standard headrail enclosure.

F. Remote Controls: Electric controls with NEMA ICS 6, Type 1 enclosure for recessed or flush mounting. Provide the following devices for remote-control activation of blinds:

1. Control Stations: Combination maintained-momentary-contact, five-position, 262

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

rocker-style, wall switch-operated control station with open, close, tilt forward, tilt backward, and center off functions.

a. Color: Ivory or White, as indicated.

G. Limit Switches: Adjustable switches, interlocked with motor controls and set to automatically stop blind at fully raised and fully lowered positions.

H. Operating Features: Include the following:

1. Group switching with integrated switch control; single face plate for multiple switch cut-outs.

I. Headrail: Manufacturer's standard formed steel or extruded aluminum; long edges returned or rolled; fully enclosing operating mechanisms on three sides and ends; capacity for two blinds per headrail, unless otherwise indicated on Drawings.

1. Color: Match blind.

PART 3 -EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances, operational clearances, accurate locations of connections to building electrical system, and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 HORIZONTAL LOUVER BLIND INSTALLATION

A. Install blinds level and plumb and aligned with adjacent units according to manufacturer's written instructions, and located so exterior louver edges in any position are not closer than 2 inches to interior face of glass. Install intermediate support as required to prevent deflection in headrail. Allow clearances between adjacent blinds and for operating glazed opening's operation hardware, if any.

B. Flush Mounted: Install blinds with louver edges flush with finish face of opening if slats are tilted open.

C. Jamb Mounted: Install headrail flush with face of opening jamb and head.

D. Head Mounted: Install headrail on face of opening head.

E. Recessed: Install headrail concealed within blind pocket.

263

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

F. Connections: Connect motorized operators to building electrical system.

3.3 ADJUSTING

A. Adjust horizontal louver blinds to operate smoothly, easily, safely, and free from binding or malfunction throughout entire operational range.

3.4 CLEANING AND PROTECTION

A. Clean blind surfaces after installation, according to manufacturer's written instructions.

B. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, that ensure that horizontal louver blinds are without damage or deterioration at time of Substantial Completion.

C. Replace damaged blinds that cannot be repaired, in a manner approved by Architect, before time of Substantial Completion.

3.5 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain systems. Refer to Division 1 Section "Closeout Procedures."

END OF SECTION

264

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

SECTION 22 05 11 - COMMON WORK RESULTS FOR PLUMBING

PART 1 GENERAL

1.01 SCOPE OF WORK

A. Furnish, install and secure all necessary permits and approvals for the following plumbing work and other plumbing items indicated on the Drawings or described in these Specifications:

1. Hot and cold water piping 2. Soil, waste and vent piping 3. Natural gas piping 4. Floor and shower drains 5. Plumbing fixtures 6. Drinking fountains 7. Domestic water heaters

B. Trenching and backfill required in conjunction with piping is included as work of this section.

1.02 RELATED DOCUMENTS

A. Drawing and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section.

1.03 QUALITY ASSURANCE

A. Manufacturer’s qualifications: Firms regularly engaged in manufacture of products, of types, materials, and sizes required, whose products have been in satisfactory use in similar service for not less than 5 years.

B. Installer’s qualifications: Firms with at least 3 years of successful installation experience on projects with plumbing systems work similar to that required for project.

1.04 GUARANTEE

A. Repair or replace defective equipment and materials or faulty installation arising during the first year after final acceptance. Furnish written guarantee to this effect. Manufacturer’s guarantees and warranties still in effect shall be given to the Owner at the expiration of the guarantee period.

1.05 SUBMITTALS A. Furnish six copies of complete submittal data for all equipment, materials, accessories

and other items required by Architect. A list of manufacturers is not acceptable.

B. Product Data: Submit manufacturer’s technical product data and installation instructions 265

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

for plumbing materials and products.

C. Record Drawings: At project closeout, submit record drawings of installed plumbing system, in accordance with requirements of Division 1.

D. Maintenance Data: Submit maintenance data and parts lists for plumbing materials and products. Include this data, product data, shop drawings and record drawings in maintenance manual; in accordance with requirements of Division 1.

1.06 CONSTRUCTION REVIEW

A. Under no circumstances is it the intent of the Engineer to directly control the physical activities of the Contractor or his employees. The Contractor is solely responsible for safety on the job.

1.07 CODES AND STANDARDS

A. Plumbing code compliance: Comply with applicable portions of Uniform Plumbing Code pertaining to selection and installation of plumbing materials and products.

1.08 DAMAGE BY LEAKS

A. Repair or replace items damaged by leaks or overflow from work provided under this Section. This includes replacement of refrigerant.

PART 2 PRODUCTS

2.01 MATERIALS AND PRODUCTS

A. The manufacturers equipment described on the Drawings and listed first in the Specifications is the basis of the design. This equipment establishes the standards of quality and utility required for this project. Manufacturers of generally comparable products are also listed; however, these are alternate items subject at proof of acceptability.

B. General: Provide materials and factory-fabricated products of sizes, types, pressure ratings, temperature ratings, and capacities as indicated. Where not indicated, provide proper selection as determined by Installer to comply with installation requirements. Provide materials and products complying with Uniform Plumbing Code where applicable.

2.02 PIPES AND PIPE FITTINGS

A. Interior water piping: Copper tube: Type L, hard-drawn temper; wrought-copper fittings, solder-joints.

266

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

B. Exterior water piping: Copper tube: Type K soft-annealed temper, cast-copper alloy flared-joint fittings; flared joints. Or PVC Plastic Pipe: Schedule 40; PVC socket type fittings; solvent cement joints.

C. Above ground soil, waste, vent and storm water piping: Hubless cast-iron soil pipe; service weight; hubless cast-iron soil pipe fittings, hubless joints.

D. Underground building drain and storm water piping: Polyvinyl chloride sewer pipe (PVC); standard weight; PVC sewer pipe fittings, solvent cement joints.

E. Natural gas piping: Provide piping materials and factory-fabricated piping products or sizes, types, pressure ratings, and capacities as indicated. Where not indicated, provide proper selection as determined by Installer to comply with installation requirements.

1. Building distribution piping: Black steel pipe; Schedule 40; malleable-iron threaded fittings. Pipe size 2 – 1/2” and larger: Black steel pipe; Schedule 40; wrought-steel butt-welding fittings.

2.03 VALVES

A. Provide one of the following types at Installer’s option – manufacturer: Milwaukee, Nibco of equal. Size Type 2” and smaller: Gate or ball valves.

2.04 PIPING HANGERS AND SUPPORTS

A. Except as otherwise indicated, provide factory-fabricated piping hangers and supports complying with MSS SP-58 selected by Installer to suit piping systems, in accordance with MSS SP-69 and manufacturer’s published product information. Use only one type by one manufacturer for each piping service. Select size or hangers and supports to exactly fit pipe size for bare piping, and to exactly fit around piping insulation with saddle or shield for insulated piping. Provide copper-plated or shield for insulated piping. Provide copper-plated hangers and supports for copper-piping systems.

2.05 PIPING IDENTIFICATION

A. Plastic Pipe Markers: Pressure-sensitive Type: Provide manufacturer’s standard pre-printed, permanent adhesive, color – coded, pressure sensitive vinyl pipe markers, complying with ANSI A13.1.

2.06 PIPING SYSTEM INSULATION

A. Flame/Smoke Ratings: Provide composite mechanical insulation (insulation, jackets, coverings, sealers, mastics and adhesives) with flame-spread index of 25 or less, and smoke – developed index of 50 or less, as tested by ASTM E84 (NFPA 255) method.

2.07 WATER HEATER

A. Provide and install water heater as scheduled on Drawings

267

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

2.08 PLUMBING FIXTURES

A. Provide factory-fabricated fixtures of type, style and material indicated. For each type fixture, provide fixture manufacturer’s standard trim, carrier, seats, and valves. Where more than one type is indicated, selection is installer’s option; but, all fixtures of same type must be furnished by single manufacturer. Where type is not otherwise indicated, provide fixtures complying with governing regulations.

2.09 TRAP PRIMERS

A. Provide bronze trap primer valve with automatic vacuum breaker, complying with ASSEE 1018, with ½” connections matching mating piping systems manufacturers: Ancon; Josam; Smith; Wade; or Zurn.

2.10 WATER HAMMER ARRESTERS

A. Provide bellows type water hammer arresters stainless steel casing and bellows, pressure rated for 250 psi, tested and certified in accordance with PDI Standard WH-201. Amtrol, Zurn, Smith.

PART 3 EXECUTION

3.01 GENERAL

A. Install plumbing system in accordance with recognized industry practices which will achieve permanently-leak proof systems, capable of performing each indicated service without failure. Install each run with minimum joints and couplings, but with adequate and accessible unions for disassembly and maintenance/replacement of valves and equipment. Reduce sizes (where indicated) by use of reducing fittings. Align piping accurately at connections, within 1/16” misalignment tolerance.

3.02 UTILITY SERVICE VERIFICATION

A. Verify the location and depth of all existing piping shown on the Drawings before making connections or beginning any underground work. If Contractor fails to verify locations before beginning work, he shall make all necessary changes required to connect at his expense.

3.03 SITE EXAMINATION

A. Visit job site before submitting bid. No extra payment will be made for necessary work not specifically covered in Drawings and Specifications, if such work was apparent from an inspection of job site at that time. Field verify all dimensions and scales shown on the plans. No allowance will be made for failure to do so.

268

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

3.04 ADEQUACY OF FURRING

A. Conceal piping in spaces provided unless specifically shown otherwise. If spaces are inadequate notify Architect in time to avoid unnecessary work. Do not cut or notch structural members without specific approval of Architect. Perform cutting in accordance with Title 21, California Administrative Code.

3.05 PROTECTION AND CLEANING

A. Keep interior of piping free of foreign material during construction. Flush piping systems with test medium specified under Piping Tests before installing appurtenances or making final connections.

3.06 INSTALLLATION OF PIPES AND PIPE FITTINGS A. Locate piping runs, except as otherwise indicated, vertically and horizontally (pitched to

drain) and avoid diagonal runs wherever possible. Orient horizontal runs parallel with walls and column lines. Locate runs as shown or described by diagrams, details and notations or, if not otherwise indicated, run piping in shortest route which does not obstruct useable space or block access for servicing building and its equipment. Hold piping close to walls, overhead construction, columns and other structural and permanent enclosure elements of building; limit clearance to 1/2” where furring is shown for enclosure or concealment of piping, but allow for insulation thickness, if any. Where possible, locate insulated piping for 1” clearance outside insulation. Wherever possible in finished and occupied spaces,conceal piping from view, by locating in column enclosures, in hollow wall construction or above suspended ceilings; do not encase horizontal runs in solid partitions, except as indicated. Isolate piping when it passes through concrete floors to avoid transferring force from concrete to pipes per CPC 313.2.

B. Electrical Equipment Spaces: Do not run piping through transformer vaults and other electrical or electronic equipment spaces and enclosures unless unavoidable. Install drip pan under piping that must be run through electrical spaces.

C. Install soil vent and storm water piping pitched to drain at minimum slope of 1/4” per foot for piping 4” and smaller, and 1/8” per foot for piping larger than 4” with prior approval of the bldg dept.

D. Install natural gas piping in accordance with applicable codes and local Utility Company requirements.

E. Plug each gas outlet, including valves, with threaded plug or cap immediately after installation and retain until continuing piping, or equipment connections are completed.

F. Ground gas piping electrically and continuously within project, and bond tightly to grounding connections.

G. Install drip-legs in gas piping where indicated, and where required by code or regulation.

H. Install “Tee” fitting with bottom outlet plugged or capped, at bottom of gas pipe risers.

269

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

I. Use dielectric unions where dissimilar metals are joined together.

J. Install gas piping with 1/64” per foot (1/8 downward slope in direction of flow).

K. Connect gas piping to each gas-fired equipment item, with drip -leg and shutoff gas cock. Comply with equipment manufacturer’s instructions.

L. Test natural gas piping in accordance with NFPA 54, and local Utility requirements.

3.07 INSTALLATION OF VALVES

A. Install valves where required for proper operation of piping and equipment, including valves in branch lines where necessary to isolate sections of piping. Locate valves so as to be accessible and so that separate support can be provided when necessary.

B. Install valves with stems pointed up, in vertical position, where possible, but in no case with stems pointed downward from horizontal plans unless unavoidable. Install valve drains with hose-end adapter for each valve that must be installed with stem below horizontal plane.

3.08 INSTALLATION OF HANGERS AND SUPPORTS

A. Install hangers, supports, clamps and attachments to support piping properly from building structure; comply with MSS SP – 69. Arrange for spacing to comply with MSS Sp – 69. Where piping of various sizes is to be supported together by trapeze hangers, space hangers for smallest pipe size or install intermediate supports for smaller diameter pipe. Do not use wire or perforated metal to support piping, and do not support piping from other piping.

3.09 INSTALLATION OF PIPING IDENTIFICATION

A. Install pipe markers on each system, and include arrows to show normal direction of flow.

B. Locate pipe markers and color bands as follows wherever piping is exposed to view in occupied spaces, machine rooms, accessible maintenance spaces (shafts, tunnels, plenums) and exterior non-concealed locations.

1. Near each valve and control device. 2. Near each branch, excluding short take-offs for fixtures and terminal units; mark

each pipe at branch, where there could be questions of flow pattern. 3. Near locations where pipes pass through walls or floors/ceilings, or enter non-

accessible enclosures. 4. At access doors, manholes and similar access points which permit view of

concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced intermediately at maximum spacing of 50’ along each piping run, except

reduce spacing to 25’ in congested areas of piping and equipment. 7. On piping above removable acoustical ceilings, except omit intermediately spaced

270

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

markers. 8. During back-filling/top-soiling of each exterior underground piping systems,

install continuous underground-type plastic line multiple small lines are buried in common trench and do not exceed overall width of 16”, install single line marker. For tile fields and similar installation, mark only edge pipe lines of field.

3.10 INSTALLATION OF PIPING INSULATION

A. Omit insulation on chrome-plated exposed piping (except for handicapped fixtures), air chambers, unions, strainers, check valves, balance cocks, flow regulators, drain lines from water coolers, drainage piping located in crawl spaces or tunnels, buried piping, fire protection piping, and pre-insulated equipment.

B. Insulate all hot plumbing piping systems with 1” thick fiberglass insulation with PVC jacket.

C. Insulate traps and under sink piping per handicap requirements.

3.11 INSTALLATION OF DOMESTIC WATER HEATERS

A. Gas-Fired Water Heaters:

1. General: Install gas-fired water heaters as indicated, in accordance with manufacturer’s installation instructions, and in compliance with applicable codes.

2. Support: Set units on concrete pads, orient so controls and devices needing service and maintenance have adequate access. Level and plumb unit.

3. Gas supply: Connect to gas line with drip leg, tee, gas/cock and union; full size of inlet connection. Locate piping so as not to interfere with service of unit.

4. Piping: Connect hot and cold water piping to units with shutoff valves and unions. Connect recirculating water line to unit with shutoff valve, check valve, and union.

5. Flue: Connect flue to draft hood with gas-tight connection 6. Start-Up: Start-up, test, and adjust gas-fired water heaters inaccordance with

manufacturer’s start-up instructions, and Utility Company’s requirements. Check and calibrate controls, adjust burner for maximum efficiency.

B. Electric Water Heaters; 1. General: Install electric eater heaters as indicated, in accordance with

manufacturer’s installation instructions, and in compliance with applicable codes. 2. Support: Set units on concrete pads, orient so controls and devices needing

service and maintenance have adequate access. Level and plumb unit. 3. Electrical Supply: Furnish wiring diagram to Electrical Installer. Refer to Division

16 of wiring of units; not work of this section.

3.12 INSTALLATION OF PLUMBING FIXTURES

A. Install plumbing fixtures of types indicated where shown and at indicated heights; in 271

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

accordance with fixture manufacturer’s written instructions, roughing-in drawings, and with recognized industry practices. Ensure that plumbing fixtures comply with requirements and serve intended purposes. Comply with applicable requirements of the Uniform Plumbing Code.

B. Fasten plumbing fixtures securely to indicated supports or building structure; and ensure that fixtures are level and plumb.

C. Secure plumbing supplies behind or within wall construction so as to be rigid, and not subject to pull or push movement.

D. Protect installed fixtures from damage during remainder of construction period.

E. Upon completion of installation of plumbing fixtures and after units are water pressurized, test fixtures to demonstrate capability and compliance with requirements. When possible, correct malfunctioning units at site, then re-test to demonstrate compliance; otherwise, remove and replace with new units and proceed with re-testing.

F. Inspect each installed unit for damage to finish. If feasible, restore and match finish to original at site; otherwise, remove fixture and replace with new unit. Feasibility and match to be judged by Architect/Engineer. Remove cracked or dented units and replace with new units.

G. Clean plumbing fixtures, trim and strainers of dirt and debris upon completion of installation.

H. Adjust water pressure at drinking fountains, faucets, shower valves, and flush valves to provide proper flow stream and specified gpm.

3.13 TRAP PRIMERS

A. Install trap primers as indicated, or if not indicated as required by local codes in accordance with manufacturer’s instructions. Pitch piping towards drain trap, minimum of 1/8” per ft. Adjust trap primer for proper flow.

3.14 WATER HAMMER ARRESTERS

A. Install in upright position, in locations and of sizes in accordance with PDI Standard WH-201, and elsewhere as indicated.

3.15 CLEANING, FLUSHING, INSPECTING

A. Clean exterior surfaces of installed piping systems of superfluous materials, and prepare for application of specified coatings (if any). Flush out piping systems with clean water before proceeding with required tests. Inspect each run of each system for completion of joints, supports and accessory items.

B. Inspect pressure piping in accordance with procedures of ASME B31.

C. Disinfect water mains and water service piping in accordance with AWWA C601. 272

Bid #B27-12-13HEAD START REMODEL - DANIEL LAIRON SCHOOL

SANTA CLARA COUNTY OFFICE OF EDUCATION

D. Sterilize domestic water piping systems installed under this Section by filling system and adding chlorine until residual chlorine is at least 50 ppm. Let system stand for 24 hours. Drain and flush until residual chlorine in discharge is less than 0.2 ppm. Sterilization shall be done by a firm specializing in this type of work. Upon completion, submit certification of work and test results.

3.16 PIPING TESTS

A. Provide labor, equipment, and materials required to successfully perform specified tests. Test system in the presence of job inspector for four hours with no detectable leaks or pressure loss. Disassemble defective joints and reassemble using new materials; caulking will not be permitted.

B. Do not include valves or equipment in tests. If systems are tested in sections, include connection to previously tested section in test. System Medium Test Pressure Test

Water Water 150 psig

Nat. gas Air 60 psig

Drainage, Water 10’ of water Waste & Vent

3.17 FINAL REVIEW

A. After completion of work and acceptance of Operating and Maintenance Instructions and As-Built Drawings, the Architect will conduct final review of the job. Unacceptable items will be noted on a punch list. Project will not be given final acceptance until all items on punch list have been corrected.

END OF SECTION

273