Loading...
HomeMy WebLinkAbout1998-11-24 - AGENDA REPORTS - 1998 99 PARK REHAB PROG (2)CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval Item to be presented by: Terri Maus CONSENT CALENDAR DATE: . November 24, 1998 SUBJECT: 1998/99 ANNUAL PARK REHABILITATION PROGRAM PROJECT NO. P0013 — BID AWARD DEPARTMENT: Field Services RECOMMENDED ACTION The City Council approve the plans and award the contract to Sturgeon General of Anaheim Hills, California in the amount of $229,000.00 for the portion of the 1998/99 Annual Park Rehabilitation Program, Project No. P0013, to replace the pool deck, drain and tile and re -plaster the pools at. Santa Clarita and North Oaks Parks. Authorize a ten percent contingency of $22,900.00 should any change orders to the contract become necessary. Authorize transfer of $50,400.00 from Contingency .Account No. 1240-7401 to Account No. P0013001-8001 in order to initiate the project. Authorize the City Manager or his designee to execute and sign all documents, subject to City Attorney approval. BACKGROUND. On August 25, 1998, Council authorized the advertisement of Project No. P0013, the 1998/99 Annual Park Rehabilitation Program. Phase I of the program involves replacement of the pool deck and drains, as well as tiling and re -plastering of the pools at Santa Clarita and North Oaks Parks. On Thursday, November 12, 1998, the following bids were received by the City Clerk's office: Company Location Bid Amount Sturgeon General Anaheim Hills, California $229,000.00 South Coast Pool Plastering Lakeside, California $282,000.00 California Commercial Pools Glendora, California $341,962.00 The Engineer's estimate for this portion of Phase I was $210,000.00: $100,000.00 for the pool at Santa Clarita Park and $110,000.00 for the pool at North Oaks Park. Staff recommends that the project be awarded to the lowest bidder, Sturgeon General of Anaheim Hills, California, who possesses a State Contractors License and is in good standing with the State Contractors License Board. The bid of $229,000.00 was reviewed for accuracy and conformance to the contract documents and found to be complete. References have indicated that this contractor has performed work to their satisfaction. APPROVED. ALTERNATIVE ACTIONS Rebid the project. Delay project to subsequent fiscal year. Refurbish only one pool at this time. Other action as determined by Council. FISCAL IMPACT A total of $210,000 has been allocated in the FY 1998/99 budget to this portion of Phase I of the 1998/99 Annual Park Rehabilitation Program: $100,000 to the pool at Santa Clarita Park and $110,000 to the pool at North Oaks Park.. Fifty Thousand Four Hundred Dollars ($50,400.00) would be transferred from Contingency Account No. 1240-7401 to Account No. P0013001-8001 in order to initiate the project and cover estimated project costs, plus the ten percent contingency. ATTACHMENTS None TM:RF:vjj SACCAGENDA1998kehbawda.D0C Lotus cc:Mail for Sharon Dawson Date: 11/20/98 Sender: Sharon Dawson To: Vicki Johnson Priority: Normal Sublect:Re:Plans & Specs for Item 6 Vicki, I received the Plans & Specs this afternoon from Terrance. After Council approves them, do you want them back? Reply Separator Subject: Plans & Specs for Item 6 Author: Vicki Johnson Date: 11/20/98 2:36 PM The Council approved the plans & specs for item 6 on the 11/24 agenda BEFORE they were completed to allow the project to go to bid. Since they are reapproving them as part of the Recommendation on 11/24, we felt you should have a copy in your office. Terrance is bringing them over this ofternoon.in t eRon felt they should CONTRACT DOCUMENTS FOR SANTA CLARITA AND NORTH OAKS PARKS SWIMMING POOL RENOVATION PROJECT NO. FS -98-99-11 .. ,o - b 012!!�s O F C L A R I T A CONTRACT DOCUMENTS FOR SANTA CLARITA AND NORTH OAKS PARKS SWIMMING POOL RENOVATIONS PROJECT NO. FS -98-99-11 The City of Santa Clarita Field Services 25663 Ave. Stanford Santa Clarita, California 91355-1103 Contact: Ron Fierro (805)255-4387 Drawings and Specifications Prepared by Jones & Madhavan TABLE OF CONTENTS SANTA-CLARITA AND NORTH OAKS PARKS SWIMMING POOL RENOVATIONS PROJECT NO. FS -98-99-11 NoticeInviting Bids....................................................................................................................I............ A-1 Instructionsto Bidders............................................................................................................................ B-1 Proposal.................................................................................................................................................. C-1 BidSchedule.................................................................................................................................... C-2 Designation of Subcontractors......................................................................................................... C-3 References......................... :................................................................................. :............................ C-6 Sureties....................................................................:........................................................................ C-7 'Non -Collusion Affidavit................................................................................................................... C-8 Bidder's Information and Certification............................................................................................. C-9 Proposal Guarantee (Bid Bond)................................................................................:....................... C-11 ContractAgreement........................................................ :....................................................................... D-1 FaithfulPerformance Bond.............................................................................................................. D-6 Material and Labor (Payment) Bond..........................................................................................:..... D-7 GeneralSpecifications.:.......................................................................................................................... E-1 List of Drawings Architectural T- Title Sheet.......................................................................................................................... * D-1— Santa Clarita - Demolition Plan ............. .................... :....................................................... * . D-2 — North Oaks — Demolition Plan ................................................... .............. I........................ * SP -1- Santa Clarita — Swimming Pool Plan ..:............................................................................. * SP -2- North Oaks — Swimming Pool Plan .................................................................................. * SP -3- Swimming Pools Plan - Details......................................................................................... * Detailed Specifications Section 01001 Basic Regirements............. :............................................... ............................... F-1 Section 02055 Demolition.................................:..........:........................................................... F-6 Section 02831 Chain Link Fence and Gates............................................................................. F-8 Section03001 Concrete............................................................................................................ F-9 Section 13152 Starting of Pool Systems..........................:........................................................ F-14 Section 13153 Pool Finishes and Waterproofing..................................................................... F-16 Section 13154 Pool Deck Equipment....................................................................................... F-21 Section 15410 Plumbing and Piping ............. :............................................................................ F-24 SpecialProvisions................................................................................................................................... G-1 * Provided as a separate document. BID # FS -98-99-11 NOTICE INITING BIDS SANTA CLARITA & NORTH OAKS - PARK SWIMMING POOL RENOVATION PROJECT NO. FS 98-99-11 Sealed bids will be received by the City of Santa Clarita for Santa Clarita & North Oaks Park Swimming Pool Renovation. The work sites are located at 27285 Seco Canyon Road, Santa Clarita, California, 91355 and 27824 North Camp Plenty Road, Santa Clarita, California, 91351. Bids must be submitted to the City Clerk's Office, 23920 Valencia Blvd. Suite 301, Santa Clarita, California, 91355, before 11 a.m. on Thursday November 12, 1998 at which time they will be publicly opened and read. Work shall be done in accordance with the contract documents known as: Santa Clarita & North Oaks Park Swimming Pool Renovation. Project No. FS -98-99-11; a copy of which will be on file and open for inspection at the City Clerk's Office. The work is expected to cost approximately $250,000. At the time a contract for this work is awarded, the successful Bidder shall be licensed and registered in accordance with all of the following: Contractor's License, Class A or Class C-53 in accordance with the provisions of the State of California Business and Professions Code: in addition, the successful Bidder's firm shall have been in the business of pool renovation for a minimum of three(3) year; and the firm shall have performed a minimum of three (3) Projects of a similar size and nature during the past five (5) years. Refer to the contract documents for complete details concerning this project, including the instructions to Bidders. Contract documents may be purchased, beginning October 14, 1998 in the Field Services office 25663 Ave Stanford, Santa Clarita California 91355-1103, for a non-refundable.fee of $25 each; or a non-refundable fee of $30 each if mailed. For further information, call (805) 294-2500. All bidders are required to make an appointment prior to visiting each site. Appointments can be made by contacting, Ron Fierro at (805) 255- 4387 or Gary Sykes at (805) 286-4074. All appointments shall be between the hours of 7:30 a.m. and 3:00 p.m. Monday through Friday October 20, 1998 through October 27, 1998. The last day that prospective bidders may submit questions for an official response from the City will be October 29, 1998. The City will respond to each question received from a prospective bidder in the form of an addendum, which will be issued to each bidder who purchases a specification package. All persons performing work shall be paid not less than the general prevailing rate of per diem wages as determined by the California Department of Industrial Relations. Copies of the wage rates are available at the City Clerk's Office. The rate of compensation for classifications not listed in the schedule but which may be required for the work shall be commensurate and in accordance with rates specified for similar or comparable classifications or for those performing similar or comparable duties. The City affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to the notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in consideration for award. As provided for in Section 22300 of the California Public Contract Code, the contractor may substitute securities for monies withheld by the City to ensure performance under the contract. Sharon Dawson, CMC, City Clerk City of Santa Clarita BID # FS -98-99-11 A-1 INSTRUCTIONS TO BIDDERS SANTA CLARITA AND NORTH OAKS PARKS SWIMMING'POOL RENOVATIONS PROJECT NO. FS -98-99-11 PROPOSAL FORMS Bids shall be submitted in writing and on the proposal forms provided by the Agency. All information requested therein must be clearly and legibly set forth in the'manner and form indicated. Failure to meet these requirements will be cause for bid disqualification. PROPOSAL GUARANTEE Proposals must be accompanied by a proposal guarantee in the amount not less than 10 percent of the total amount bid. The proposal guarantee shall consist of a bidder's bid bond payable to the Agency. Cash and checks will not be accepted. Surety bonds shall be subject to the condition that the surety be approved by the Agency. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570, is authorized to issue bonds in California, and whose bonding limitations in said circular is sufficient to provide bonds in the amount prescribed. Bidder shall pay all bond premiums, costs, and incidentals. Proposals not accompanied by such a guarantee will be deemed non-responsive and will not be considered. If a Bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the Agency. Proposal guarantees of all bidders will be held until the successful Bidder has properly executed all contract documents. DELIVERY OF PROPOSAL Proposals shall be enclosed in a sealed envelope plainly marked on the *outside, "SEALED BID FOR SANTA CLARITA ANDS NORTH OAKS SWIMMING POOL: RENOVATION - PROJECT NO. FS -98-99=11— DO NOT OPEN WITH REGULAR MAIL." Proposals may be mailed or delivered by messenger, however, it is the Bidder's responsibility alone to ensure delivery of the proposal to the hands of the Agency's City Clerk, Room 301, prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will be deemed non-responsive and will not be considered. WITHDRAWAL OF PROPOSALS A proposal may be withdrawn by a written request signed by the bidder. Such requests must be delivered to the Agency's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of -the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. BID # FS -95-99-11 B-1 . IRREGULAR PROPOSAL Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. TAXES No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes, which may be applicable. DISOUALIMCATION OF BIDDERS In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to, subcontractors or suppliers who may submit quotations to more than one bidder, and while doing so, may also submit a formal proposal as a prime contractor. At the time a contract for this work is awarded, the successful Bidder shall be licensed and registered in accordance with all of the following: Contractor's License, Class A or Class C-53, in accordance with the provisions of the State of California Business and Professions Code. In addition, the successful Bidder's firm shall have been in the business of commercial tenant improvement construction for a minimum of three (3) years; and the fain shall have performed a minimum of three (3) projects of a similar size and nature during the past five (5) years. . EXAMINATION OF CONTRACT DOCUMENTS Bidders shall examine carefully the entire site of the work,. including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, and.the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors,. omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the Agency in writing and clarified prior to the submission of proposals. EQUIVALENT MATERIALS Requests for consideration of procedures, equipment, and materials offered as equivalents must be submitted in writing to the City within three (3) days after award of the contract, to allow sufficient time for complete consideration by the Agency without causing delay to the work. The Agency will be the sole judge as to whether proposed procedures, equipment, or materials are equivalent to that specified in the contract documents; City shall approve or disapprove all requests within three (3) days. BID # FS -98-99-11 . B-2 LEGAL RESPONSIBILITIES Proposals must be submitted, filed,'made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same or expressly referred to herein or not. Bidders submitting a proposal shall by such action thereby agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. AWARD OF CONTRACT The award of contract, if made, will be to the lowest responsible bidder as determined solely by the Agency. Additionally, the Agency reserves the right to reject any or all proposals, to waive any irregularity, and to take the bids under advisement for a period of twenty (20) days, all as may be required to provide for the best interests of the Agency. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is. contemplated. All bids will be compared with the Architect's Estimate. If award of contract is made, the successful Bidder will be required to submit a faithful performance bond, payment bond, workers compensation insurance, and liability insurance with the contract. Surety bonds shall be subject to the condition that the surety be approved by the Agency. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570. The contract agreemenrstiLl be signed and returned to the City together with the contract bonds and certificates of insurance within 7 (seven) days'of contract award. BID # FS -98-99.11 - B-3 BID SCHEDULE SANTA CLARITA AND NORTH OAKS PARKS SVMvIMING POOL RENOVATION PROJECT NO. FS -98-99-11 Contractor shall provide all work required as described within the attached drawings and specifications at both locations, Santa Clarita and North Oaks parks. The basic scope of work is to re -plaster both swimming pools, replace pool decks and install deck drains. All work requested is fully described in the accompanying plans and specifications. Alternative bid Item IA is the addition of a new diving stand and board and Item 1B is the addition of color mixture to the concrete at the North Oaks pool site. Alternative bid Item 2A is the addition of a new diving stand and board and Item 2B is the addition of color mixture to the concrete at the Santa Clarita pool site.. Each alternative item will be shown as a deductive alternative bid item. Item 1 Base bid for North Oaks Pool renovation. Item 2 Base bid for Santa Clarita Pool renovation Total Cost for all proposed work. Deductive Alternative Item IA — Delete addition of new diving stand and board. Deductive Alternative Item 1B — Delete color mixture to concrete. Deductive Alternative Item 2A — Delete addition of new diving stand and board. Deductive Alternative Item 2B — Delete color mixture to concrete. BID R FS -98-99.11 C-2 I DESIGNATION OF SUBCONTRACTORS Listed below are the name and location of the place of business of each subcontractor who will perform work or labor or render service in excess of 1/2 of 1 percent of the prime Contractor's total bid: Name: Business Address: Telephone No. Contractor's License No. Bid Schedule Item Nos. Description of Work: Name: Business Address: Telephone No. Contractor's License No. Bid Schedule Item Nos. Description of Work: Name: Business Address: Telephone No. Contactors License No. Bid Schedule Item Nos. Description of Work: Gass: - Expiation Daze: Dollar Value of Work: Class: Expiration Daze: Dollar Value of Work: Class: Expiration Date: Dollar Value of Work: BID Y FS -96:99-11 C_3 DESIGNATION OF SUBCONTRACTORS (CONTINUED) Continued below are the name and location of the place of business of each subcontractor who will perform work or labor or render service in excess of 112 of 1 percent of the prime Contractor's total bid: Name: Business Address: Telephone No. ' Contractors License No. Bid Schedule Item Nos. Description of Work: Class: Expiration Daze: Dollar Value of Work: Name: Business Address: Telephone No. Contractors License No. Bid Schedule Item Nos. Description of Work: Name Business Address: Telephone No. Contractors License No. Bid Schedule Item Nos. Description of Work: Class: Expiration Daze: Dollar Value of Work: Class: Expirarion Dase: Dollar Value of Work: BID k FS•98.99-01 C_4 DESIGNATION OF SUBCONTRACTORS (CONTINUED) Continued below are the name and location of the place of business of each subcontractor who will perform work or labor or render service in excess of 112 of 1 percent of the prime Contractor's total bid: Name: Business Address: Telephone No. Contractors License No. Bid Schedule Item Nos. Description of Work:. Class: Expiration Date: Dollar Value of Work: Name: .. . Business Address: , Telephone No. Comractors License No. Bid Schedule Item Nos. Description of Work: Name: Business Address: Telephone No. Contractors License No. Bid Schedule Item Nos. Description of Work: BID M FS -98.99-11 Class: Expiration Due: Dollar Value of Work: Class: Expimrion Due:• Dollar Value of Work: C-5 REFERENCES The following are the names,addresses, and telephone numbers of three (3) projects for which Bidder has performed similar work within the past 2 years: Nance of Agency: Business Address: Person Familiar With Project: Project No. and Name: Description of Work: Contract Amount: Name of Agency: ' Business Address: Telephone No. Date Completed: Person Familiar With Project: - Telephone No. Project No. and `lame: Description of Work: ' Contract Amount: Due Completed: Name of Agency: Business Address: Person Familiar With Project: Project No. and Name: Description of Work: Contract Amount: BID # FS -98.99.11 C-6 Telephone No. Date Completed: SURETIES The following are the names,addresses, and telephone numbers of all brokers and sureties from whom Bidder intends to procure insurance bonds: Name of Surety: Business Address: Telephone No. Name of Broker: Business Address: Telephone No. Name of Surety: Business Address: Telephone Na BID M FS -98.99-11 C-7 _ Name of Broker: Telephone No. Business Address: Telephone No. Name of Surety: Business Address: Name of Broker: Telephone No. ' Business Address: Telephone Na BID M FS -98.99-11 C-7 NON -COLLUSION AFFIDAVIT SANTA CLARITA AND NORTH OAKS PARKS . SWIMMING POOL RENOVATION PROJECT NO. FS -98-99-11 TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA COUNTY OF LOS ANGELES being first duly sworn, deposes and says that he or she is of the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in'a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by. agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the. public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, . any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ALL SIGNATURES MUST BE WITNESSED BY NOTARY - Print Name (ATTACH APPROPRIATE JURATS) ' Title Contractor's License No. BID R FS -98-99.11 C_g BIDDER'S INFORMATION AND CERTIFICATION Bidder, certifies that the representations of the bid are true and correct and made under penalty of perjury. Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any Agency, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and thatsuch affirmative actions have been fully documented, that said documentation is open to inspection, and that said, affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: Business Address: Telephone No.:., State Contractor's License No. & Class: Original Date Issued: Expiration Date: Number of Years Firm Has Been in Business: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venturer are as follows: All current and prior DBA's, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: BID # FS -98-99-11 C-9 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint venturers, and/or corporate officers having a principal interest in this proposal: IN WITNESS WHEREOF, Bidder executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of Signed: ALL SIGNATURES MUST BE WITNESSED BY NOTARY Print Name (ATTACH APPROPRIATE JURATS) Title BID # FS -98-99.11 C-10 ;19 PROPOSAL GUARANTEE (BID BOND) SANTA CLARlTA AND NORTH OAKS PARKS SWIMMING POOL RENOVATION PROJECT NO. FS -98-99-11 KNOW ALL MEN BY THESE PRESENTS that Surety, are held and firmly bound unto the City of Santa Clarita, as Agency, in the penal sum of as Bidder, as dollars which is ten percent (10%) of the total amount bid by Bidder to Agency for the above -stated project, for the payment of which sum, Bidder and Surety agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas Bidder is about to submit a bid to Agency for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered . into by Bidder in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of Agency. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this of (CORPORATE SEAL) ALL SIGNATURES MUST BE WITNESSED BY NOTARY (ATTACHJURATS) 19 Surety Name: Address: Signed By: Print Name and Title: Bidder Name: Address: Signed By: Print Name and Title: BID# FS -98.99.11 C-11 day CITY OF SANTA CLARITA CONTRACTFOR SANTA CLARITA AND NORTH OAKS PARKS SWIMMING POOL RENOVATION PROJECT NO. FS -9899-11 This Agreement is entered into this day of 19_, BY AND BETWEEN the City of Santa Clarita, a municipal corporation of the State of California, hereinafter "CITY", and hereinafter "CONTRACTOR": For the amount of $ ARTICLE I The contract documents for the aforesaid shall consist of the Instructions to Bidders, Proposal, General Specifications, Special Specifications, Special Provisions, and all referenced specifications, contract site locations, and appendices; together with this Contract and all required bonds, insurance certificates, permits, notices, and affidavits; also including any and all addenda or supplemental agreements clarifying, or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. 1 of 5 BID # FS -98.99-11 - D-1 ARTICLE V CONTRACTOR agrees to indemnify, defend and hold harmless CITY and all of its officers, agents, and employees from any and all liability, claims, damages, or injuries to any person, including injury to Contractor's employees and all claims which arise from or are connected with the performance of or failure to perform the work or other obligations of this agreement, or are caused or claimed to be caused by the acts or omissions of Contractor, its agents or employees, and all expenses of investigation and defending against same; provided, however, that this indemnification and hold harmless shall not include any claim arising from the sole negligence or willful misconduct of the City, its agent or employees. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this Contract represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship. Contractor shall not be subject to day-to-day supervision and control by City employees or officials. Contractor shall perform services in accordance with the rules, regulations and policies of City respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. City shall not be responsible for withholding any payroll or other taxes on behalf of Contractor. It is understood and agreed that the Contractor is, and at all times shall be, an independent contractor and nothing contained herein shall be construed as making the Contractor, or, any individual whose compensation for services is paid by the Contractor, an agent or employee of the City, or authorizing the Contractor to create or assume any obligation of liability for or on behalf of the City. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or cancelled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the City. In the event the said insurance is cancelled, the Contractor shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. A combined single limit policy with coverage limits in the amount of $1,000,000 per occurrence will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the Contractor agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. 2of5 BID N FS -98-99-11 D-2 The Contractor agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. Liability Insurance During the entire term of this agreement, the Contractor agrees to procure and maintain General/Public and Professional public liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the City or Contractor or any person acting for the City, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the City or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the City against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Workers Compensation Insurance The Contractor shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $250,000 per occurrence or in such amount as will, fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the Contractor in the course of carrying out the within agreement. Automotive Insurance The Contractor shall procure and maintain, at its sole expense, throughout the term of this agreement and any extension thereof public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $500,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. ARTICLE IX Term This Agreement shall be'effective for a period beginning on and ending on unless sooner terminated. 3of5 131D B FS -98-99-11 D-3 Modificati onfrermi n ati on No modification, amendment or other change in this Agreement or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This Contract may be terminated with or without cause by City giving Contractor thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, Contractor shall be. entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Non -Effect Waiver Contractor s or City's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Contract, or failure to exercise.any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Attomevs' Fees In the event any action (including arbitration) is filed in connection with the enforcement of interpretation of this Contract, the unsuccessful party in said action shall pay, among other sums that either parry may be called on to pay a reasonable sum for the successful party's attomeys' fees and costs. Severability In the event that any one or more of the provisions contained in this Contract shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any ' other provisions of this Contract, and the Contract shall then be construed as if such unenforceable provisions are not a part hereof. Govemins Law This Contract shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Renewal This Contract may be renewed at the end of the Contract term, at the sole discretion of the City, based on, but not limited to, Contractor performance and pricing as well as City budgetary restrictions. 4of5 BID # FS -98-99-11 - D4 The parties for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this Contract to be executed this day of 19_. CONTRACTOR: (Title) Contractor's License No. Class CITY Business License No. Federal Tax Identification No. Subscribed and sworn to this , day of NOTARY PUBLIC CITY: (Mayor/ City Manager of the City of Santa Clarita) Attested City Clerk of the City of Santa ClaritaDate Approved as to form City Attorney of the City of Santa Clarita Date 5of5 BID a F&98-99-11 D-5 FAITHFUL PERFORMANCE BOND SANTA CLARITA AND NORTH OAKS PARKS SWIMMING POOL RENOVATION PROJECT NO. FS -98-99-11 KNOW ALL MEN BY THESE PRESENTS that as Contractor, and as Surety, are held and firmly bound unto the City of Santa Clarita, as Agency, in the penal sum of dollars ($ - ) which is one -hundred percent (100%) of the total amount for the above -stated project, for the payment of which sum, Contractor and Surety agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas Contractor has been awarded and is about to enter into the annexed Contract Agreement with Agency for the above -stated project, if Contractor faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of Agency; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either Contractor or Surety, and notice of such alterations is hereby waived by Surety. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of '19 Surety Name: Address: Signed By. (CORPORATE SEAL) Print Name and Title: ALL SIGNATURES MUST BE WITNESSED BY NOTARY (ATTACH JURATS) Address: Contractor Name: Signed By: Print Name and Title: BID # FS -98.99-11 ._ D-6 MATERIAL AND LABOR (PAYMENT) BOND SANTA CLARITA & NORTH OAKS PARK SWIMMING POOL RENOVATIONS PROJECT NO. FS -98-99-11 KNOW ALL MEN BY THESE PRESENTS that as and fimily bound unto the City of Santa Clarita, as Agency, .in the Contractor, and as Surety, are held penal sum of dollars ($ ) which is one -hundred percent (100%) of the total amount for the above -stated project, for the payment of which sum, Contractor and Surety agree to be bound, jointly and severally, firmly by these presents. - THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas Contractor has been awarded and is about to enter into the annexed Contract Agreement with Agency for the above -stated project, if Contractor or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, Surety will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terns of the contract documents shall not in any way release either Contractor or Surety, and notice_ of said alterations is hereby waived by Surety. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of ,19 (CORPORATESEAL) ALL SIGNATURES MUST BE WITNESSED BY NOTARY (ATTACH JURATS) Address: Surety Name: Address: Signed By: Print Name and Title: Contractor Name: Signed By: Print Name and Title: BID N FS -98-99-11 • D-7 GENERAL SPECIFICATIONS NORTH OAKS AND SANTA CLARITA DECK AND POOL REPAIR PROJECT NO. GS -98-99-11, INTENT OF CONTRACT The intent of the contract is to provide for the construction and completion in every detail of the -work described. The Contractor shall furnish all labor, materials, equipment, tools, transportation and supplies to complete the work as intended, unless otherwise described in the attached specifications or drawings. Sundry items required to complete the work, but not specifically specified shall be provided in accordance with the best standard practice of the trade. Items of work not identified in the Bid Schedule will not be paid for separately, but shall be considered to be included in the price bid for other items of work. GENERAL INFORMATION Project is located at 27285 Seco Canyon Road, Santa Clarita, California, 91355 and 27824 North Camp Plenty Road, Santa Clarita, California, 91351. The work requested shall provide all work required as described within the attached drawings and specifications. The contractor selected to complete this project may encounter various situations that should be considered prior to submitting final bids, and include (but are not limited to): hours certain portions of the work may be performed; parking limitations; type of construction materials used; reporting requirements; and strict completion date requirements. All work provided shall adhere to the drawings and specifications included as a part of this bid package, or as otherwise provided and/or modified in writing by the City. STORAGE, PARKING AND DEBRIS REMOVAL Storage of materials, tools and equipment must be done within the construction work areas. During the demolition phase only, one 30 cubic yard container may be stored in the assigned area. . TIME OF COMPLETION The contract agreement shall be signed and returned to the City, together with the contract bonds and certificates of insurance, within seven (7) days after a notice of contract award. The Contractor's proposed construction. schedule, including dust control plans, shall be submitted for approval within seven (7) days notice of contract award. All work required per the attached drawings and specifications, and included as a part of this contract, shall be completed as of 4:00 p.m., Friday, February 12, 1999 and as evidenced by the date recorded on the Notice of Completion. BID S FS -98.99-11 - E -I STANDARD SPECIFICATIONS The Standard Specifications of the Agency are contained in the 1994 Edition of the Standard Specifications for Public Works Construction, as, written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 3055 Overland Avenue, Los Angeles, California 90034, Telephone (213) 202-7775. The Standard Specifications set forth above control the general provisions, construction materials, and construction methods for this contract except as amended by the Drawings, Special Provisions, or other contract documents. The following Special Provisions supplement and amend the provisions of the Standard Specifications unless otherwise noted. For convenience, the section numbers of the Special Provision coincide with those of the Standard Specifications. Only those sections supplemented or amended are called out. LIQUIDATED DAMAGES' If the Contractor fails to complete the work within the time specified in the contract, or any extension, the Contractor shall pay to the City as liquidated damages, the sum of $1,000 for each day of delay. If the City terminates the Contractor's right to proceed, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the work together with any increased costs occasioned by the City in completing the work. If the City does not terminate the Contractor's right to proceed, the resulting damage will consist of liquidated damages until the work is completed or accepted. TIME EXTENSIONS Time extensions may be granted by the City when required by circumstances beyond the Contractor's control. The Contractor may request an extension by certifying an event of force majeure in accordance with this paragraph. For the purposes of this Contract, an event of Aforce majeure shall mean any or all of the following events or occurrences, fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the Contractor claiming the occurrence of a force majeure event and which delays, interrupts or prevents the Contractor from performing its obligations under this Contract. Not withstanding any provision hereof to the contrary, the, reduction, depletion, shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or materials of vendor shall not be regarded as an event of force majeure. The Contractor experiencing a force majeure event shall give notice thereof to the City within ten days following the occurrence thereof and shall _apprise the City of the probable extent to which the Contractor will be unable to perforin or will be delayed in performing its obligations hereunder. The Contractor shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the City prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the force majeure condition exists,after which the party's performance shall be resumed. Notwithstanding the foregoing, within five days following Contractor's declaration of a force majeure event which prevents its full and/or timely completion of the project hereunder, City will issue a BID N FS -98-99.11 - E-2 determination as to whether a time extension will be granted. The length of such extension will be determined by the extent of the force majeure event. ' BID A Fs -98.99-11 E-3 SECTION 01001 BASIC RESuIREMENTS PART IGENERAL 1.01 RELATED DOCUMENTS A. Drawings. and general provisions of Contract, Including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 PROJECT DESCRIPTION A. The project consists of pool deck replacement, pool finishes replacement, and other associated renovations. 1.03 ACCESS ROADS A: Existing on-site roads may be used for construction traffic. 1.04 APPLICATION FOR PAYMENT A. Submit Application for Payment on a monthly basis utilizing the approved Schedule of Values. 1.05 BARRIERS AND FENCING A. Provide barriers and fencing as necessary to prevent unauthorized entry to construction areas and to protect exdsting facilities and adjacent properties from damage. 1.06 CHANGE PROCEDURE A. The Owner may advise Contractor of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time by issuing Supplemental Instructions. B. The Owner may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will by considered valid. The Contractor shall prepare and submit an estimate within 7 days. C. The Owner may issue a Construction Change Directive, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum or Contract Time. The Contractor shall promptly execute the change. D. The Contractor may propose changes by submitting a request for change to the Owner, describing the proposed change and its full effect of the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. E. The Owner will issue Change Orders for signatures of parties as provided in the Conditions BIO k FS -98-99.11 F-1 of the Contract. 1.07 CONFERENCES A, The Owner will schedule a pre -construction conference after Notice of Award for all affected parties. B. The Owner will schedule and administer meetings throughout progress of the Work at . maximum weekly intervals. C. The Owner will preside at meetings, record minutes, and distribute copies to those affected by decisions made. 1.08 CONSTRUCTION SCHEDULES A. Submit initial construction schedule within 15 days after date of Owner -Contractor Agreement. B. Submit revised construction schedule with .each Application for Payment, identifying changes since previous schedule. 1.09 CONTRACT CLOSE-OUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been Inspected, and Work is completed in accordance with Contract Documents and ready for Owner's inspection. B. Submit final Application for Payment identifying total adjusted Contract Sum/Price, previous payments, and amount remaining due. C. Submit all maintenance, operation,.and warranty information with final Application for Payment. 1.10 CONTRACTOR USE OF PREMISES A. Limited use of premises to allow Owner occupancy and use by the public. . 1.11 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of Specifications to assure efficient and orderly sequence of installation of interdependent construction elements - 1.12 FIELD OFFICE A. Existing office area may be used. Maintain in a clean and orderly condition. 1.13. FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.14 INSPECTION AND TESTING LABORATORY SERVICES BIO i FS -98-99-11 F-2 A. Owner will employ and pay for the services of an independent firm to perform required inspection and testing. B. Pay for re testing required because of non-conformance to specified requirements. 1.15 PARKING A. Existing on-site parking may be used for construction personnel. 1.16 PROGRESS CLEANING A. Maintain construction area free of waste materials, debris, and rubbish. 1.17 PRODUCT OPTIONS A. Products specified by Reference Standards or by Description Only: Any product meeting. those standards or description. B. Products Specified by Naming One or more Manufacturers with a Provision for Substitutions: Submit request for substitution for any manufacturer not named. 1.18 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection when required. 1.19 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products,• services, site conditions, and workmanship. B. Comply with product manufacturers' instructions. C. _ Comply with specified standards as a minimum quality except when more stringent tolerances or codes indicate higher standards. 1.20 RECORD DOCUMENTS A. Maintain on. site, one set of Contract Documents to be utilized for record documents. B. Record actual revisions to the Work. Record information concurrent with construction progress. C. Legible mark and record at each Product Section a description of actual products installed. D. Legibly mark each item to record actual construction. E. Submit documents to Owner with claim for final Application for Payment. 1.21 REFERENCES A. Conform to reference standard by date of issue current as of the date of the Contract Documents. B. Should specified reference standard conflict with the Contract Documents, the Contractor shall request clarification from Owner before proceeding. BID # FS -98-99.11 F-3 1.22 SCHEDULE OF VALUES A. Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. 1.23 SECURITY A. Provide security and facilities as necessary to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. 1.24 SUBMITTAL PROCEDURES A. Provide submittals as required in each Specification Section. B. Provide the number of submittal copies which the Contractor requires plus 3 copies which will be retained by the Owner. C. The Owner will return reviewed submittals within 14 days. D. Provide cover sheet with each submittal that includes the following information: 1. Project Name. 2. Contractor, subcontractor, and supplier. 3. Appropriate Specification Section reference. .4. Signature of Contractor, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the Contract Documents. 5. Identify variations from Contract Documents. 6. 4 x 4 inch space for Owner's review stamp. E. Revise and resubmit submittals as required. 1.25 SUBSTITUTIONS A. Document each 'substitution request with complete data substantiating compliance of proposed substitution with Contract Documents.. 1.26 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service. 1.27 TEMPORARY ELECTRICITY A. Connect to existing power services. Power consumption shall not disrupt Owner's need for continuous service. The Owner will pay for power consumed. 1.28 TEMPORARY LIGHTING A. Existing lighting may be used., Provide additional lighting as required. BID # FS -98-99.11 F-4 1.29 TEMPORARY SANITARY FACILITIES A. Existing sanitary facilities may be used. Maintain in a clean and sanitary condition. 1.30 TEMPORARY WATER SERVICE A. Connect to existing water source. Water consumption shall not disrupt the Owners need for continuous service. The Owner will pay for water consumed. Not Used PART 3EXECUTION Not Used BID # FS -98-99-11 F-5 SECTION 02055 SELECTIVE DEMOLITION PART IGENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: Removal of designated pool finishes, pool deck, and pool deck equipment. Not Used PART 3EXECUTION A. Provide, erect and maintain temporary barriers and security devices as necessary. B. Notify and coordinate with owners of adjacent properties if work may affect their property, potential noise, utility outage, or disruption. C. Prevent movement or settlement of adjacent structures. D. Protect existing landscaping materials, structures, building components, and pool components which are not indicated to be demolished. - 3.02 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Conduct operations with minimum interference to public or private accesses. C.. Maintain protected egress and access at all times. Do not close or obstruct roadways and sidewalks without permits. D. Cease operations and notify Owner immediately if adjacent structures appear to be in danger. 3.03 SELECTIVE DEMOLITION A. Demolish and remove designated pool components in an orderly and careful manner.- B. anner: B. Backfill excavated areas caused as a result of demolition. C. Rough grade and compact areas affected by demolition to maintain existing grades and BID # FS -98.99.11 F_6 contours. D. Chip and remove pool plaster finish completely to expose pool concrete surface. 3.04 CLEAN UP A. Remove demolished materials from site as work progresses. 3.05. SCHEDULE OF PRODUCTS TO BE REMOVED AND REUSED A. Remove, store, and protect the following materials and equipment for reuse: 1. Diving stand and board. 2. Lifeguard chair. 3. Stair Handrail. BID # FS -98-99-11 F-7 SECTION 02831 ' ' CHAIN LINK FENCING AND GATES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section includes chain link fence fabric. 1.03 SUBMITTALS A. All submittals shall be made in accordance with Section 01001. B. Product Data: Submit for all products listed in this Section. PART 2PRODUCTS 2.01 CHAIN LINK FENCING' A. Fabric: Interwoven 9 gauge steel, knuckle selvage top and bottom, 1-1/2 inch diamond mesh. Class 2 zinc coating, and galvanized after weaving and conforming to ASTM (American Society for Testing and Materials) A-392. B. Hardware and Appurtenances: Cast or malleable iron, zinc coated, and conforming to ASTM A-123 or A-153. PART 3EXECUTION 3.01 INSTALLATION OF FENCE FABRIC A. Fabric width shall be the fence height as existing. Wire cloth shall be installed on line fence and gates with lap. B. Cut, stretch, and attach each span independently to end, corner, gate and pull posts with stretcher bars. C. Provide 1 stretcher bar at each gate and end post, and 2 at each corner and pull post Thread stretcher bar through fabric end and join fabric rolls together by weaving a single strand of wire into the ends. D. Provide 9.gauge soft annealed steel tie wire at bottom. BID # FS -98.99.11 F-8 SECTION 03001 CONCRETE PART1 GENERAL 1.01 RELATED DOCUMENTS A.. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section includes cast -in-place concrete, formwork, reinforcement, accessories, finishing and curing. 1.03 SUBMITTALS C. All submittals shall be made in accordance with Section 01001. D. Product Data: Submit for reinforcing steel and concrete design mix. E. Sample: submit 18 x 18 inch sample of concrete with color admixture to illustrate color and surface finish. 1.04 QUALITY ASSURANCE A. Construct and erect concrete formwork in accordance with ACI (American Concrete Institute) 301 and 318, unless specified otherwise in this Section. B. Perform concrete reinforcing work in accordance with ACI 301 and 318, unless specified otherwise in this Section. C. Perform cast -in-place concrete work in accordance with ACI 301, 318, 304, 305, and 306,unless specified otherwise in this Section. D. Provide three concrete test cylinders for every 100 or less cubic yards of concrete placed. E. One additional tests cylinder shall be provided during cold weather concreting, and be cured on job site under same conditions as concrete it represents. F. Testing Laboratory shall test for strength, water absorption, and drying and shrinkage. G. One slump test shall be taken for each set of test cylinders taken. 1.05 ENVIRONMENTAL REQUIREMENTS A. Ensure materials and surrounding air temperature are a minimum 50 degrees Fahrenheit prior to, during, and 7 days after completion of work. B. During freezing or near freezing weather, provide equipment and cover to maintain minimum 50 degrees Fahrenheit and to protect work completed or work in progress. C. Suspend concrete operations during high winds, rainy weather, or near freezing BID # FS -98.99-11 _ F-9 temperatures when work cannot be protected. PART 2PRODUCTS 2.01 COMPOUNDS, HARDENERS AND SEALERS A. Curing Compounds: _ Conforming to ASTM C309. B. Curing Paper: Conforming to ASTM C171, Type I - Regular. C. Sealer: Conforming to ASTM C309. 2.02 CONCRETE MATERIALS A. Cement: ASTM (American Society for Testing and Materials) C 150, Type I, Normal. B. Coarse Aggregates: Maximum 1 inch size conforming to ASTM C-33 Size #5. C. Water: Clean and not detrimental to concrete. D. Admixtures: Conforming to ASTM C494 E. Air Entrainment Admixture: Conforming to ASTM C260. 2.03 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94. B. Conform to the following requirements: 1. Compressive Strength: 3,000 psi (28 day). r 2. Slump: Maximum 4 inches. 3. Air Entrainment: 6 percent. C. . Select admixture proportions for normal weight concrete in accordance with ACI 301 Method 1. 2.04 EPDXY A. 100 percent solids epoxy resin and hardener with 8,000 psi compressive strength in 7 days. Manufactured by Burke or equal. 2.05 FORM MATERIALS A. Plywood: PS 1, C Grade, Douglas Fir 'species; sound, undamaged sheets with clean true edges. B. Lumber: Douglas Fir species; #2 grade. C. Form Release Agent: Colorless mineral oil which will not stain concrete or impair natural bonding characteristics of coating intended for use on. concrete. BID # FS -98-99-11 F-10 2.06 NON -SHRINK GROUT A. Premix compound consisting of non-metallic aggregate, cement, water reducing and plasticising agents. Compressive strength of 11,000 psi at 28 days. 2.07 REINFORCEMENT MATERIAL A. Reinforcing Steel: ASTM (American Society for Testing and Materials) A615, 40 ksi for #4 and smaller and 60 ksi for #5 and larger; deformed billet steel bars. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for support of reinforcing. No brick or porous material shall be used to support reinforcing off the ground. C. Fabricate concrete reinforcing in accordance with ACI 315. PART 3EXECUTION 3.01 FORM WORK ERECTION A. Erect formwork; shoring and bracing to achieve design requirements. B. Camber slabs and framing to achieve ACI 301 tolerances. C. Provide bracing to ensure stability of formwork. D. Apply form release agents to formwork in accordance with manufacturer's instructions, prior to placing for accessories and reinforcement. E. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are effected by agent. F. Clean forms as erection proceeds, to remove foreign matter. 3.02 INSERTS, EMBEDDED COMPONENTS, AND OPENINGS A. Provide formed openings where required work to. be embedded in and passing through concrete members. B. Coordinate work of other Sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. C. Install concrete accessories straight, level, and plumb. D. Place formed construction joint device in concrete pattern pouring sequence. E. Install void forms in accordance with manufacturer's instructions. Protect forms from moisture before concrete placement and from crushing during concreting operations. 3.03. REINFORCEMENT PLACEMENT A. Place reinforcement, supported, secured against displacement, and as indicated. B. Ensure reinforcing is clean, free of loose scale, dirt, or other foreign coatings. BID # FS -98-99.11 F-11 A. Backfill areas to contours and elevations. Use unfrozen and unsaturated materials. B. Bacldill systematically, as early as possible, to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces C. Backfill all areas to a minimum of 92 percent maximum density. D. Top Surface of Exposed Subgrade: Plus or minus 1 inch. BID 9 Fs -99-99-11 F-13 SECTION 13152 STARTING OF POOL SYSTEMS PART 1GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section covers start-up procedures for all pool systems and instruction of Owner's personnel on operation and maintenance of all pool systems. 1.03 SUBMITTALS A. - All submittals shall be made in accordance with Section 01001 1.04 STARTING POOL SYSTEMS A. Provide seven days notification prior to starting pool systems. B. Ensure that each piece of equipment or systems are ready for operation. C. Execute start-up in accordance with equipment manufacturers' instructions. D. Provide complete domestic water analysis to determine quantities and types of chemicals necessary to maintain pool water within the following levels: 1. pH: 7.2 to 7.6. 2. Alkalinity: 80 to 100 ppm. 3. Calcium hardness: 200 to 400 ppm. 4. Chlorine: 1.0 to 1.5 ppm. 5. Total dissolved solids: 300 to 2300 ppm. E. Provide all chemicals and balance water immediately after initial pool filling and until project completion.. F. Start up the entire pool system and operate all components for 7 consecutive days minimum. Start-up will include all equipment required for proper operation of the pool and the following: 1. Periodically clean pump strainer until no further accumulation of debris occurs. 2. Add chemicals as required for acceptable water quality. 3. Adjust all safety and automatic controls for proper operation and sequence. BID # FS -98-99.11 F-14 4. Immediately repair and correct all deficiencies during the. operational test and continue the test until 7 days of satisfactory performance has occurred without any defects. G. After successful conclusion of operational testing, clean strainers, backwash filter media, and leave the entire pool systems ready for use. H. Brush swimming pool plaster finish twice daily for 5 consecutive days immediately after plastering pool to remove calcium carbonate scale. Do not -vacuum pool during 5 day brushing period. , I. At end of 5 day brushing period, vacuum pool, clean grates, and leave pool ready for use. PART 2PRODUCTS Not Used PART 3EXECUTIOr Not Used BID # FS -98-99-11 F-15 SECTION 13153 POOL FINISHES. AND WATERPROOFING PART IGENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A.' Work Included: This section covers supply and installation of pool joint sealant, pool plaster, pool tile, and pool deck tile. 1.03 SUBMITTALS A. All submittals shall be made in accordance with Section 01001. B. Product Data: Submit for all products listed in this Section. C. Sample: Submit for every type, size, and color of the listed. PART2PRODUCTS 2.01 POOL JOINT SEALANT A. Two part, gun -grade, non -staining, polysulphide sealant, capable of continuous water immersion, 500 percent elongation capability, 80 pounds per square inch tensile strength, and white color for pool and color to match concrete for pool deck. Provide manufacturer's recommended primer, joint cleaner, joint filler, and bond breaker. B. Elasto-Seal 227 model manufactured by Pacific Polymers, Deck -O -Seal model manufactured, by DFC Company, or equal. 2.02 POOL PLASTER A. Cement: ASTM (American Society for Testing and Materials) C 150, Normal - Type I white Portland. B. Aggregate: White marble dust uniformly graded within the following limits: . Sieve Size Percent Retained No. 20 0 to 10 No. 30 25 to 35 No. 40 45 to 55 No. 50 65 to 75 No. 60 70 to 80 No. 100 80 to 90 No. 200 90 to 100 C. Water:. Clean, fresh, potable and free of mineral or organic matter which can affect plaster. BID # FS -98.99-11 F-16 D. Mix: 1. Mix and proportion cement plaster in accordance with ANSI (American National Standards Institute)/ASTM C926. 2. One part cement and maximum 2 parts aggregate for base and finish coats. 3. Mix only as much plaster as can be used in one hour. 4. Mix materials dry, to uniform. color and consistency, before adding water. 5. Do not retemper mixes after initial set has occurred. 2.03 POOL TILE A. Porcelain body, square edges, 0 to 0.5 percent moisture absorption, and conforming to ANSI/TCA A137.1. Surface finish, size, and color as scheduled B. Mortar. ANSI/ACI (American Concrete Institute) A118.1: Portland cement, sand, and water. C. Grout: Cementitious type, resistant to shrinking. D. Manufactured by American Olean Tile Company, Cepac Tile, Dal -Tile Corporation, or equal. 2.05 TILE SCHEDULE A. Tile colors listed in this schedule are from the following manufacturer's: 1. American Olean Tile Company (AO). 2. Cepac Tile (CT). 3. Dal -Tile Corporation (DT). 4. Inlays, Inc. (II) B. Deck: 1. Deck Depth Markers - Unglazed ceramic. 1 x 1 inch, and white (AO #A13 or DT. #DK317) background with black (AO #A34 or DT #DK311) numbers. 2. No Diving Graphic - Glaze ceramic with. aggregate finish, 8 x 8 inch, white background, and graphic colors as indicated (II #SMG Series Custom). 3. No Diving Sign - Unglazed ceramic, 1 x 1 inch, and white (AO #A13 or DT #DK317) background with black (AO #A34 or DT #DK311) numbers. 4. Wall Depth Markers - Glazed ceramic , 6 x 6 inch, background color to be selected by Owner (CT standard solid color) with 4 inch high contrasting color numbers to match style of deck depth marker numbers. 5. Walk Sign - Unglazed ceramic , 1 x 1 inch, and white (AO #A13 or DT #DK317) background with 2 x 2 inch black (AO #A34 or DT #DK311) numbers. BID # FS -98.99-11 F-17 C. Pool: 1. Expansion Joint - Unglazed ceramic, 2 x 2 inch, and white (AO #A13 or DT #DK317) color. ' 2. Gutter Cap - Glazed ceramic, 6 x 2-1/2 x 3/4 inch, rounded corners, and color to be selected by Owner (CT standard solid color). 3. Lane Marker - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK311) color. 4. Slope Break - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK311) color. 5. Step Edge - Unglazed ceramic, 2 x 2 inch, and black (AO #A34 or DT #DK311) color. 6. Top Step - Unglazed ceramic, 2 x 2 inch, and white (AO #A13 or DT #DK317) color. . 7. Turn Target - Unglazed ceramic, •2 x 2 inch, and black (AO #A34 or DT #DK311) color. 8. Turn Target Cap - Glazed ceramic, 6 x 2-1/2 x 3/4 inch, rounded comers, and black (CT #930) color 9. Waterline - Glazed ceramic, 6 x 6 inch, and color to be selected by Owner (CT standard solid color). PART 3EXECUTION 3.01 INSTALLATION OF POOL JOINT SEALANT A. Verify that joint openings are ready to receive work, and that joint measurements and surface conditions are as recommended by sealant manufacturer. B. Remove loose materials and foreign matter which may Impair adhesion of sealant. C. ' Verify that joint backing and release tapes are compatible'with sealant. D. Perform preparation in accordance with ASTM C790 for latex base sealants. E. Install sealants in accordance withmanufacturer's instructions. F. Install joint filler to achieve a neck thickness dimension no greater than the joint width. G. Install bond breaker where joint filler is not used. H. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. I. Tool joints flat. BID # FS -98-99-11 F-18 3.02 INSTALLATION OF POOL PLASTER A. Verify that surfaces and site conditions are ready to receive work. B. Beginning of installation means acceptance of existing conditions. C. Protect surfacesnearwork from damage or disfiguration. D. Clean concrete/shotcrete surfaces of looser and foreign matter using a high pressure/velocity water jet spray. Wash surfaces with clean water. E. Dampen concrete/shotcrete surfaces with clean water immediately prior to plastering. F. Apply plaster in accordance with ANSI/ASTM C926. G. Apply a thin base coat to surfaces then double back with a second coat for a total minimum thickness of 1/2 inch. H. Apply finish coat after base coat is tamped and initially floated. I. Provide smooth and consistent steel trowel finish. J. Moisture cure plaster by immediately filling swimming pool with water. Fill swimming pool from the deep end and protect plaster from erosion caused by filling with water and marring from hoses. K. Maximum variation from flatness shall be 1/8 inch in 10 feet. 3.03 INSTALLATION OF POOL TILE A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces. C. Protect surrounding work from damage or disfiguration. D. Vacuum clean existing surfaces and damp clean. E. Seal substrate surface cracks with filler. F. Install mortar bed, tile, and grout in accordance with manufacturer's instructions. G. Apply mortar bed over concrete surfaces to a minimum thickriess of 1/4 inch. H: Lay tile to pattern indicated. I. Lay tile so upper surface is flush with adjacent finishes. J. Use trim finishes as indicated at corners. K. Place the joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight without voids, cracks, excess mortar, or excess grout. L. Sound the after setting. Replace hollow sounding units. ' 810 # FS -98-99-71 - F-19 M. Allow tile to set for a minimum of 48 hours prior to grouting. N. Grout the joints. BID N FS -98-99-11 F-20 SECTION 13154 POOL DECK EQUIPMENT PARTIGENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section covers pool deck equipment. 1.03 SUBMITTALS A. All submittals shall be made in accordance with Section 01001. B. Product Data: Submit for all products listed in this *Section. PART 2PRODUCTS 2.01 1 -METER DIVING STAND, ANCHOR AND BOARD A. Stand: Assembly shall have aluminum casting frame with epoxy coating, aluminum roller tube and tract, aluminum board anchor hinges and pins to allow 180 degree rotation of board and allow board to be set at 1 -meter above water level, and top and intermediate stainless steel handrails. B. Anchor. Cast bronze body. C. Board: Ribbed one piece aluminum extrusion, heat treated, sand and white aluminum oxide top surface finish, 19-5/8 inch width, and 16 foot length. D. Model #70-231-520 (stand), model #70-231-900 (anchor), and model #66-231-330 (maxlflex B board) manufactured by Duraflex International Corporation or equal. 2.02 ESCUTCHEON PLATE A. Satin chrome plated bronze or stainless steel body with stainless steel set screw and designed to fit over wedge anchor. B. Model #28301 manufactured by KDI Paragon, Inc., model #7200 manufactured by Related Metal Fabrication, Inc., or equal. 2.03 GRABRAIL A. Type 304 polished and buffed stainless steel tubing with 1.900 inch outside diameter by 0.109 inch wall thickness. Tubing shall have smooth wrinkle free bends and have a "figure 4" bend. B.. Model #30102 manufactured by KDI Paragon, Inc., model #23412 manufactured by BID # FS -98-99-11 k -21 Spectrum Pool Products, or equal. A. Two stainless steel threaded sockets with closure caps. B. Model "Swim -Lift IP' manufactured by Spectrum Pool Products or equal. 2.05 HANDICAP LIFT SOCKET- SANTA CLARITA PARK A. Stainless steel anchor socket with poly -olefin sleeve and closure cap. B. Model "Econohft" manufactured by Spectrum Pool Products or equal. 2.06 LIFEGUARD CHAIR A. Reuse existing and provide new stainless steel anchor assembly. 2.07 RECESSED STEP A. Molded foam white cycolac body with 16-1/2 by 5-1/4 by 6 inch opening. B. Model #32102 manufactured by KDI Paragon, Inc., model #23450 manufactured by Spectrum Pool Products, or equal. 2.08 STANCHION POST SOCKET A. Minimum 6 inch high cast bronze body to accept 1.900 inch outside diameter pipe tube and internal threading for bronze closure cap. Provide one opening device for each socket. B. Model #38201 manufactured by KDI Paragon, Inc., model #21054 manufactured by Standard Bronze Company, or equal. 2.09 STARTING PLATFORM ANCHOR - NORTH OAKS PARK A. Two anchors for each platform welded to a stainless steel angle for proper spacing. Anchor body shall be welded stainless steel, minimum 6 inch high with 4 inch top flange plate, and a stainless steel closure cap. Anchor spacing must match leg spacing of starting platform. B. Provide one opening device for each pair of anchors. C. Model #23103 manufactured by KDI Paragon, Inc., model 21210 manufactured by Spectrum Pool Products, or equal. 2.10 STARTING PLATFORM ANCHOR -SANTA CLARITA PARK A. Cast bronze anchor body with four tapped platform anchoring holes, bronze closure plate, and four platform anchor bolts.. B. Provide one opening device for each anchor. C. Model #22201 manufactured by KDI Paragon, Inc. or equal. 2.11 WEDGE ANCHOR BID # FS -98-99.11 F-22 A. Minimum 4-1/4 inch long bronze body to accept 1.900 inch outside diameter pipe tube with bronze locking wedge and stainless steel set bolt and washer. B. Model #28102 manufactured by KDI Paragon, Inc., model #4028 manufactured by Standard Bronze Company, or equal. PART 3EXECUTION 3.01 INSTALLATION OF ANCHORS AND SOCKETS A. Install anchors and sockets level and plumb. B. Install anchors and sockets flush with adjacent concrete deck, plaster surface, or tile surface as appropriate. BID # FS -98.99-11 F-23 SECTION 15410 PLUMBING AND PIPING PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specifications sections, apply to this section. 1.02 DESCRIPTION A. Work Included: This section covers site utilities. 1.03 SUBMITTALS A. All submittals shall be made in accordance with Section 01001. B. Product Data: Submit for all products listed in this Section. TO -r•olff"R 2.01 DECK DRAINAGE PIPING AND PIPE FITTINGS A. PVC Pipe: ASTM D3034, SDR 35. . 1. Joints: solvent weld. 2.02 DECK DRAIN A. 6 inch diameter with screwed nickel bronze type B heavy duty grate and 4 inch threaded bottom outlet. B. Model M -400 -HD manufactured by Zurn or equal. 2.03 HOSE BIBB A. Brass body, with machined brass vandal resistant lockshield bonnet and removeable key handle, rough chrome plated finish, 3/4 inch hose connection, and vacuum breaker. 2.04. GROUND HYDRANT A. Encased ground hydrant, flush type, bronze interior parts, bronze seat and replaceable seat washer, non -turning operating rod with free-floating compression closure valve, 3/4 inch hose connection, and vacuum breaker. Plain bronze box and scorlated cover with operating key lock. Provide with tapped 1/4 inch drain port in valve housing. B. Model Z-1375 manufactured by Zurn or equal. 2.05 WATER PIPING AND PIPE FITTINGS A. Copper Tubing: ASTM B88, Type K hard drawn. BID # FS -98-99-11 F-24 1. Fittings: ANSI/ASME B16.22, wrought copper 2. Joints: ANSI/ASTM B32, solder, Grade 95TA. PART 3EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Provide non -conducting dielectric connections wherever jointing dissimilar metals. C. Route piping on orderly manner and maintain gradient. D. Install piping to conserve building space and not interfere with use of space. E. Group piping whenever practical at common elevations. F. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. G. Install deck drains flush with deck surface. H. Install deck drainage piping with sanitary tees, wyes. and long radius elbows only. BID # FS -98-99.11 F-2$ SPECIAL PROVISIONS SANTA CLARITA AND NORTH OAKS PARKS SWIMMING POOL RENOVATIONS PROJECT NO. GS -98-99-11 PART 1-GENERALPROVISIONS SECTION 1 - TERMS. DEFINITIONS. ABBREVIATIONS. AND SYMBOLS SUBSECTION 1-2 DEFINITIONS Agency: Project Monitor: City: Board: County: Engineer: Federal: Owner: Architect: City of Santa Clarita City of Santa Clarita, Ron Fierro, Field Services Supervisor and his authorized representatives, Gary Sykes. City of Santa Clarita City Council of the City of Santa Clarita County. of Los Angeles City of Santa Clarita, Ron Fierro, Field Services Supervisor and his authorized representatives, Gary Sykes. United States of America City of Santa Clarita Jones & Madhavan SECTION 2 - SCOPE AND CONTROL OF WORK SUBSECTION 2-1 AWARD AND EXECUTION OF CONTRACT The Contract Agreement shall be signed and returned to the Agency, together with the contract bonds and certificates of insurance, within seven 7 days after a notice of contract award has been delivered or mailed to the awardee or its authorized agent. No proposal shall be considered as being binding upon the Agency until the contract is fully executed. Failure of the awardee to properly execute the awarded contract and file acceptable bonds within the time allotted shall be just and sufficient cause for the annulment of the award by the Agency and the forfeiture of the awardee's proposal guarantee (bid bond). BID t GS -96.97.13 G-1 A corporation to which an award is made may be required, before the Contract Agreement is fully executed, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. SUBSECTION 2-3 SUBCONTRACTS 2-3.1 General. The sixth paragraph is supplemented with the following: In addition to the requirement that the Contractor perform, with its own organization, contract work amounting to at least 50 percent of the Contract Price, the Contractor shall perform, with its own organization, at least 25 percent of the total contract labor of the Contract Price. Contract labor shall exclude administration and superintendence. SUBSECTION 2-4 CONTRACT BONDS All signatures (Bidder and Surety) shall be notarized. The Faithful Performance Bond shall remain in force until project acceptance. The Material and Labor (Payment) Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion or until all claims for materials and labor are paid, whichever comes later. SUBSECTION 2-5 PLANS AND SPECIFICATIONS 2-5.1 General. The Contractor shall maintain a control set of shop drawings and submittals on the project site at all times. Deviations from the approved set of shop drawings and submittals shall be marked in red on this control set to show the as -built conditions. Upon completion of all work, the Contractor shall return the control set to the Engineer. Final payment will not be made until this requirements is met. 2-5.2 Precedence of Contract Documents. In case of conflict between the contract documents, the more strict requirement, as determined solely by the Agency, shall govern. - 2-5.3 Shop Drawings and Submittals. 2-5.3.1 General.. The Contractor shall submit shop drawings and submittals for interrelated items incomplete packages. Incomplete packages will result in immediate return of the submittal with no action taken by the Agency. Where printed materials describe more than one product or model, clearly identify which is submitted for review. BID B GS -96-97.13 G-2 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2.3 (b) Work by Subcontractor. The aggregate of all markups for added work, regardless of the number of tiers of subcontractors used; shall not exceed the markup established in Subsection 3-3.2.3(a) plus. 10 percent on the first $5,000 of the extra work and 5 percent on work in excess of $5,000. SUBSECTION 3-6 NOTICE OF SURETIES Add new Subsection 3-6 as follows: The Contractor.shall notify his sureties and the tamers of the insurance furnished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable bonds and the coverage of the insurance shall be adjusted accordingly. The Contractor shall furnish proof of such adjustments to the Agency. SECTION 6 - PROSECUTION. PROGRESS, AND ACCEPTANCE OF WORK SUBSECTION 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The Contractors proposed construction schedule, proposed payment schedule and proposed dust and noise control plans shall be submitted for approval within seven (7) days of notice of contract award. Construction schedule "float time" shall be owned by the Agency. The Contractor shall allow a minimum of four (4) working days for Agency review. Incomplete plans or schedules will result in immediate return with no action taken by the Agency, and shall not cause any extension of time with respect to the total time specifically allowed to contractor for submission of those items. Prior to issuing a Notice to Proceed with Field Work, the Contractor shall attend a preconstruction meeting; the date and time to be determined upon award of contract. The purpose of the preconstmction meeting will be to review the following: proposed construction schedule, proposed material delivery dates, proposed payment schedule, proposed noise and dust control plans, status of shop drawings and submittals, arrange for coordination of work, discuss construction methods, clarify inspection procedures, and establish a Notice to Proceed date. As of the first date this project is advertised, it is anticipated the project start date will be November 30, 1998. The Contractor shall submit an updated construction schedule in the event any delays or other changes are anticipated; all deviations from the original schedule shall be explained. The Contractor is cautioned that progress payments will be withheld pending verification of the satisfactory completion of all work referenced ( including verification that required building inspections have been performed) -on each invoice presented for payment as determined by the City's Architect; and all payments shall follow the pre -approved payment schedule. 810 If GS -96.97.13 . G-3 SUBSECTION 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 General. In the second paragraph, replace the word "materials" with the words "materials, equipment, or labor". ' SUBSECTION 6-7 TIME OF COMPLETION 6-7.1 General. Work shall be completed no later than 4:00 p.m., February 12, 1999. The Contractor is cautioned that no time extension will be granted for a move -in period; for material delays; for collateral work by others; or for Agency suspension of work due to the Contractor's failure to comply with the contract document requirements which, in the opinion of the Agency, could adversely affect public health, safety, or inconvenience. Such failures to comply include but are not limited to failure to submit the required "Contractor Contact Information" form; failure to comply with public safety or public inconvenience measures; or failure to comply with cleanup, dust and noise control and graffiti removal orders. . 6-7.2 Working Day. Following contract award and notice to proceed letter, the contractor may, start work. Work may take place Monday through Friday from 7:00 am to 7:00pm. If the contractor wishes to work Saturday the contractor shall provide a request in writing at least 48 hours in advance. The working hours for Saturday will be from 8:00 am to 6:00 p in. Deviations from any of the requirements of this Special Provisions Subsection will not be permitted without the prior consent of the Engineer, except in emergencies involving immediate hazard to persons or property., In the event of a requested or emergency deviation, inspection service fees will be charged against the Contractor; will be calculated at overtime rates including benefits, overhead and travel time; and will be deducted from amounts due the Contractor. SECTION 7 - RESPONSIBILITIES OF CONTRACTOR SUBSECTION 7-2 LABOR Contractor shall provide a minimum of one supervisor, on each site at all times that work is in progress. In addition, Contractor shall provide a list of all employees (including all sub -contractor's employees) who will be working at each site. Persons not referenced on this list may be denied admittance to the site. 7-2.2 Laws. Submission of weekly certified payrolls is required. In addition, the Contractor and all subcontractors, suppliers, and vendors shall comply with all Agency, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to submit weekly certified payrolls, or failure to file any report due under said orders will result in suspension of periodic progress payments. The Contractor shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. BID # GS -96-97.73 G-4 SUBSECTION 7-3 LIABILITY INSURANCE Liability insurance coverage requirements are amended as follows: Insurance Coverage Requirements Comprehensive General Liability Products/Completed Operations Hazard Comprehensive Automobile Liability Contractual General Liability Limit Requirements $ 1,000,000 $ 1,000,000 $ 1,000,000 $ 1,000,000 A combined single -limit policy with aggregate limits in the amount of $2,000,000 will be considered equivalent to the required minimum limits. Except as provided for in Subsection 6-10, the Contractor shall save, keep and hold harmless the Agency, its officers, and agents from all damages, costs, or expenses in law or equity that may at any time arise or be set up because of damages to property, or of personal injury received by reason of or in the course of performing work, which may be caused by any willful or a negligent act or omission by the Contractor, any of the Contractor's employees, or any subcontractor. The Agency will not be liable for any accident, loss or damage to the Work prior to its completion and acceptance, except as provided for in Subsection 6-10. Liability insurance policies shall bear an endorsement or shall have attached a rider whereby it is provided that, in the event of an expiration or proposed cancellation of such policies for any reason whatsoever, the Agency shall be notified by registered or certified mail, return receipt requested, giving a sufficient time before the date thereof to comply with any applicable law or statute, but in no event less than 30 days before expiration or cancellation is effective. A Certificate of Insurance evidencing the above policy shall be submitted to the Agency concurrently with the filing of the Faithful Performance Bond and Payment (Material and Labor) Bond and shall be subject to the approval of the City Attorney. The cost of this insurance shall be included in the Contractor's bid.. SUBSECTION 7-5 PERMITS The Contractor is cautioned that clearances from outside agencies may be required before a City of Santa Clarita Building and Safety permit will be issued. The responsibility of obtaining all permits and/or clearances required, as well as the timely payment of all related fees, shall be home by the Contractor. SUBSECTION 7-7 COOPERATION AND COLLATERAL WORK Collateral work includes work by utilities in support of this project, and work by utilities to repair outages and to perform other maintenance activities. The Contractor shall coordinate its operations and cooperate with such activities to minimize interference and avoid power disruptions to other buildings on site. SUBSECTION 7-8 PROJECT SITE MAINTENANCE Section 7-8.1 Cleanup. Noise and Dust Control. This entire Section is superseded by the following: BID # GS -96-97-13 G-5 7-8.1 Cleanup, Dust Control. and Noise Control: Throughout all phases of work, including suspension of work, and until final acceptance of the project, the Contractor shall keep the work site clean and free from rubbish, and debris. The Contractor shall also abate dust nuisance by cleaning, and sweeping, or other means as necessary. Materials and equipment shall be removed from the site as soon as they are no longer necessary; and upon completion of the work and before final inspection the entire worksite shall be cleared of equipment, unused. materials, and rubbish so as to present a clean and neat appearance. Failure of the Contractor to comply with the Engineer's cleanup may result in an order to suspend work until the condition is. corrected. No additional compensation will be allowed and no additional working days will granted as a result of such suspension. Alternatively, if the Contractor fails to comply with the Engineer's cleanup orders, the Agency may elect to perform such cleanup and the cost thereof will be deducted from monies due or to become due the Contractor. Full compensation for all cleanup and dust control shall be considered as included in the prices paid for the various contract items of work. SUBSECTION 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Replace the second paragraph with the following: The Contractor shall relocate,_ repair, replace, or reestablish all existing improvements within the project limits which are damaged or removed as a result of his operations. Repairs or replacements shall be at least equal to the existing improvements and shall match such improvements in finish, grade, and dimensions unless otherwise requested in writing by the City's authorized representative. All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements shall be included in the Bid. SUBSECTION 7-10 PUBLIC CONVENIENCE AND SAFETY The concern for public safety will in this instance be most commonly related to the parking lot, building sidewalks, common building entrances, interior building common areas, stairways, and emergency exit locations. These concerns will be thoroughly reviewed and addressed during the pre -construction meeting at a.date and time to be determined upon award of contract 7-10.5 Protection of the Public and Building Occupants. Add Subsection 7-10.5 as follows: Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger of loss or damage to life and property due directly, or indirectly, to the prosecution of work under this contract. Whenever, in the opinion of the Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the Contractor's operations and when, in the opinion of the Engineer, immediate action shall be considered necessary in order to protect the public or property due to the Contractor's operations under this contract, the Engineer will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation within a reasonable BID # GS -96.97-13 W time period, the Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be bome by the Contractor. All expenses incurred by the Agency for emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. However, if the Agency does not take such remedial measures, the Contractor is not relieved of the full responsibility for public safety. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL No field offices for Agency personnel shall be required, however, the Agency personnel shall have the right to enter the project at all items and shall be admitted to the offices of the Contractor if so provided by the Contractor for his own personnel. SECTION 9 - MEASUREMENT AND PAYMENT SUBSECTION 9-3 PAYMENT 9-3.2 Partial and Final Payment. The closure date for the purpose of making partial progress payments will be as defined in the progress payment schedule submitted with this bid and as pre -approved by City upon award of contract. When each section of work is complete, the Contractor will submit an invoice to the City, who will confirm whether or not the quality and quantity of work is consistent with the total amount invoiced prior to approving payment to the Contractor. Payments are commonly authorized and made by the City within 15 days of receipt of invoices. However, payments will be withheld pending City's acceptance of the work, of an outstanding Construction Schedule update, or for failure to submit weekly certified payroll reports within 10 days of end of each working week. In addition, the final progress payment will not be released until the Contractor returns the control set of plans and specifications showing the as -built conditions. i . A full ten percent (10%) will be retained from all the total amount due per the approved contract. The retained amounts will be authorized for final payment 35 days after the date of recordation of the Notice of Completion. The Notice of Completion is normally recorded within ten (10) days of project acceptance by the City Council. SECTION 10 - CONSTRUCTION CLAIMS Add Section 10 as follows: 10-1 GENERAL In addition to notices and reports required by the contract documents, the Contractor shall comply with the provisions of this Section. BID.#.GS-96.97-13 G-7 10-2 NOTICE OF POTENTIAL CLAIM The contractor shall not be entitled to the payment of any additional compensation for any act, failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing, occurrence, or other cause, giving rise to the potential claim. It is the intention of this Subsection 10-2 that differences between the parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that.may be based on any such act, failure to act, event, thing, or occurrence for which no written notice of potential claim as herein required was filed. 10-3 CLAIMS Claims shall be resolved in accordance with Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) of the Public Contract Code. All claims shall be in writing and shall include the documents necessary to substantiate the claims. Claims must be filed on or before the date of final payment. For claims of less than $50,000, the Agency will 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 or to the claim the Agency may have against the Contractor.. If additional information is thereafter required, it shall be requested and provided pursuant to mutual agreement of the Agency and the Contractor. The Agency's written response to the claim, as further documented, will be submitted to the Contractor within 15 days after receipt of the further documentation or within a period of time no. greater than that taken by the Contractor in producing the additional information, whichever is greater. For claims of over $50,000 and less than or equal to $375,000, the Agency will respond in writing to all written claims within 60 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the Agency may have against the Contractor. If additional information is thereafter required, it shall be requested and provided pursuant to mutual agreement of the Agency and the Contractor. The Agency's written response to the claim, as further documented, will be submitted to the Contractor within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. If the Contractor disputes the Agency's written response, or the Agency fails to response within the time prescribed, the Contractor may so notify the Agency, in writing, either within 15 days of receipt of the Agency's response or within 15 days of the 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 Agency will schedule a meet and confer conference within 30 days for settlement of the dispute. BID R GS -96.97.13 G-8 Following the meet and confer conference, if the claim or any portion remains in dispute, the Contractor may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor first submits his or her written claim 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.. This Section does not apply to tort claims and nothing in this Section is intended nor shall be construed to change the time periods for filing tort 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. The following procedures are established for all civil actions filed to resolve claims subject to this Section: a. Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court will 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 cf 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 Subsection 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 Section shall be experienced in construction law, and upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of trial de novo. c. The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. BID Y GS -96-97.13 G-9