INFORMATION ONLY - NOT A PART OF THIS CONTRACT

In accordance with SB 854 passed by the California State Senate on June 20, 2014, all contractors and subcontractors bidding and performing work on Public Works Projects are required to register with the Department of Industrial Relations (DIR) on an annual basis. See the Instructions to Bidders for information on California Labor Code Section 1771.1.

Division 20, Chapter 6.95 of the California Health and Safety Code, in part, requires the submission of a Business Plan for Emergency Response by the operators of sites where hazardous materials are stored and handled at or above the State of California minimum reportable amounts. These amounts currently are 55 gallons of a liquid, 500 pounds of a solid, or 200 cubic feet at standard temperature and pressure for a compressed gas. (H&S Section 25507)

The Shasta County Division of Environmental Health, which has been designated by the Shasta County Board of Supervisors as the administering agency for Chapter 6.95 of the California Health and Safety Code, advises that a fee may be assessed not to exceed the actual costs of processing and for inspection, if an inspection is conducted.

The State of California Franchise Tax Board requires that whenever payments are made to a non- resident independent contractor in excess of $1,500 for services rendered, 7% of the gross amount must be withheld. A non-resident is anyone who is not a resident of California. An individual who comes into the state to perform a contract of short duration is considered to be a non-resident. A corporation is also subject to the withholding requirements if it is neither incorporated nor qualified to do business in California.

Shasta County Department of Public Works 00 00 01 Shasta County Jail Door Replacement and Modification Project Project Directory Contract No: 610534 Page 1

PROJECT DIRECTORY

SECTION 00 00 01

OWNER

Shasta County Department of Public Works 1855 Placer Street Redding, CA 96001 T: (530) 225-3834 [email protected] Contact: Kevin Maple, P.E.

Shasta County Department of Public Works 00 00 01 Shasta County Jail Door Replacement and Modification Project Table of Contents Contract No: 610534 Page 1

CONTRACT BOOK FOR SHASTA COUNTY JAIL DOOR REPLACEMENT AND MODIFICATION PROJECT

TABLE OF CONTENTS

DIVISION NO. SECTION TITLE PAGES INCLUSIVE

DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 00 01 Project Directory ...... 1 Section 00 01 10 Table of Contents ...... 1 – 2 Section 00 11 13 Advertisement for Bids ...... 1 – 2 Section 00 21 13 Instructions to Bidders ...... 1 – 5 Section 00 31 13 Construction Schedule and Liquidated Damages ...... 1 – 2 Section 00 41 13 Bid Form ...... 1 – 3 Section 00 41 14 Bidder Information Sheet ...... 1 Section 00 43 13 Bidder’s Bond ...... 1 Section 00 43 36 Subcontractor List Form...... 1 Section 00 45 19 Non-Collusion Affidavit ...... 1 Section 00 45 26 Certifications Concerning Workers’ Compensation ...... 1 Section 00 45 51 Certification Regarding Debarment and Suspension ...... 1 Section 00 45 52 Declaration of Contractor’s License Status ...... 1 Section 00 45 53 Public Contract Code Certifications ...... 1 – 2 Section 00 50 70 State Wage Determination ...... 1 Section 00 50 75 Compliance Monitoring and Enforcement by California DIR ...... 1 Section 00 50 80 Payroll Information ...... 1 Section 00 52 13 Contract between County of Shasta and Contractor ...... 1 – 4 Section 00 61 13.13 Performance and Payment Bond ...... 1-2 Section 00 61 23 Escrow Agreement for Security Deposits in Lieu of Retention ...... 1 – 3 Section 00 65 36 Project Closeout and Warranty ...... 1 – 6 Section 00 73 12 General Conditions ...... 1 – 44 Section 00 73 13 Supplementary Conditions ...... 1 – 3

DIVISION 01 GENERAL REQUIREMENTS Section 01 25 13 Product Substitution Procedures ...... 1 – 7 Section 01 31 19 Project Meetings ...... 1 – 3 Section 01 32 16 Construction Progress Schedules ...... 1 Section 01 33 00 Submittal Procedures ...... 1 – 6 Section 01 42 00 References ...... 1 – 10 Section 01 56 00 Temporary Barriers, Closures and Controls ...... 1 – 3 Section 01 60 00 Product Requirements ...... 1 – 3 Section 01 73 29 Cutting and Patching ...... 1 – 4

DIVISION 02 EXISTING CONDITIONS Section 02 41 00 Demolition...... 1 – 2

DIVISION 05 METALS Section 05 50 00 Metal Fabrications ...... 1 – 4

Shasta County Department of Public Works 00 00 01 Shasta County Jail Door Replacement and Modification Project Table of Contents Contract No: 610534 Page 2

DIVISION 07 THERMAL AND MOISTURE PROTECTION Section 07 92 00 Joint Sealants ...... 1 – 6

DIVISION 08 OPENINGS Section 08 43 63 Detention Doors and Frames ...... 1 – 10 Section 08 71 63 Detention Door Hardware ...... 1 – 7 Section 08 88 53 Security Glazing ...... 1 – 5

DIVISION 09 FINISHES Section 09 22 16 Non-Structural Metal Framing ...... 1 – 3 Section 09 91 00 Painting ...... 1 – 5

DIVISION 11 DETENTION CELL PADDING Section 11 98 00 Detention Equipment Contractor ...... 1 – 8 Section 11 98 16 Detention Fasteners ...... 1 – 2

DIVISION 26 ELECTRICAL Section 26 05 19 Low-Voltage Electrical Power Conductors and Cables ...... 1 – 6 Section 26 05 29 Hangers and Supports for Electrical Systems ...... 1 – 3 Section 26 05 33 Raceways and Boxes for Electrical Systems ...... 1 – 7 Section 26 05 44 Sleeves and Sleeve Seals for Electrical Raceways and Cabling ...... 1 – 5 Section 26 27 26 Wiring Devices ...... 1 – 6

Appendix A Public Contract Code Section 9204 ...... 1 – 4

EXHIBIT “A” Scope of Work ...... 1 – 4

END OF SECTION 00 01 10

Shasta County Department of Public Works 00 11 13 Shasta County Jail Door Replacement and Modification Project Advertisement for Bids Contract No: 610534 Page 1

ADVERTISEMENT FOR BIDS

SECTION 00 11 13

PART 1 - GENERAL

NOTICE IS GIVEN THAT SHASTA COUNTY, CALIFORNIA, will receive bids for the furnishing of all labor, materials, transportation, and services necessary for the completion of:

Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project 1655 West Street, Redding CA Contract No. 610534

1.1 BID SUBMISSION: Sealed bids will be accepted until 11:00 a.m. local time, May 20, 2021, at the office of the Shasta County Clerk of the Board, 1450 Court Street, Suite 308B, Redding, California 96001. Mail in bids need to arrive at the above location prior to this time. Postmarks will not validate bid submissions. Walk in bids may be delivered at the same address and must be inserted into the drop box, which will be available outside of the hallway door of the Office of the Clerk of the Board at 1450 Court Street, Suite 308B, Redding, California. Bids received after 11:00 a.m. on May 20, 2021, will not be considered responsive and will be returned to the bidder unopened. Telephone and telefax bids will not be accepted.

The Department will open and publicly read bids at 11:00 a.m. on May 20, 2021. Due to circumstances caused by the COVID-19 pandemic, any bidders and anyone wishing to attend the opening of bids must do so by web conference and/or conference call. The public will not be allowed to physically attend the bid opening in person. To view the bid opening, you must use “Go to Meeting” from a computer, tablet or smartphone at: https://global.gotomeeting.com/join/704154709. Bidders can also dial in by phone +1 (312) 757-3121 access code 704-154-709.

1.2 DESCRIPTION OF THE WORK: The project is located in the Shasta County Jail. In general, the work consists of supplying, installing and modifying new and existing security doors, locks, and other door accessories as described in EXHIBIT “A” to the Contract. The work shall be performed in three phases with each phase being performed during three consecutive County fiscal years starting with FY 20/21.

1.3 ENGINEER’S ESTIMATE: The engineer’s estimate for the base bid is $1,500,000.00 and includes costs for inflation and escalation of the project over three consecutive County fiscal years. This is an estimate only and bidders should not rely upon this figure when preparing or submitting their bids.

1.4 REQUIRED CONTRACTOR’S LICENSE: At the time this contract is bid, the Contractor hall possess a California “B” contractor’s license which is current and valid at the time of the bid and for the duration of the Work. Contractor and subcontractors shall possess the appropriate license for the work of their respective trades.

1.5 PRE-BID CONFERENCE AND SITE VISIT: County will conduct a pre-bid conference and site visit starting at 10:00 a.m. local time, May 13, 2021. Meet outside at the main public entrance to the Shasta County jail at 1655 West Street, Redding, CA 96001. The pre-bid conference is not mandatory. However, the bidder is required to sign that they have familiarized themselves with the local conditions including, but not limited to: inspecting in and around the work areas; the construction of the existing building;

Shasta County Department of Public Works 00 11 13 Shasta County Jail Door Replacement and Modification Project Advertisement for Bids Contract No: 610534 Page 2 operating hours of the building and limitations on noise; on access and on shutting off utilities to other areas of the building; and the building’s security requirements.

1.6 DEPARTMENT OF INDUSTRIAL RELATIONS CONTRACTOR REGISTRATION: In accordance with California Labor Code Section 1771.1, a contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

As noted above, all contractors and subcontractors must be registered with DIR. By requesting the DIR registration numbers of all subcontractors, bidders are hereby put on notice that if they list a subcontractor without a DIR registration number at the time of bid opening, County, in its sole discretion, may find the failure to do so intentional and find the bid non-responsive. DIR registration numbers are available online at https://efiling.dir.ca.gov/PWCR/Search.

1.7 BIDDING DOCUMENTS: Each bid must be in accordance with the bid documents, construction drawings and specifications on file at the Shasta County Department of Public Works, 1855 Placer Street, Redding, California, 96001. These bid documents, construction drawings and specifications are available for viewing or downloading through the Shasta County Department of Public Works website at http://www.co.shasta.ca.us/html/Public_Works/pw_index.htm. Also, through this website, a bidder may view and join a Document Holder’s List for this work. Joining the Document Holder’s List, and checking to see if there are addenda issued prior to bidding are the sole responsibility of the bidder. If any addendum is issued, the County will attempt to notify each document holder on the Document Holder’s List using the e-mail address and the FAX numbers entered onto the Document Holder’s List. County shall not in any way be responsible or liable for failure of a document holder to receive notification. It is the bidder’s responsibility, prior to submitting the bid, to check the website or otherwise inquire to determine whether the County has issued any Addenda.

Note that there are local blueprinting companies that can download and sell paper copies of the bid documents, construction drawings and specifications. Bidders are responsible for arranging and purchasing these paper copies if they so choose.

1.8 INQUIRIES: All inquiries regarding the Work should be directed to the office of Shasta County Department of Public Works, Kevin Maple, PE at (530) 225-3834 (phone), (530) 225-5667 (fax), or [email protected] (email).

END OF SECTION 00 11 13

Shasta County Department of Public Works 00 21 13 Shasta County Jail Door Replacement and Modification Project Instruction to Bidders Contract No: 610534 Page 1

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PART 1 – GENERAL

1.1 RECEIPT OF BIDS. Sealed bids will be accepted until 11:00 a.m. local time, May 20, 2021, at the office of the Shasta County Clerk of the Board, 1450 Court Street, Suite 308B, Redding, California 96001, at which time they will be publicly opened and read. Bids received after 11:00 a.m. will not be considered responsive and will be returned to the bidder unopened. Telephone and telefax proposals will not be accepted. Each bidder should mark its bid as “Bid for Shasta County Jail Door Replacement and Modification Project”. Bids shall be deemed to include the written responses to the bidder to any questions or requests for information of County made as part of bid evaluation process after submission of bid.

1.2 DETERMINATION OF APPARENT LOW BIDDER. The apparent low bid will be based on the total amount of the bid in Section 00 41 13, “Total Bid.”

1.3 REQUIRED BID FORM. All bidders must submit bids on the forms provided in Section 00 41 13 “Bid Form”. County will reject as non-responsive any bid not submitted on the required form. Bids must be full and complete. Bidders must complete all bid items and supply all information required by the bidding documents and specifications. County reserves the right in its sole discretion to reject any bid as non-responsive as a result of any error or omission in the bid. Bidders may not modify the Bid Form or qualify their bids. Bidders must submit clearly and distinctly written bids. Bidders must clearly make any changes in their bids by crossing out original entries, entering new entries and initialing new entries. County reserves the right to reject any bid not clearly written. The Bid Form shall be signed by the bidder’s legal representative as indicated on the Bid Form. If the bid is made by an individual, it shall be signed and his/her full name and his/her address shall be given; if it is made by a partnership, it shall be signed with the co-partnership name by a member of the firm, who shall sign his/her own name and provide the name and address of each member; and if it is by a corporation, the bid shall show the name of the corporation and the state under the laws of which the corporation was chartered. When the bid is signed by the duly authorized officer or officers of the corporation, it shall be attested by the corporate seal, and the names and titles of the principal officers of the corporation shall be given. When a bid is signed by an agent, other than the officer or officers of a corporation authorized to sign contracts on its behalf or a member of a partnership, a “Power of Attorney” must be filed with the County prior to opening bids or shall be submitted with the bid; otherwise, the bid may be rejected as irregular and unauthorized. Bids submitted as joint ventures must so state and be signed by each joint venture.

1.4 REQUIRED BID SECURITY. Bidders must submit with their bids either cash, a cashier’s check, or certified check drawn on a responsible bank in the United States, or corporation surety bond furnished by a surety authorized to do business in the State of California of not less than ten percent (10%) of aggregate amount of base bid, payable to County. Bidders shall use the required form of corporate surety bond contained in Section 00 43 13, “Bidders Bond.” County will reject as non-responsive any bid submitted without the required bid security. The County may retain a bidder’s security of other than the apparent low bidder for a period of sixty (60) days after award or full execution of the Contract, whichever first occurs. The County may award the Contract to the next apparent low bidder if the apparent low bidder is determined non-responsive or non- responsible, or fails to execute the Contract and provide the required bonds, guarantees and other documents within the required time periods. Upon full execution of the Contract, the County will return to the respective unsuccessful bidders all bid securities and bidder’s bond.

Shasta County Department of Public Works 00 21 13 Shasta County Jail Door Replacement and Modification Project Instruction to Bidders Contract No: 610534 Page 2

1.5 REQUIRED SUBCONTRACTORS LIST. All Bidders must submit with their bids, the required information on all subcontractors in Section 00 43 36, “Subcontractor List Form,” for those subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement, in excess of one half of one percent (0.5%) of the total bid. The Subcontractor List Form shall be submitted in a separate sealed envelope. Violation of this requirement may result in a bid being deemed non-responsive and not being considered.

1.6 CONTENTS OF BID ENVELOPE. The bid envelope shall contain all of the following:

Section 00 41 13 – Bid Form Section 00 41 14 – Bidder Information Sheet Section 00 43 13 – Bidder’s Bond Section 00 43 36 – Subcontractor List Form (In a separate sealed envelope.) Section 00 45 19 – Non-Collusion Affidavit Section 00 45 26 – Certification Concerning Workers’ Compensation Section 00 45 51 – Certification Regarding Debarment and Suspensions Section 00 45 52 – Declaration of Contractor License Status Section 00 45 53 – Public Contract Code Certifications

1.7 OTHER REQUIREMENTS PRIOR TO BIDDING. Submission of a bid certifies bidder’s careful examination of the Contract Documents and all conditions contained therein, the Work Site, and the surrounding area and complete understanding of the nature, extent and location of the Work to be performed. Submission of bid shall constitute bidder’s express representation to the County that bidder has fully completed these tasks.

1.8 ADDENDA. If any party contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the Contract Documents, or finds discrepancies in or omissions from the plans or specifications; that party may submit to the County a written request for an interpretation or correction thereof. The party submitting the request will be responsible for its prompt delivery at least five full County workdays (Monday through Friday excluding County holidays) prior to the bid opening. Answers to requests that do not give any single bidder an unfair advantage will be given orally. Otherwise, interpretations or corrections of the documents will be made only by addendum duly issued. Bidding documents, including any addenda, are available for viewing or downloading through the Shasta County Department of Public Works website at http://www.co.shasta.ca.us/html/Public_Works/pw_index.htm. Also, through this website, a bidder may view and join a Document Holder’s List for this bid. Joining the Document Holder’s List, and checking to see if there are addenda issued prior to bidding are the sole responsibility of the bidder. If any addendum is issued, the County will attempt to notify each document holder on the Document Holder’s List using the e-mail address and the FAX numbers entered on the Document Holder’s List. County shall not in any way be responsible or liable for failure of a document holder to receive notification. It is the bidder’s responsibility, prior to submitting the bid, to check the website or otherwise inquire to determine whether the County has issued any Addenda. The County shall not be deemed responsible for any oral clarification nor will it be binding.

1.9 BID OPENING. The County will stamp bids with the date and time of receipt. Bids will be opened and read publicly at the time and place indicated in Section 1.1, “Receipt of Bids,” above. Bidders or their authorized agents may be present. After opening of bids, the County will review all bids for accuracy and reserves the right to correct obvious errors. Upon completion of review, the bids will be ranked by the bid amount and the apparent low bidder will be determined and notified.

1.10 WITHDRAWL OF BIDS: Any bid may be withdrawn or revised by a bidder personally or upon its written or telegraphic request at any time prior to the hour set for the opening of bids, but not thereafter. It shall be the bidder's sole responsibility to see that such written or telegraphic request is received in proper time, and

Shasta County Department of Public Works 00 21 13 Shasta County Jail Door Replacement and Modification Project Instruction to Bidders Contract No: 610534 Page 3 bidder shall confirm this action in writing over its signature within 48 hours thereafter. Unless required otherwise by law, no bidder may withdraw its bid for a period of 45 days after the date of the opening of bids.

1.11 FAILURE TO EXECUTE AND DELIVER DOCUMENTS. If the bidder to whom the Contract is awarded shall fail or neglect, within ten (10) calendar days from the date of the receipt of a notice of award, to execute and deliver all required Contract Documents and file all required bonds, insurance certificates and other documents, County may, in its sole discretion, deposit the bidder’s surety bond, cashier’s check or certified check for collection, and retain the proceeds thereof as liquidated damages for bidder’s failure to enter into the Contract Documents. Bidder agrees that calculating the damages County may suffer as a result of bidder’s failure to execute and deliver all required Contract Documents would be extremely difficult and impractical and that the amount of bidder’s required bid security shall be the agreed and presumed amount of County’s damages.

1.12 BIDDER’S BOND, PERFORMANCE BOND AND PAYMENT BOND. Bid security must be submitted with the bid. The successful bidder, prior to execution of the Contract, must submit a Performance Bond in the full amount of the Contract, using the form of Section 00 61 13.13, “Performance Bond.” The successful bidder, prior to execution of the Contract, must submit a Payment Bond in the full amount of the Contract, using the form of Section 00 61 13.13, “Payment Bond.”

1.13 INSURANCE. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of the insurance certificates and endorsements required. A bidder, who executes the Contract and thereafter fails to comply strictly with the insurance requirements, will be deemed to be in breach of Contract.

1.14 WAGE RATES. Wage rates and restrictions on working days and times shall meet all requirements of the Labor Code of the State of California for public contracts. The bidder may contact the Director of the Department of Industrial Relations, phone number (415) 703-4774, website http://www.dir.ca.gov/DLSR/statistics_research.html to obtain a schedule of general prevailing wages applicable to the location and work to be done. The Contractor and the Contractor’s subcontractors are responsible for compliance with the requirements of Sections 1777.5 and 1777.6 of the Labor Code of the State of California regarding employment of apprentices.

1.15 DEPARTMENT OF INDUSTRIAL RELATIONS CONTRACTOR REGISTRATION. The Department of Industrial Relations (DIR) has launched an online application at https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm for public works contractors to meet the requirements of Senate Bill 854. Contractors must register and meet requirements using the new online application before bidding on public works contracts in California. The application also provides agencies that administer public works programs with a searchable database of qualified contractors at https://efiling.dir.ca.gov/PWCR/Search.

In accordance with California Labor Code Section 1771.1, a contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

As noted above, all contractors and subcontractors must be registered with DIR. By requesting the DIR registration numbers of all subcontractors, bidders are hereby put on notice that if they list a subcontractor without a DIR registration number at the time of bid opening, County, in its sole discretion, may find the failure

Shasta County Department of Public Works 00 21 13 Shasta County Jail Door Replacement and Modification Project Instruction to Bidders Contract No: 610534 Page 4 to do so intentional and find the bid non-responsive. DIR registration numbers are available online at https://efiling.dir.ca.gov/PWCR/Search.

1.16 EQUAL EMPLOYMENT OPPORTUNITY. Contractor shall comply with all applicable federal, state, and local laws, rules and regulations in regard to nondiscrimination in employment because of sex, race, color, creed, ancestry, religion, national origin, physical or mental disability, sexual orientation, medical condition (cancer, HIV and AIDS), age (over 40), marital status, or other protected status, nor deny family care leave and or pregnancy disability leave.

1.17 AWARD. If the Contract is to be awarded, it will be awarded to the lowest responsible responsive bidder per Section 1.2, “Determination of Apparent Low Bidder,” above within 45 calendar days after the bid opening.

1.18 BID PREPARATION COST. Bidders are solely responsible for the cost of preparing their bids.

1.19 RESERVATION OF RIGHTS. County specifically reserves the right, in its sole discretion, to reject any or all bids, or re-bid, or to waive minor irregularities from bid requirements. If no bids are received, the County reserves the right to identify interested contractor(s) and negotiate directly without re-bidding.

1.20 SECURITIES IN LIEU OF RETENTION. Public Contract Code Section 22300 gives the Contractor the option to deposit securities with an escrow agent as a substitute for retention earnings to be withheld by the County.

1.21 PRODUCT SUBSTITUTION PROCEDURES. Bidders may request a substitution of products and materials in accordance with Section 01 25 13, “Product Substitution Procedures.”

1.22 BID PROTEST. Any bid protest must be in writing and received by the County’s Department of Public Works Office at 1855 Placer Street, Redding, California before 5:00 p.m. no later than three working days following bid opening (the “Bid Protest Deadline”) and must comply with the following requirements: 1. General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder, but must timely pursue its own protest. For purposes of this Section 2-1.44, a “working day” means a day that the County is open for normal business, and excludes weekends and holidays observed by County. 2. Protest Content. The bid protest must contain a complete statement of the basis for the protest and all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the person representing the protesting bidder. The protesting bidder is solely responsible for the cost of preparing their protest. 3. Copy to Protested Bidder. A copy of the protest and all supporting documents must be concurrently transmitted by email or hand delivery, by or before the Bid Protest Deadline, to the protested bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. Further, verification of transmittal or delivery of all documents must be concurrently provided to the Project Engineer listed in the “Instructions to Bidders.” 4. Response to Protest. The protested bidder may submit a written response to the protest, provided the response is received by County, as listed above, before 5:00 p.m., within three working days after the Bid Protest Deadline or after its actual receipt of the bid protest, whichever is sooner (the

Shasta County Department of Public Works 00 21 13 Shasta County Jail Door Replacement and Modification Project Instruction to Bidders Contract No: 610534 Page 5

“Response Deadline”). The response must include all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person representing the protested bidder. The responding bidder is solely responsible for the cost of preparing their response. 5. Copy to Protesting Bidder. A copy of the response and all the supporting documents must be concurrently transmitted by email or hand delivery, by or before the Bid Response Deadline, to the protesting bidder and any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. Further, verification of transmittal or delivery of all documents must be concurrently provided to the Project Engineer listed in the “Instructions to Bidders.” 6. Exclusive Remedy. The procedure and time limits set forth in this section are mandatory and are the bidder’s sole and exclusive remedy in the event of bid protest. A bidder’s failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including filing a Government Code Claim or initiation of legal proceedings. 7. Right to Award. The Board of Supervisors reserves the right to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a notice to proceed with the Work notwithstanding any pending or continuing challenge to its determination.

END OF SECTION 00 21 13

Shasta County Department of Public Works 00 31 13 Shasta County Jail Door Replacement and Modification Project Construction Schedule and Liquidated Damages Contract No: 610534 Page 1

CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES

SECTION 00 31 13

PART 1 - GENERAL

1.1 CONSTRUCTION SCHEDULE

Prior to each phase of this Contract the County shall issue a “Notice to Proceed”. Prior to issuing the Notice to Proceed, Contractor and County shall agree, on a schedule, duration and Date of Substantial Completion for the current phase of work.

The Notice to Proceed shall innumerate the number of calendar days agreed for the current phase of work and give the date of substantial completion.

During the construction period the Contractor must regularly provide information and input on scheduling and coordination of the Work to the County.

The Contractor must submit an updated, current construction schedule within five (5) calendar days of a written request by County. Refer to Section 01 32 16, “Construction Progress Schedules.”

1.2 DATE OF SUBSTANTIAL COMPLETION

The date of substantial completion of the work or designated portion thereof is the date certified by the County when construction is sufficiently complete, in accordance with the Contract Documents, so that the County or separate contractors can occupy or utilize the Work or a designated portion thereof for the use for which it is intended.

1.3 LIQUIDATED DAMAGES

In the event of failure on the part of the Contractor to complete the Work before the Time of Completion, including any approved extensions thereof, in accordance with Part 8.3.4, “Discretionary Time Extension in the Best Interest of County,” of Section 00 73 12, “General Conditions,” the Contractor shall pay County liquidated damages for each calendar day past the specified time that is required to substantially complete the Work.

The amount of liquidated damages is $1,000.00 (One Thousand Dollars) per calendar day.

In the event of undue or excessive hardship resulting from an unauthorized or inexcusable delay in the completion of the Work, the County reserves the right to make a detailed written determination of the losses suffered, and to receive full recompense from the Contractor.

END OF SECTION 00 31 13

Shasta County Department of Public Works 00 41 13 Shasta County Jail Door Replacement and Modification Project Bid Form Contract No: 610534 Page 1

BID FORM

SECTION 00 41 13

PART 1 – GENERAL

1.1 GENERAL BID INFORMATION

County: Shasta County Administration Building Clerk of the Board 1450 Court Street, Suite 308B Redding, CA 96001

Bid for: Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project 1655 West Street, Redding, CA 96001 Contract No: 610534

1.1.1 We, the undersigned, having familiarized ourselves with the local conditions (as addressed during the pre-bid conference and site visit) including: inspecting in and around the Work areas; the construction of the existing building; operating hours of the building and limitations on noise, on access and on shutting off utilities to other areas of the building; the Work’s security requirements; and all of the Contract Documents, including the Advertisement for Bids, Instructions to Bidders, General Conditions, Bid Form, Contract Between County of Shasta and the Contractor, the Drawings and any Addenda issued by County; do hereby propose to furnish all labor, materials, necessary tools, expendables, equipment, utility and transportation services, including payment of State of California and local sales or use taxes and procurement of licenses necessary to complete the Work required in strict accordance with the Contract Documents, including all addenda.

1.1.2 The undersigned agree(s) to enter into and execute a Contract, if awarded on the basis of this bid, and to furnish a performance bond and a payment bond, both in the full amount of the Contract, and proof of insurance in accordance with these Contract Documents, within ten (10) calendar days after date of receipt of the Contract.

1.1.3 The undersigned declare(s) that the cost of a performance bond and payment bond, both in the full amount of the Contract, is included in this bid.

1.1.4 Liquidated Damages for Failure to Enter into the Contract:

Enclosed herewith is cash, a bidder’s bond, cashier’s check, or certified check, made payable to the County, which is not less than 10% of the total amount of the base bid. Should this bid be accepted and the undersigned thereafter fail to enter into the Contract or should the undersigned fail to provide the required bonds or proof of insurance, IT IS HEREBY UNDERSTOOD AND AGREED that it is, and will be, difficult or impossible to determine the actual damage which County will sustain in the event of, and by reason of, such failure to enter into the Contract. The undersigned further agrees that said cash, check or bidder’s bond shall be forfeited as liquidated damages (not as a penalty), if the undersigned fails to enter into a Contract on the basis of this bid or fails to provide the required bonds and insurance, after receiving the Notice of Award.

Shasta County Department of Public Works 00 41 13 Shasta County Jail Door Replacement and Modification Project Bid Form Contract No: 610534 Page 2

1.1.5 The undersigned acknowledges receipt of the following addenda:

1. Addendum No.____ Dated______Addendum No.____ Dated______

2. Addendum No.____ Dated______Addendum No.____ Dated______

1.1.6 This bid is valid for forty-five (45) calendar days following the date for receiving bids.

1.1.7 The undersigned proposes to enter into the Contract for the following amount. This amount is a lump sum bid for work included in this Contract necessary to complete the Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project in Redding, California as shown in the Contract Documents. The Work shall be complete within the time limits specified in Section 00 31 13, “Construction Schedule and Liquidated Damages.” The undersigned is aware the Contract includes provisions for liquidated damages as specified in Part 1.4, “Liquidated Damages,” of Section 00 31 13, “Construction Schedule and Liquidated Damages,” if the Work is not completed within the agreed time of completion.

Shasta County Department of Public Works 00 41 13 Shasta County Jail Door Replacement and Modification Project Bid Form Contract No: 610534 Page 3

PART 2 – BID

2.1 BID (INCLUDING ALL ADDENDA) for all associated Work:

FISCAL YEAR 20/21 SCHEDULE OF WORK ITEM NO. I T E M D E S C R I P T I O N U N I T S QTY UNIT PRICE COST

1 WOOD TO METAL DOOR CONVERSION EA 54

2 ELECTRO/MECHANICAL SLIDERS EA 2

3 SURFACE MOUNTED SENTINEL LOCKS EA 9

4 MANUAL SLIDER REPLACEMENT EA 2

FISCAL YEAR 20/21 TOTAL

FISCAL YEAR 21/22 SCHEDULE OF WORK ITEM NO. I T E M D E S C R I P T I O N U N I T S QTY UNIT PRICE COST

1 WOOD TO METAL DOOR CONVERSION EA 54

2 ELECTRO/MECHANICAL SLIDERS EA 3

FISCAL YEAR 21/22 TOTAL

FISCAL YEAR 22/23 SCHEDULE OF WORK ITEM NO. I T E M D E S C R I P T I O N U N I T S QTY UNIT PRICE COST

1 WOOD TO METAL DOOR CONVERSION EA 55

2 ELECTRO/MECHANICAL SLIDERS EA 4

3 MANUAL SLIDER REPLACEMENT EA 2

FISCAL YEAR 22/23 TOTAL

Shasta County Department of Public Works 00 41 13 Shasta County Jail Door Replacement and Modification Project Bid Form Contract No: 610534 Page 4

TOTAL BID

SUM OF THE BIDS FOR FISCAL YEAR 20/21, 21/22, AND 22/23 TOTAL

Bid Submitted by:

Type of Organization: (Individual, Partnership, Corporation, etc.)

Company's Name:

Partner's Name(s): (If Partnership)

Seal (If Corporation): (Date)

By: (Signature of Contractor)

(Type Name of Contractor)

(Address)

(Telephone)

Contractor License:

Class: Number: Expiration Date:

Attachments: i. Section 00 41 13 – Bid Form ii. Section 00 41 14 – Bidder Information Sheet iii. Section 00 43 13 – Bidder’s Bond iv. Section 00 43 36 – Subcontractor List Form (In a separate sealed envelope.) v. Section 00 45 19 – Non-Collusion Affidavit vi. Section 00 45 26 – Certification Concerning Workers’ Compensation vii. Section 00 45 51 – Certification Regarding Debarment and Suspensions viii. Section 00 45 52 – Declaration of Contractor License Status ix. Section 00 45 53 – Public Contract Code Certifications

END OF SECTION 00 41 13

Shasta County Department of Public Works 00 41 14 Shasta County Jail Door Replacement and Modification Project Bidder Information Sheet Contract No: 610534 Page 1

BIDDER INFORMATION SHEET

SECTION 00 41 14

The bidder must check one of the following classifications that fit its type of business organization and furnish all information required under that classification.

Please type or print your answers.

( ) BIDDER IS AN INDIVIDUAL

Bidder’s name as it appears on State Contractor’s license is:

( ) BIDDER IS A PARTNERSHIP

Bidder’s firm name, individual or partnership, as it appears on State Contractor’s License is:

The full names of all the partners as they appear on State contractor’s License are:

( ) BIDDER IS A CORPORATION

The full name of the corporation as it appears on the State Contractor’s License is:

Corporation is incorporated in the State of

END OF SECTION 00 41 14

Shasta County Department of Public Works 00 43 13 Shasta County Jail Door Replacement and Modification Project Bidder’s Bond Contract No: 610534 Page 1

BIDDER’S BOND

SECTION 00 43 13

BIDDER'S BOND TO ACCOMPANY BID (Penalty of this Bond must be 10% of the Base Bid Amount)

KNOW ALL PERSONS BY THESE PRESENTS:

That we, , as principal and , as surety, are held and firmly bound unto Shasta County in the sum of dollars, ($ ), to be paid to Shasta County or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain proposal of the above bounden for the Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project dated is accepted by Shasta County and if the above bounden its heirs, executors, administrators, successors and assigns, shall duly enter into, execute and deliver a signed agreement for such construction, and shall execute and deliver the required performance bond, payment bond, liability insurance policy or endorsement and workers’ compensation policy or endorsement, within ten (10) calendar days from the date of the receipt of a notice of award to the above bounden from Shasta County, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. In the event suit is brought upon this bond by Shasta County and judgment is recovered, the Surety shall pay all costs incurred by Shasta County in that suit, including a reasonable attorney’s fee, to be set by the court.

Witness our hands this day of ______,

Principal Seal

By

Surety Seal

By

Agency of Record END OF SECTION 00 43 13

Shasta County Department of Public Works 00 43 36 Shasta County Jail Door Replacement and Modification Project Subcontractor List Form Contract No: 610534 Page 1

SUBCONTRACTOR LIST FORM

SECTION 00 43 36

This attachment to the Bid Form shall be submitted with the Bid Form, but in a separate sealed envelope. If no subcontractors are to be involved and all work is to be performed by the Contractor, so state. Complete address information (including street address, city, and state), if not included on the submitted subcontractor list form at bid time, must be faxed to the County of Shasta (Fax number: 530-225-5667) within 24 hours after Bid opening.

Subcontractor List Forms submitted by unsuccessful bidders will be returned unopened.

Pursuant to the provision of Sections 4100 to 4113, inclusive, of the Public Contract Code of the State of California, every Bidder shall set forth the name, the location of the place of business, the California contractor license number, and the Department of Industrial Relations (DIR) registration number of each subcontractor who will perform work or labor in or about the construction of the Work or improvement in an amount in excess of one-half of one percent (0.5%) of the Bidder's total bid. If the Bidder fails to specify a subcontractor for any portion of the Work in excess of one-half of one percent (0.5%) of the Bidder's total bid, the Bidder agrees to perform that portion himself/herself. The following is the required list of subcontractors:

An inadvertent error in listing a subcontractor’s California contractor license number shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive if the corrected contractor’s license number is provided within 24-hours after the bid opening.

BIDDER'S LIST OF SUBCONTRACTORS (Use other side & extra sheets if necessary)

Percent or Name and Complete Address Subcontractor Subcontractor Dollar Amount Type of Work of License No. DIR No. of Contract Subcontractor Work

______

______

______

Date: Bidder's Signature:

END OF SECTION 00 43 36

Shasta County Department of Public Works 00 45 19 Shasta County Jail Door Replacement and Modification Project Non-Collusion Affidavit Contract No: 610534 Page 1

NON-COLLUSION AFFIDAVIT

SECTION 00 45 19

State of California, County of Shasta,

, Affiant the

(Title)

(Bidder)

The party making the accompanying bid, having first been duly sworn, deposes and says:

That such bid is genuine and not sham or collusive, nor made in the interest or behalf of any party not herein named, and that the bidder has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the bidder has not in any manner sought by collusion to secure an advantage over any other bidder.

(Signature of Bidder)

(Title)

Subscribed and sworn to before me this ____ day of , . Signature of Notary Public in and for the

County of

State of

END OF SECTION 00 45 19

Shasta County Department of Public Works 00 45 26 Shasta County Jail Door Replacement Certifications Concerning Workers’ Compensation and Modification Project Contract No: 610534 Page 1

CERTIFICATIONS CONCERNING WORKERS’ COMPENSATION

SECTION 00 45 26

STATE OF CALIFORNIA, SHASTA COUNTY

The undersigned is aware of the provisions of Section 3700 of the Labor Code of the State of California which requires every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and the undersigned will comply with such provisions, and will require all subcontractors to comply with such provisions, before commencing the performance of the Work of this Contract and throughout the duration of the Work.

Date:

Contractor Signature:

END OF SECTION 00 45 26

Shasta County Department of Public Works 00 45 51 Shasta County Jail Door Replacement Certification Regarding Debarment and Suspension and Modification Project Contract No: 610534 Page 1

CERTIFICATION REGARDING DEBARMENT AND SUSPENSION

SECTION 00 45 51

The undersigned (authorized official signing for the bidder) certifies to the best of his or her knowledge and belief, that the bidder, defined as the primary participant in accordance with 45 CFR Part 76, and its principals:

1. are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or agency;

2. have not within a 3-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

3. are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and

4. have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default.

Date: ______Bidder's Signature:

END OF SECTION 00 45 51

Shasta County Department of Public Works 00 45 52 Shasta County Jail Door Replacement Declaration of Contractor’s License Status and Modification Project Contract No: 610534 Page 1

DECLARATION OF CONTRACTOR’S LICENSE STATUS

SECTION 00 45 52

I, , declare under penalty of perjury under the laws of the State of California that the following is true and correct:

1. The State Contractor’s license number for the signatory Contractor is:

2. The license expiration date is:

Executed on , 20 , at , California.

Contractor’s Firm Name – Print or Type

Signatory’s Name – Print or Type

Signature

Capacity in Contracting Firm – Print or Type

END OF SECTION 00 45 52

Shasta County Department of Public Works 00 45 53 Shasta County Jail Door Replacement and Modification Project Public Contract Code Certifications Contract No: 610534 Page 1

PUBLIC CONTRACT CODE CERTIFICATIONS

SECTION 00 45 53

The undersigned (authorized official signing for the bidder) hereby declares under penalty of perjury the following:

1. In accordance with Section 6109 of the Public Contract Code, the bidder declares that bidder will not enter into any contract with a subcontractor who/which has been debarred pursuant to Section 1771.1 or Section 1777.7 of the Labor Code. No public monies shall be paid to a debarred subcontractor, and any contract entered into for public work between a prime contractor and debarred subcontractor shall be considered void as a matter of law. Any payments made to a debarred subcontractor shall be returned to the County. The prime contractor shall be solely responsible for all payments to a debarred subcontractor. In no case shall any public money be used to pay a debarred subcontractor.

2. "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Public Contract Code Section 7106)

State of California ) County of Shasta ) ss. ) , 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."

3. In accordance with Section 10162 of the Public Contract Code, has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation?

YES ______NO______

If the answer is yes, explain the circumstances in the following space (use additional sheets if necessary).

Shasta County Department of Public Works 00 45 53 Shasta County Jail Door Replacement and Modification Project Public Contract Code Certifications Contract No: 610534 Page 2

4. In accordance with Section 10232 of the Public Contract Code, has more than one final, unappealable finding of contempt of court by a federal court has been issued against the bidder within the immediately preceding two-year period because of the bidder's failure to comply with an order of a federal court which orders the bidder to comply with an order of the National Labor Relations Board? For purposes of this section, a finding of contempt does not include any finding which has been vacated, dismissed, or otherwise removed by the court because the contractor has complied with the order which was the basis for the finding.

YES ______NO______

5. In accordance with Section 10285.1 of the Public Contract Code, the bidder declares that neither the bidder nor any subcontractor to be engaged by the bidder has been convicted of any of the offenses referred to in this section within the preceding three years. These offences include if that bidder or any subcontractor to be engaged by the bidder, or any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Section 1101, with any public entity, as defined in Section 1100, including, for the purposes of this Part, the Regents of the University of California or the Trustees of the California State University.

6. In accordance with Section 1771.1 of the California Labor Code, a contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

By my signature I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Sections 6109, 7106, 10162, 10232, 10285.1 and 1771.1 of the Public Contract Code are true and correct.

Date: ______Bidder's Signature:

END OF SECTION 00 45 53

Shasta County Department of Public Works 00 50 70 Shasta County Jail Door Replacement and Modification Project State Wage Determination Contract No: 610534 Page 1

STATE WAGE DETERMINATION

SECTION 00 50 70

PART 1 – GENERAL

1.1 INSTRUCTIONS:

1.1.1 The contractor is required to post the state wage determination on the job site for the work in a conspicuous location available to all workers.

END OF SECTION 00 50 70

Shasta County Department of Public Works 00 50 75 Shasta County Jail Door Replacement Compliance Monitoring and Enforcement and Modification Project By California Department of Industrial Relations (“DIR”) Contract No: 610534 Page 1

COMPLIANCE MONITORING AND ENFORCEMENT BY CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS (“DIR”)

SECTION 00 50 75

PART 1 – GENERAL

1.1 Contractor shall comply with Title 8, Section 16451 of California Code of Regulations and shall be responsible for posting notice as per subsection (d).

END OF SECTION 00 50 75

Shasta County Department of Public Works 00 50 80 Shasta County Jail Door Replacement and Modification Project Payroll Information Contract No: 610534 Page 1

PAYROLL INFORMATION

SECTION 00 50 80

PART 1 – GENERAL

1.1 INSTRUCTIONS:

1.1.1 The contractor shall provide certified payroll to the project engineer for payroll on this work pursuant to labor code section 1776. The contractor will submit this certified payroll upon request and at least once a month when submitted with the monthly progress payment request. The certified payroll records will include but are not limited to:

1. Name, Address, Social Security Number, and Ethnic Code of Employee or Employees

2. Number of Withholding Exemptions

3. Work Classification

4. Day, Date, and Hours Worked

5. Total Hours

6. Rate of Pay

7. Gross Pay

8. Deductions

9. Net Wages Paid

END OF SECTION 00 50 80

Shasta County Department of Public Works 00 52 13 Shasta County Jail Door Replacement Contract Between County of Shasta and Contractor and Modification Project Contract No: 610534 Page 1

CONTRACT BETWEEN COUNTY OF SHASTA AND CONTRACTOR

SECTION 00 52 13

CONTRACT BETWEEN THE COUNTY OF SHASTA AND CONTRACTOR

PART 1 – CONTRACT

Made and entered into as of the last date it has been signed by both parties.

BETWEEN the County: SHASTA COUNTY, STATE OF CALIFORNIA and the Contractor:

The Project: Shasta County Jail Door Replacement and Modification Project

The County and the Contractor agree as set forth below.

1.1 THE CONTRACT DOCUMENTS

The Contract Documents consist of this Section 00 52 13, the other documents in the "Contract Book For Shasta County Jail Door Replacement and Modification Project" (Contract No. 610534), all of those documents enumerated in the Contract Book For Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project , and Section 00 73 12 "General Conditions," Part 1.1.1, “The Contract Documents,” which documents are hereby incorporated into this Contract and made a part hereof. Sections of the Contract Book for Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project may be referenced in these Contract Documents solely by their section number, or by their section number and name.

1.2 THE WORK

The Contractor shall perform all the work required by the Contract Documents for Shasta County Department of Public Works Shasta County Jail Door Replacement and Modification Project. In general, the work is described as supplying, installing, and modifying, new and existing security doors, locks, and other door accessories as described in EXHIBIT “A” of this Contract, which is attached and incorporated by reference hereto.

1.3 TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION

The Work to be performed under this Contract shall be commenced no later than five (5) calendar days after the date established in the Notice to Proceed issued to the Contractor, and shall be carried out and completed according to the schedule set forth in Section 00 31 13, “Construction Schedule and Liquidated Damages.”

Shasta County Department of Public Works 00 52 13 Shasta County Jail Door Replacement Contract Between County of Shasta and Contractor and Modification Project Contract No: 610534 Page 2

The Contractor agrees to pay the County liquidated damages in the amount as specified in Section 00 31 13, “Construction Schedule and Liquidated Damages.”

1.4 CONTRACT SUM

The Contract Sum is the total amount payable by County to Contractor for completion of all work under this Contract.

Contractor shall be paid for the services described in Section 1.2 of this Contract as follows:

Phase 1 – Fiscal Year 2020/2021 $ Phase 2 – Fiscal Year 2021/2022 $ Phase 3 – Fiscal Year 2022/2023 $

The Contract Sum shall not exceed the sum provided for each fiscal year as shown, unless otherwise modified in accordance with this Contract.

In no event shall the aggregate sum paid in compensation to Contractor pursuant to this Contract exceed: ($ ).

1.5 PROGRESS PAYMENTS

Based upon Applications for Payment submitted to the County by the Contractor and Certificates for Payment issued by the County, the County shall make progress payments on account of the Contract Sum to the Contractor as provided in the Contract Documents and as follows:

Progress Payments: The Contractor shall on or before the first day of each month, make an estimate of the work performed during the preceding month and submit same to the County for checking and approval. The County shall pay to the Contractor ninety-five percent (95%) of the value of said work in place, as checked and approved by the County, within thirty (30) calendar days of the County’s receipt of an undisputed and properly submitted progress payment request. The balance of five percent (5%) of the estimate shall be retained by the County until the time of final acceptance of said work.

1.6 FINAL PAYMENT

Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the County to the Contractor when the Work has been completed, the Contract fully performed, the County has issued a Certificate for Payment which approves the final payment due the Contractor, the Shasta County Board of Supervisors has formally accepted the Work as complete and the Notice of Completion has been filed by the Shasta County Assessor-Recorder’s Office.

1.7 MISCELLANEOUS PROVISIONS

1.7.1 Terms used in this Contract, which are defined in Section 00 73 12, “General Conditions,” shall have the meanings designated in those Conditions.

1.7.2 Notices shall be addressed as follow:

COUNTY CONTRACTOR

Shasta County Department of Public Works 00 52 13 Shasta County Jail Door Replacement Contract Between County of Shasta and Contractor and Modification Project Contract No: 610534 Page 3

Public Works Director Shasta County Dept. of Public Works 1855 Placer Street Redding, CA 96001

1.7.3 Prevailing Wages. The Contractor agrees that State Prevailing Wages apply to this Work and that the Contractor will pay the rates for each trade or craft and shall require the subcontractors on the project to pay the rates for each trade and craft. The Contractor shall meet the requirements of Section 00 50 80, “Payroll Information,” and the Contractor agrees to repay the County any and all amounts paid to any subcontractor in violation of Public Contract Code Section 6109.

1.8 INDEMNIFICATION AND INSURANCE

1.8.1 To the fullest extent permitted by law, Contractor shall indemnify and hold harmless County, its elected officials, officers, employees, agents, and volunteers against all claims, suits, actions, costs, expenses, (including, but not limited to, reasonable attorney's fees of County Counsel and counsel retained by County, expert fees, litigation costs, and investigation costs), damages, judgments, or decrees arising from the work or the provision of services undertaken pursuant to this contract by Contractor, or by any of Contractor’s subcontractors, any person employed under Contractor, or under any subcontractor, or in any capacity, except when the injury or loss is caused by the sole negligence or intentional wrongdoing of County. Contractor shall also, at Contractor’s own expense, defend the County, its elected officials, officers, employees, agents, and volunteers, against any claim, suit, action or proceeding brought against County, its elected officials, officers, employees, agents, and volunteers, arising from the work or the provision of services undertaken pursuant to this contract by Contractor, or any of Contractor’s subcontractors, any person employed under Contractor, or under any Subcontractor, or in any capacity. Contractor shall also defend and indemnify County for any adverse determination made by the Internal Revenue Service or the State Franchise Tax Board and/or any other taxing or regulatory agency and shall defend, indemnify, and hold harmless County with respect to Contractor’s “independent Contractor” status that would establish a liability on County for failure to make social security deductions or contributions or income tax withholding payments, or any other legally mandated payment. The provisions of this paragraph are intended to be interpreted as broadly as permitted by applicable law. This provision shall survive the termination, expiration, or cancellation of this contract.

1.8.2 Throughout the term of this Contract, Contractor shall maintain the insurance coverage described in Section 00 73 12, “General Conditions,” Part 11, “Insurance.”

SIGNATURE PAGE FOLLOWS

Shasta County Department of Public Works 00 52 13 Shasta County Jail Door Replacement Contract Between County of Shasta and Contractor and Modification Project Contract No: 610534 Page 4

IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the day and year first above written.

COUNTY OF SHASTA:

Date: JOE CHIMENTI, CHAIR Board of Supervisors County of Shasta State of California

Seal: ATTEST: MATTHEW P. PONTES Clerk of the Board of Supervisors

By: Deputy

APPROVED AS TO FORM: RISK MANAGEMENT APPROVAL Rubin E. Cruse, Jr. County Counsel

By: By: Matthew M. McOmber James Johnson Senior Deputy County Counsel Risk Management Analyst III

CONTRACTOR

By: By:

Print Name: Print Name:

Title: Title:

Date: Date:

Tax I.D.# Contractors License No.

NOTE: If the Contractor is a corporation, attach to this Contract a certified copy of the by-laws, resolutions, or excerpts of a meeting of the Board of Directors of the Corporation authorizing the person executing this Contract to do so for the Corporation.

END OF SECTION 00 52 13

Shasta County Department of Public Works 00 61 13.13 Shasta County Jail Door Replacement and Modification Project Performance and Payment Bond Contract No: 610534 Page 1

PERFORMANCE AND PAYMENT BOND

SECTION 00 61 13.13

PERFORMANCE BOND Whereas, the County of Shasta, hereinafter called “Obligee”, and [name of Contractor], hereinafter called “Principal,” have entered into a contract for the construction of [Project name] located in Shasta County, California (Contract No. XXXXXX), dated [Month, Day, 20XX], whereby Principal agrees to complete certain designated work and to perform other duties and obligations as described in said contract, which is incorporated herein by this reference and made a part hereof; and Whereas, Principal is required under the terms of said contract to furnish a bond to guarantee Principal’s faithful performance of the work and all the terms and conditions of the contract; and Now, therefore, we the Principal and the undersigned, as corporate surety, are held and firmly bound unto Obligee in the penal sum of [$ Contract Amount] lawful money of the United States, for the payment of which sum well and truly be made, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents. The condition of this obligation is such that if the Principal, its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and provisions in the said contract and any alteration thereof made as therein provided, on Principal’s part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless Obligee, its officers, agents, and employees, as therein stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The above obligation shall continue after Obligee’s acceptance of the work for the duration of the guarantee period as specified in the contract during which time if the Principal fails to make full, complete, and satisfactory repair or replacement to the work and/or fails to protect Obligee from loss or damage resulting from or caused by defective materials or faulty workmanship, the obligation of surety hereunder shall continue so long as any obligation of Principal remains. Whenever Principal shall be, and is declared by the Obligee to be, in default or breach of contract, the surety shall promptly remedy the default pursuant to Contract No. XXXX. Surety shall not utilize Principal in completing the Project nor shall surety accept a bid from Principal for completion of the Project if the Obligee, when declaring the Principal in default, notifies surety of the Obligee’s objection to Principal’s further participation in the completion of the Project. Surety expressly agrees that Obligee may reject any contractor or subcontractor which may be proposed by surety in fulfillment of its obligations in the event of default by the Principal. The surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project. PAYMENT BOND And, whereas, Principal is required under the terms of said contract to furnish a good and sufficient payment bond to secure the claims to which reference is made in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code of the State of California. Now, therefore, Principal and the undersigned, as corporate surety, are held firmly bound unto the Obligee and all contractors, subcontractors, laborers, material suppliers and other person employed in the performance of the aforesaid contract and referred to in the aforesaid Civil Code in the like sum of [$ Contract Amount] for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from wages of employees of the contractor and the contractor’s subcontractors, that said surety will pay the same in an amount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees including reasonable attorney’s fees incurred in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein rendered. It is hereby stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should this condition of this bond be fully performed, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect.

Shasta County Department of Public Works 00 61 13.13 Shasta County Jail Door Replacement and Modification Project Performance and Payment Bond Contract No: 610534 Page 2

GENERAL TERMS The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of said contract or the plans and specifications accompanying the same shall in any manner affect its obligations on these bonds, and it does hereby waive notice of any such change, extension, alteration or addition. Correspondence or claims related to these bonds shall be sent to the surety at the address set forth below. Nothing herein shall limit the Obligee’s rights or surety’s obligations under the contract or applicable law, or equity, including, without limitation, California Code of Civil Procedure section 337.15. In witness whereof, this instrument has been duly executed by the Principal and surety below named on, ______, 20XX

Principal: Surety:

By: By:

(print name) (print name)

Title: Title:

ADDRESS FOR NOTICES:

E-mail:

Phone/Fax:

END OF SECTION 00 61 13.13

Shasta County Department of Public Works 00 61 23 Shasta County Jail Door Replacement and Modification Project Escrow Agreement for Security Deposits Contract No: 610534 In Lieu of Retention Page 1

ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION

SECTION 00 61 23

PART 1 – GENERAL

Security Substitutions and Escrow for Moneys Withheld to Insure Contractor's Performance: Pursuant to Public Contract Code Section 22300, the Contractor may deposit in an escrow, equivalent securities for any moneys withheld to insure performance and have said moneys paid directly to Contractor, or, in the alternative, have the County deposit such moneys directly into an escrow. Upon the closing of any such escrow, Contractor shall pay to each subcontractor, not later than 20 days after receipt of the closing payment, the respective amount of interest earned, net of costs attributed to retention withheld from each subcontractor, on the amount of retention withheld to insure the performance of the Contractor. Any escrow established pursuant to this Part shall be with a state or federally chartered bank, shall be at the sole expense of the Contractor, and shall be established using an escrow Agreement in substantially the following form:

This Escrow Agreement is made and entered into by and between the County of Shasta, (hereinafter called "County"), ______(hereinafter called "Contractor"); and ______, a state or federally chartered bank in California, (hereinafter called "Escrow Agent").

For the consideration hereinafter set forth, the County, Contractor, and Escrow Agent agree as follows:

1. Pursuant to Section 22300 of the Public Contract Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by County pursuant to the Construction Contract entered into between the County and Contractor for Shasta County Jail Door Replacement and Modification Project in the amount of $ , and dated ______(hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the County shall make payments of the retention earnings directly to the escrow agent. When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the County within ten (10) days of the deposit. The market value of the securities at the time of the substitution, as valued by the County, shall be at least equal to the cumulative total cash amount then required to be withheld as retention under the terms of the contract between County and Contractor. If the County determines that the securities are not adequate it will notify Contractor and Escrow Agent, and Contractor shall deposit additional security as further determined by the County. Securities shall be held in the name of the County and shall designate the Contractor as the beneficial owner.

2. Upon the deposit of adequate securities, County shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions.

3. When the County, at Contractor's written request, makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this Escrow Agreement is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this Escrow Agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the County pays the Escrow Agent directly.

Shasta County Department of Public Works 00 61 23 Shasta County Jail Door Replacement and Modification Project Escrow Agreement for Security Deposits Contract No: 610534 In Lieu of Retention Page 2 4. Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the County. The County, Contractor and Escrow Agent shall determine these expenses and payment terms.

5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the County.

6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from County to the Escrow Agent that County consents to the withdrawal of the amount sought to be withdrawn by Contractor.

7. The County shall have the right to draw upon the securities or any amount paid directly to Escrow Agent in the event of default by the Contractor. Upon seven (7) days written notice to the Escrow Agent from the County of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash, including any amounts paid directly to Escrow Agent, as instructed by the County. Escrow Agent shall not be concerned with the validity of any notice of default given by County pursuant to this paragraph and shall promptly comply with County's instructions to pay over said escrowed assets. Escrow Agent further agrees to not interplead the escrowed assets in response to conflicting demands and hereby waives any present or future right of interpleader.

8. Upon receipt of written notification from the County certifying that the Contract is final and complete, and that the Contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payment of fees and charges.

9. Escrow Agent shall rely on the written notifications from the County and Contractor pursuant to Sections 5, 6, 7 and 8 of this Escrow Agreement and the County and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above.

10. Securities eligible for investment under this Escrow Agreement, as provided by Public Contract Code Sections 22300, shall be those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the Contractor and County.

11. The venue of any litigation concerning the rights and obligations of the parties to this Agreement shall be the County of Shasta and the removal provisions of Code of Civil Procedure Section 394 shall not apply to any such litigation.

12. The names of the persons who are authorized to give written notice or to receive written notice on behalf of the County and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows:

Shasta County Department of Public Works 00 61 23 Shasta County Jail Door Replacement and Modification Project Escrow Agreement for Security Deposits Contract No: 610534 In Lieu of Retention Page 3 On behalf of County: On behalf of Contractor:

Title: Public Works Director Title: Name: Patrick J. Minturn Name: Signature: ______Signature: Address: 1855 Placer Street Address: Redding, CA 96001

On behalf of Escrow Agent:

Title: Name: Signature: Address:

At the time the Escrow Account is opened, the County and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Escrow Agreement.

IN WITNESS WHEREOF, the parties have executed this Escrow Agreement by their proper officers on the date first set forth above.

On behalf of County: On behalf of Contractor:

Title: Public Works Director Title: Name: Patrick J. Minturn Name: Signature: ______Signature: Address: 1855 Placer Street Address: Redding, CA 96001

Escrow Agent:

Title: Name: Signature: Address:

END OF SECTION 00 61 23

Shasta County Department of Public Works 00 65 36 Shasta County Jail Door Replacement and Modification Project Project Closeout and Warranty Contract No: 610534 Page 1

PROJECT CLOSEOUT AND WARRANTY

SECTION 00 65 36

PART 1 - DESCRIPTION

1.1 This section describes the requirements for Contract closeout, including provisions for final cleaning, record documents, operating and maintenance data, instruction of County's personnel, guarantees/warranties, service and maintenance contracts, preparation for final inspection, restoration of damaged work, remedial work, and extra materials.

PART 2 - FINAL CLEANING

2.1 Contractor shall comply with applicable regulatory requirements during the conduct of cleaning and disposal operations. Special cleaning requirements for specific elements of the Work are included in the applicable portions of the Contract Documents.

2.2 Contractor shall use cleaning materials that do not create hazards to health or property or cause damage to products or Work. Conduct cleaning and waste disposal operations in compliance with local laws and ordinances. Comply fully with federal, state, and local environmental and anti-pollution regulations.

2.2.1 Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains.

2.2.2 Burning or burying of debris, rubbish or other waste material on the premises will not be permitted.

2.3 Contractor shall use cleaning materials and methods recommended by the manufacturers of the products to be cleaned.

2.4 Contractor shall schedule operations to prevent dust and other contaminants resulting from cleaning operations from adhering to wet or newly finished surfaces.

2.5 Contractor shall perform the following cleaning operations as applicable to the Work of this Contract:

2.5.1 Remove dust, dirt, grease, stains, fingerprints, labels, spilled and spattered, and other foreign materials from interior and exterior surfaces exposed to view.

PART 3 - RECORD DOCUMENTS

3.1 "As-Built" Drawings:

3.1.1 At time of acceptance of the Work and prior to final payment Contractor shall prepare "As-Built" drawings on permanent, reproducible prints furnished by the County.

Shasta County Department of Public Works 00 65 36 Shasta County Jail Door Replacement and Modification Project Project Closeout and Warranty Contract No: 610534 Page 2

3.1.2 Contractor shall prepare and provide "As-Built" drawings prepared by a professional draftsman using typical drafting devices and recording information in ink unless otherwise acceptable to the County.

PART 4 - OPERATION TESTS

4.1 Contractor shall conduct operational tests and inspections as required to demonstrate that all systems have been completed and are in compliance with all requirements.

PART 5 - OPERATING, MAINTENANCE, AND PRODUCT DATA

5.1 General: Where maintenance manuals, record data, and operating instructions are required in the individual specification sections; and manufacturers’ product data, specifications, installation instructions, and maintenance instructions for products incorporated in the Work; Contractor shall prepare such in three-ring, durable, plastic binders sized for 8-1/2" x 11" sheets and including at least the following:

5.1.1 Identification on or readable through, the front cover with the project name and address and the general subject matter contained in the manual.

5.1.2 Complete instructions regarding operation and maintenance of the equipment included in the manual.

5.1.3 Complete nomenclature of replaceable parts, their part numbers, current cost, and name and address of nearest source of parts.

5.1.4 Copy of each guarantee/warranty and service contract issued for the equipment included in the manual.

5.1.5 Prepare and include additional data as required for the instruction of the County's operating and maintenance personnel.

5.2 Extraneous Data: Where contents of manuals include manufacturers' catalog pages, Contractor shall clearly indicate the items included in this installation and delete, or otherwise clearly indicate, data, which is not applicable to this installation.

5.3 Shop Drawings: With each copy of the manual, Contractor shall furnish one set of applicable reviewed Shop Drawings showing changes made during construction.

5.4 Number of Copies Required:

5.4.1 Contractor shall transmit manuals in the following quantity, which is required to be returned, plus the following, unless otherwise specified: Two copies.

5.5 Submittal Schedule: Contractor shall comply with the following schedule for submittal of operating and maintenance manuals.

5.5.1 Before submittal of Request for Final Payment, when each installation that requires submittal of operating and maintenance manuals is nominally complete, Contractor shall submit two draft copies of each manual to the County for review. Include a complete index or table of contents of each manual.

Shasta County Department of Public Works 00 65 36 Shasta County Jail Door Replacement and Modification Project Project Closeout and Warranty Contract No: 610534 Page 3

5.5.2 The County will return one copy of the draft with comments within fifteen days of receipt.

5.5.3 Contractor shall submit one copy of the manuals in final form at least fifteen days before Final Inspection. This copy will be returned within fifteen days after Final Inspection, with comments.

5.5.4 After Final Inspection Contractor shall make corrections or modifications to comply with the County's comments. Submit the specified number of copies of each approved manual to the County within fifteen days of receipt of the County's comments.

PART 6 - INSTRUCTION OF THE COUNTY'S PERSONNEL

6.1 Where specified in the individual specification sections, Contractor shall furnish qualified personnel for on-the-job instruction of the County's operating and maintenance personnel.

PART 7 - GUARANTEES/WARRANTIES

7.1 General:

7.1.1 Manufacturers' warranties notwithstanding, Contractor shall warrant the entire Work against defects in materials and workmanship for 12 months from the date of acceptance.

7.1.2 Contractor shall guarantee/warrant or bond the Work as required in the individual specification Sections.

7.1.3 Warranties between the Contractor and manufacturers, and the Contractor and suppliers, shall not affect guarantees/ warranties between the Contractor and the County.

7.1.4 The Contractor will not be held responsible for defects due to misuse, negligence, willful damage, improper maintenance, or accident caused by persons other than its employees, subcontractors or agents, nor shall he be responsible for defective parts whose replacement is necessitated by failure of the County's maintenance forces to properly clean and service them, provided the Contractor has furnished complete maintenance instructions to the County.

7.1.5 Contractor shall compile specified guarantees/warranties and bonds.

7.1.6 Contractor shall co-execute, as required.

7.1.7 Contractor shall review guarantees/warranties and bonds to verify compliance with Contract Documents.

7.1.8 Contractor shall transmit to the County for review.

7.2 Form of Guarantee/Warranty:

Shasta County Department of Public Works 00 65 36 Shasta County Jail Door Replacement and Modification Project Project Closeout and Warranty Contract No: 610534 Page 4

7.2.1 Contractor shall submit the guarantees/warranties, typed on the Contractor's letterhead if for the entire Work, or on the Subcontractor's letterhead if for the Work of a specification section.

7.2.2 Contractor shall provide guarantee/warranty verbiage in compliance with the standard guarantee/warranty form provided at the end of this section.

7.3 Submittal Requirements:

7.3.1 Time of Submittal:

.1 For equipment or component parts of accepted equipment put into service for the County's benefit during the progress of the Work, Contractor shall submit guarantees/warranties within 10 days after acceptance of the Work.

.2 Otherwise, Contractor shall submit guarantees/warranties within 10 days after date of Substantial Completion, prior to request for Final Payment.

.3 For items of Work where acceptance is delayed materially beyond the date of Substantial Completion, Contractor shall furnish updated submittal within 10 days after such delayed acceptance, listing the date of delayed acceptance as the start of the guarantee/warranty period.

7.3.2 Number of Original Signed Copies Required: Two each.

7.4 WARRANTY REQUIREMENTS

7.4.1 Related Damages and Losses: When correcting warranted work that has failed, Contractor shall remove and replace other Work that has been damaged as a result of such failure or that must be removed and replaced to provide access for correction of warranted Work.

7.4.2 Reinstatement of Warranty: When work covered by a warranty has failed and been corrected by replacement or rebuilding, Contractor shall reinstate in length and scope of coverage the warranty by written endorsement. The reinstated warranty shall be equal to or greater than the original warranty with an equitable adjustment for depreciation.

7.4.3 Replacement Cost: Upon determination that work covered by a warranty has failed, Contractor shall replace or rebuild the Work to an acceptable condition complying with requirements of Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the County has benefited from use of the Work through a portion of its anticipated useful service life.

7.4.4 County's Recourse: Written warranties made to the County are in addition to implied warranties, and shall not limit the duties, obligations, right and remedies otherwise available under the law, nor shall warranty periods be interpreted as limitations on time in which the County can enforce such other duties, obligations, rights, or remedies. Acceptance of the work or the issuance of a notice of completion shall not be construed to be a waiver of any remedy at law or equity.

Shasta County Department of Public Works 00 65 36 Shasta County Jail Door Replacement and Modification Project Project Closeout and Warranty Contract No: 610534 Page 5

.1 Rejection of Warranties: The County reserves the right to reject warranties and to limit selections to products with warranties not in conflict with requirements of the Contract Documents.

7.4.5 The County reserves the right to refuse to accept portions of the Work where a special warranty, certification, or similar commitment is required on such work or part of the work, until evidence is presented that entities required to countersign such commitments are willing to do so.

PART 8 - PREPARATION FOR FINAL INSPECTION

8.1 Contractor shall perform final cleaning as specified hereinbefore.

8.2 Contractor shall assemble guarantees/warranties, service and maintenance contracts, operating and maintenance instructions, and other items as specified, and transmit to the County.

8.3 Contractor shall submit final payment request to the County.

8.4 The County will prepare a written "Punch List." Contractor will have completed the Punch List items.

PART 9 - RESTORATION OF DAMAGED WORK

9.1 Contractor shall restore or replace, as specified or determined by the County, material and finishes damaged from construction activities at no additional expense to the County.

9.2 Contractor’s restoration shall be equal to the original work, and finishes shall match the appearance of existing adjacent work.

PART 10 - REMEDIAL WORK

10.1 Remedial work necessary owing to faulty workmanship or materials shall be at no additional expense to the County.

10.2 Contractor shall coordinate remedial work with the County and performed at such time and in such manner to cause minimal interruption and inconvenience to the County's operations.

PART 11 - EXTRA MATERIALS

11.1 Where required in the individual specification sections, Contractor shall furnish extra materials in the quantities and manners specified. Prior to submitting any materials submit a list of all extra material required in the specification sections. Indicate name, address and phone number of closest supplier.

11.2 Delivery and certification of such extra materials shall be a prerequisite to Substantial Completion. Deliver to County for sign-off.

GUARANTEE/WARRANTY FORM FOLLOWS

Shasta County Department of Public Works 00 65 36 Shasta County Jail Door Replacement and Modification Project Project Closeout and Warranty Contract No: 610534 Page 6

GUARANTEE/WARRANTY

(Contractor) hereby unconditionally guarantees that the

Work described in sections performed pursuant to the Shasta County Jail Door Replacement and Modification Project contract number 610534 has been done in accordance with the requirements of the Contract Documents and further guarantees the Work of the contract to be and remain free of defects in workmanship and materials for a period of one year(s) from the date of recordation of a Notice of Completion, Notice of Cessation, or actual cessation of Work, whichever is longer. The Contractor hereby agrees to repair or replace any and all Work, together with any adjacent work which may have been damaged or displaced in so doing, that may prove to be defective in its workmanship or material within the guarantee period specified, without any expense whatsoever to County of Shasta; ordinary wear and tear, and unusual abuse and neglect only excepted. The Contractor has provided Contract bonds which will remain in full force and effect during the guarantee period.

The Contractor agrees that within ten (10) calendar days after being notified in writing by the County of Shasta of any work not in accordance with the requirements of the Contract or any defects in the Work, Contractor will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complete the Work within a reasonable period of time. In the event Contractor fails to so comply, Contractor does hereby authorize County of Shasta to proceed to have such work done at the Contractor's expense and he/she will pay the cost thereof upon demand. The County of Shasta shall be entitled to all costs, including reasonable attorney fees, necessarily incurred upon the Contractor's refusal to pay the above costs.

Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of the employees or property of the County of Shasta, the County may undertake at the Contractor's expense without prior notice, all work necessary to correct such hazardous condition when it was proven to be defective in its workmanship or materials, and to charge the same to the Contractor as specified in the preceding paragraph.

The guarantee set forth herein is not intended by the parties, nor shall it be construed, as in any way limiting or reducing Shasta County’s rights to enforce all terms of the Contract Documents referenced hereinabove or the time for enforcement thereof. This guarantee is in addition to, and not in lieu of, the County of Shasta’s rights on all other guarantees and warranties required by the Contract Documents.

Subcontractor Signature Address, License Number Date

Countersigned Address, License Number Date

By General Contractor

END OF SECTION 00 65 36

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 1

GENERAL CONDITIONS

SECTION 00 73 12

TABLE OF SUBSECTIONS

1. CONTRACT DOCUMENTS 2. NOT USED 3. COUNTY 4. CONTRACTOR 5. SUBCONTRACTORS 6. WORK BY COUNTY OR BY SEPARATE CONTRACTORS 7. MISCELLANEOUS PROVISIONS 8. TIME 9. PAYMENTS AND COMPLETION 10. PROTECTION OF PERSONS AND PROPERTY 11. INSURANCE 12. CHANGES IN THE WORK 13. INSPECTION, UNCOVERING AND CORRECTION OF WORK 14. TERMINATION OF THE CONTRACT 15. ADDITIONAL INSTRUCTIONS

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 2

PART 1 – CONTRACT DOCUMENTS

1.1 DEFINITIONS

1.1.1 THE CONTRACT DOCUMENTS

The Contract Documents consist of and is defined as all documents and records as set forth in Section 00 52 13, “Contract between County of Shasta and Contractor.”

1.1.2 THE CONTRACT

The Contract Documents form the Contract. This Contract represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations or agreements, either written or oral. This Contract may be amended or modified only by a Modification as defined in Part 1.1.1, “The Contract Documents,” of these General Conditions. Nothing contained in the Contract Documents shall create any contractual relationship between the County and any Subcontractor or Sub- subcontractor.

1.1.3 THE WORK

The Work comprises the completed construction required of the Contractor by the Contract Documents, including any necessary demolition and all labor, materials, equipment, permits and services necessary to produce such construction, and all materials, other permits (see Part 4.7.1 of these General Conditions) and equipment incorporated or to be incorporated in such construction.

1.2 EXECUTION, CORRELATION AND INTENT

1.2.1 The Contract Documents shall be signed in not less than four (4) original copies by the County and the Contractor.

1.2.2 Execution of the Contract by the Contractor is a representation that the Contractor has visited the Work Site, reviewed relevant reports and otherwise become familiar with the local conditions under which the Work is to be performed, and has correlated personal observations with the requirements of the Contract Documents.

1.2.3 The intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Work. The Contract Documents are complementary, and what is required by anyone shall be as binding as if required by all. Work not covered in the Contract Documents will not be required unless it is consistent therewith and is reasonably inferable as being necessary to produce the intended results. Words and abbreviations that have well-known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings.

1.2.4 Subject to Part 15.10, “Application of Highest Standards and Requirements,” of these General Conditions, in cases of discrepancy concerning dimension, quantity and location, the Drawings shall take precedence over the Specifications. Explanatory notes on the Drawings shall take precedence over conflicting drawn indications. Large-scale details shall take precedence over smaller scale details and figured dimensions shall take precedence over scaled measurement. Where figures are not shown, scale

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 3

measurements shall be followed but shall in all cases be verified by measuring actual conditions of Work already in place. In cases of discrepancy concerning application of materials and non-technical requirements over materials, the specifications shall take precedence over Drawings. In the case of discrepancy between the General Conditions and the General Requirements, the General Requirements shall take precedence.

1.2.5 If the Contractor observes any errors, discrepancies or omissions in the Contract Documents, Contractor shall promptly notify the County requesting clarification. If the Contractor proceeds with work affected by such errors, discrepancies or omissions, without having received such clarification, Contractor does so at Contractor’s own risk. Any adjustments involving such circumstances made by the Contractor, prior to approval by the County, shall be at the Contractor’s risk and the settlement of any complications or disputes arising shall be at the Contractor's sole expense and Contractor shall indemnify, hold harmless and defend County, and its officers and employees, from any liability or loss with respect to said adjustments.

1.2.6 All work and material shall be the best of the respective kinds specified or indicated. Should any workmanship or materials be required which are not directly or indirectly called for in the Contract Documents but which are necessary for proper fulfillment of the obvious intent thereof, said workmanship or materials shall be the same for similar parts that are detailed, indicated, or specified, and the Contractor agrees same to be implied and has provided for it in Contractor’s tender as if it were particularly described or delineated.

1.3 OWNERSHIP AND USE OF DOCUMENTS

1.3.1 All Drawings, Specifications and copies thereof furnished to Contractor shall remain the property of the County. With the exception of one contract set for each party to the Contract, such documents are to be returned by Contractor on request at the completion of the Work.

PART 2 - (NOT USED)

PART 3 - COUNTY

3.1 DEFINITION

3.1.1 The term County means the County of Shasta or the County's authorized representative for the Work as described in Section 00 73 13 “Supplementary Conditions”, Part 3.1.1.

3.2 INFORMATION AND SERVICES REQUIRED OF THE COUNTY

3.2.1 Except as provided in Part 4.7.1 of these General Conditions, the County shall secure and pay for necessary approvals, easements, assessments and charges required for the construction, use or occupancy of permanent structures or for permanent changes in existing facilities.

3.2.2 Information or services under the County's control shall be furnished by the County to the Contractor with reasonable promptness to avoid delay in the orderly progress of the Work.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 4

3.2.3 The County shall forward all instructions to the Contractor.

3.2.4 The foregoing are in addition to other duties and responsibilities of the County enumerated herein and especially those in respect to Work By County or By Separate Contractors, Payments and Completion, and Insurance in Part 6, “Work by County or by Separate Contractors,” Part 9, “Payments and Completion,” and Part 11, “Insurance,” of these General Conditions, respectively.

3.3 COUNTY'S RIGHT TO STOP THE WORK

3.3.1 If the Contractor fails to correct defective Work as required by Part 13.2, “Correction of Work,” of these General Conditions, or persistently fails to carry out the Work in accordance with the Contract Documents, the County, by a written order signed personally or by an agent specifically so empowered by the County in writing, may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the County to stop the Work shall not give rise to any duty on the part of the County to exercise this right for the benefit of Contractor or any other person or entity, except to the extent required by Part 6.1.3 of these General Conditions.

3.4 COUNTY'S RIGHT TO CARRY OUT THE WORK

3.4.1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents, and within three (3) days fails after written notice from the County to correct such default or neglect with diligence and promptness, the County may, after an additional written notice and without prejudice to any other remedy the County may have, make good such deficiencies. In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including compensation for the additional services of a Project Manager or other Professionals made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the County, or County may make claim upon performance or warranty bonds.

PART 4 – CONTRACTOR

4.1 DEFINITION

4.1.1 The Contractor is the person or entity identified as such in the Contract Documents. The term Contractor means the Contractor or the Contractor's authorized representative.

4.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS

4.2.1 The Contractor shall carefully study and compare the Contract Documents and shall at once report to the County any error, inconsistency or omission that may be discovered. The Contractor shall perform no portion of the Work at any time unless authorized by the Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 5

4.2.2 The County does not assume any responsibility for an understanding or representation made by any of its agents or representation prior to the execution of the Contract unless (1) such understanding or representation is expressly stated in the Contract and (2) the Contract expressly provides that responsibility therefore is assumed by the County.

4.2.3 Failure by the Contractor to become acquainted with all available information will not relieve Contractor from responsibility for estimating properly the difficulty or cost of successfully performing the Work.

4.2.4 The Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to the Contractor with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the County at once.

4.2.5 Before submitting any Request for Information (“RFI”), or other Contractor-initiated request for information, the Contractor shall determine that the information requested is not clearly provided for in the Contract Documents. RFI’s shall be submitted to the County only from the Contractor, and not from any subcontractor, supplier or other vendor. The RFI process is for information and clarification only and may not be utilized to obtain approval for changes in the work.

4.3 SUPERVISION AND CONSTRUCTION PROCEDURES

4.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, sequences, procedures, or safety procedures at the Work Site; and shall coordinate all portions of the Work under the Contract.

4.3.2 The Contractor shall designate in writing, before the start of the Work, an authorized Representative who shall have the authority to represent and act for the Contractor.

4.3.3 The Authorized Representative shall be present at the site of the Work at all times while work is actually in progress on the Contract or arrangements shall be made, acceptable to the County, to allow both workers at the site or the County to quickly contact the Authorized Representative for any questions, problems or work that may be required. When work is not in progress and during periods when work is suspended, arrangements acceptable to the County to allow the County to quickly contact the Authorized Representative shall be made for any emergency work that may be required.

4.3.4 Whenever the Contractor or the Contractor’s Authorized Representative is not present on any particular part of the Work when it may be desired to give direction, orders will be given by the County, which shall be received and obeyed by the superintendent or foreman who may have charge of the particular work in reference to which the orders are given.

4.3.5 The Contractor shall be responsible to the County for the acts and omissions of the Contractor's agents and employees, subcontractors and their agents and employees, and any other persons performing any of the Work under a contract with the Contractor.

4.3.6 The Contractor shall not be relieved from the Contractor's obligations to perform the Work in accordance with the Contract Documents either by the activities or duties of

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 6

the County in the administration of the Contract, or by inspections, tests or approvals required or performed under Part 7.7, “Tests and Inspection,” of these General Conditions by persons other than the Contractor.

4.4 LABOR AND MATERIALS

4.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work.

4.4.2 The Contractor shall at all-time enforce strict discipline and good order among the Contractor's employees and shall not employ on the Work any unfit person or anyone not skilled in the task assigned them.

4.4.3 The Contractor shall deliver to the County, prior to final acceptance of the Work as a whole, signed certificates from suppliers of materials and manufactured items stating that such items conform to the Contract Documents.

4.4.4 The Contractor, immediately upon issuance of the Notice to Proceed (or where shop drawings, samples, etc., are required, immediately upon receipt of approval thereof) shall place orders for all materials, work fabrication, and/or equipment to be employed by Contractor in the Work. The Contractor shall keep all materials, work fabrications and/or equipment specified and shall advise the County promptly, in writing, of all orders placed and of such materials, work fabrications and/or equipment which may not be available in a timely manner for the purposes of the Contract.

4.4.5 Workmen whose work is unsatisfactory to the County, or are considered by the County to be careless, incompetent, unskilled or otherwise unfit shall be dismissed from work under the Contract upon written request to the Contractor from the County.

4.5 WARRANTY

4.5.1 The Contractor warrants to the County that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may at the County’s sole discretion be considered defective. If required by the County, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Part 13.2, “Corrective Work,” of these General Conditions.

4.6 TAXES

4.6.1 The Contractor shall pay all sales, consumer, use and other similar taxes for the Work or portions thereof provided by the Contractor which are legally enacted at the time bids are opened, whether or not yet effective.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 7

4.7 PERMITS, FEES AND NOTICES

4.7.1 Unless otherwise provided in the Contract Documents, the County shall secure and pay for any necessary building permit, permanent utility connection fee, and right-of-way encroachment permit. The Contractor shall secure and pay for temporary construction utilities, and all other permits and governmental fees, licenses and inspections necessary for the proper execution and completion of the Work which are customarily secured after execution of the Contract and which are legally required at the time bids are opened.

4.7.2 The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the Work.

4.7.3 It is not the responsibility of the Contractor to make certain that the Contract Documents are in accordance with applicable laws, statutes, building codes and regulations. However, if the Contractor observes that any of the Contract Documents are at variance therewith in any respect, the Contractor shall promptly notify the County in writing, and any necessary changes shall be accomplished by appropriate modification.

4.7.4 If the Contractor performs any work knowing it to be contrary to any laws, ordinances, rules and regulations, without notice to the County, the Contractor shall assume full responsibility therefor and shall bear all costs attributable thereto.

4.7.5 Any reference in the Specifications text to codes, standard specifications or manufacturer's instructions shall mean the latest printed edition of each in effect at the Contract date.

4.8 ALLOWANCES

4.8.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by these allowances shall be supplied for such amounts and by such persons as the County may direct, but the Contractor will not be required to employ persons against whom the Contractor makes a reasonable objection.

4.8.2 Unless otherwise provided in the Contract Documents:

.1 this allowance shall cover the cost to the Contractor, less any applicable trade discount, of the materials and equipment required by the allowance, delivered at the site, and all applicable taxes;

.2 the Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contract Sum and not in the allowance;

.3 whenever the cost is more or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order, the amount of which will recognize changes, if any, in handling costs on the site, labor, installation costs, overhead, profit and other expenses.

4.9 (NOT USED)

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 8

4.10 (NOT USED)

4.11 RECORDS, DOCUMENTS AND SAMPLES

4.11.1 The Contractor shall maintain all records of required City, County or State inspections and shall promptly notify the County of the results of any inspection. Copies of all such records shall be provided to the County upon request.

4.11.2 The Contractor shall secure and maintain required certificates of inspection, testing or approval and shall promptly deliver them to the County.

4.11.3 The Contractor shall maintain at the Work Site, on a current basis, one record copy of all Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to record all changes made during construction, and approved Shop Drawings, Product Data and Samples. These shall be available to the County and shall be delivered to the County upon completion of the Work. The Contractor shall advise the County on a current basis of all changes in the Work made during construction.

4.11.4 Prior to approval of the monthly payment application, Contractor shall review above- referenced documents with the County to assure compliance. Approval of payment application is contingent upon above referenced records being current.

4.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

4.12.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work by the Contractor or any Subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work.

4.12.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate a material, product or system for some portion of the Work.

4.12.3 Samples are physical examples that illustrate materials, equipment or workmanship, and establish standards by which the Work will be judged.

4.12.4 The Contractor shall prepare, review, approve and submit to the County, with reasonable promptness and in such sequence as to cause no delay in the Work or in the work of the County or any separate contractor, all Shop Drawings, Product Data and Samples required by the Contract Documents.

4.12.5 By preparing, approving and submitting Shop Drawings, Product Data and Samples, the Contractor represents that the Contractor has determined and verified all materials, field measurements and field construction criteria related thereto and has checked and coordinated the information contained within such submittals with the requirements of the Work and the Contract Documents.

4.12.6 The Contractor shall not be relieved of responsibility for any deviation from the requirements of the Contract Documents by the County's review of Shop Drawings, Product Data or Samples, unless the Contractor has specifically informed the County in

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 9

writing of such deviation at the time of submission and the County has given written approval to the specific deviation. The Contractor shall not be relieved from responsibility for errors or omissions in the Shop Drawings, Product Data or Samples by the County's approval of them.

4.12.7 When professional certification of performance criteria of materials, systems or equipment is required by the Contract Documents, the County shall be entitled to rely upon the accuracy and completeness of such calculations and certifications. The cost of such certifications shall be borne by the Contractor. County may elect to have an independent certification performed at Contractor’s own expense. The County shall have final approving authority for performance-based items.

4.12.8 The Contractor shall direct specific attention, in writing or on resubmitted Shop drawings, Product Data, or Samples, to revisions other than those requested by the County on previous submittals.

4.12.9 No portion of the Work requiring submission of a Shop Drawing, Product Data or Sample shall be commenced until the submittal has been reviewed by the County as provided in Section 01 33 00, “Submittal Procedures.” All such portions of the Work shall be in accordance with approved submittals.

4.12.10 Submission of Shop Drawings and Samples to the County is required for only those items specifically mentioned in the Specification Sections. If Contractor submits Shop Drawings for items other than the above, the County will not be obligated to distribute or review them. Contractor shall be responsible for the procuring of Shop Drawings for Contractor’s own use as Contractor may require for the progress of the Work.

4.12.11 The term "Shop Drawings" as used herein also includes but is not limited to fabrication, erection, layout and setting drawings, manufacturer's standard drawings, descriptive literature, catalogs, brochures, performance and test data, wiring and control diagrams, all other drawings and descriptive data pertaining to materials, equipment, piping, duct and conduit systems, and methods of construction as may be required to show that the materials, equipment or systems and the positions and layout of each conform to the Contract requirements. As used herein the term "manufactured" applies to standard units usually mass-produced and "fabricated" means items specifically assembled or made out of selected materials to meet individual design requirements. Shop Drawings shall establish the actual detail of all manufactured or fabricated items; indicate proper relation to adjoining work; amplify design details of mechanical and electrical equipment in proper relation to physical spaces in the structure; and incorporate minor changes of design or construction to suit actual conditions.

4.12.12 Drawings: Following the Contractor's review and approval, Contractor shall submit to the County a minimum of four (4) prints of each drawing for approval. The County will check the drawings and affix a stamp to the drawings, indicating the status of acceptance, and will return same to the Contractor, each retaining prints for their records. Comments, if any, will be noted directly on the drawings. The Contractor shall then print and distribute the appropriate number of copies to the Contractor’s job personnel as required. If a drawing is stamped "Rejected", the Contractor shall correct and resubmit as outlined above. When stamped "Implement Exception Noted", or similar instructions, the Contractor shall correct and resubmit for record only, two prints of each drawing.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 10

4.12.13 Samples: Following the Contractor's review and approval, Contractor shall submit to the County, two samples of all materials in quantities and sizes as specified herein. Submittals shall be given to the County at a time determined by the Contractor, which allows for any necessary resubmittal and which will not cause any delay in the Work. If a sample is rejected, one sample noted so will be returned to the Contractor. If a sample is marked "Make changes as noted and continue with Work," one sample so noted will be returned. Corrected samples shall be resubmitted for approval as per the original submittal.

4.12.14 Brochures: Following the Contractor's review and approval, Contractor shall submit to the County, six (6) copies of all manufacturer's catalogs or brochures as required. If a brochure is stamped "No Exception Taken", two (2) copies will be returned to the Contractor. If stamped "Rejected by the County", one marked copy and two (2) unmarked copies will be returned. Corrected copies shall be resubmitted to County for approval as per the original submittal.

4.12.15 Manufacturer's Instructions: Where any item or work is required by the Specifications to be furnished, installed or performed in accordance with a specified product manufacturer's instructions, Contractor shall procure and distribute the necessary copies of such instructions to the Contractor’s or Subcontractor’s personnel performing this Work and to the County.

4.12.16 When professional certification of performance criteria of materials, systems or equipment is required by the Contract Documents, and the County has no information creating doubt as to the reliability of such certification, the County shall be entitled to rely upon the accuracy and completeness of such calculations and certifications. The County shall have final approving authority for performance-based items.

4.13 USE OF SITE

4.13.1 The Contractor shall confine operations at the Work Site to areas permitted by law, ordinances, permits and the Contract Documents, and shall not unreasonably encumber the site with any materials or equipment. The Contractor shall be liable for any and all damage caused by Contractor to County's premises. The Contractor shall hold and save the County, its agents, and representatives, free and harmless and defend them from liability of any nature or kind arising from any use, trespass, or damage occasioned by Contractor’s operations at the Work Site or by third persons.

4.13.2 The Contractor shall coordinate all of the Contractor's operations with, and secure approval from, the County before using any portion of the Work.

4.14 CUTTING AND PATCHING OF WORK

4.14.1 The Contractor shall be responsible for all cutting, fitting or patching that may be required to complete the Work or to make its several parts fit together properly.

4.14.2 The Contractor shall not damage or endanger any portion of the Work or the work of the County or any separate contractors by cutting, patching or otherwise altering any work, or by excavation. The Contractor shall not cut or otherwise alter the work of the County or any separate contractor except with the written consent of the County and of

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 11

such separate contractor. The Contractor shall not unreasonably withhold from the County or any separate contractor consent to cutting or otherwise altering the Work.

4.14.3 In all cases Contractor shall exercise extreme care in cutting operations, and perform such operations under adequate supervision by competent mechanics skilled in the applicable trade. Openings shall be neatly cut and shall be kept as small as possible to avoid unnecessary damage. Careless and/or avoidable cutting damage, etc., will not be tolerated, and the Contractor will be held responsible for such avoidable or willful damage.

4.14.4 All replacing, patching and repairing of all materials and surfaces cut or damaged in the execution of the Work shall be performed by experienced mechanics of the several trades involved. Such replacing, repairing or patching shall be done with the applicable materials, in such a manner that all surfaces so replaced, repaired, or patched will, upon completion of the Work, match the surrounding similar surfaces.

4.15 CLEANING UP

4.15.1 The Contractor shall at all-time keep the Work Site and its vicinity free from accumulation of waste materials or rubbish caused by the Contractor's operations. At the completion of the Work, the Contractor shall remove all the Contractor's waste materials and rubbish from and about the Work Site as well as all the Contractor's tools, construction equipment, machinery and surplus materials.

4.15.2 If the Contractor fails to clean up at the completion of the Work, the County may do so as provided in Part 3.4, “County’s Right to Carry out the Work,” of these General Conditions and the cost thereof shall be paid by the Contractor.

4.16 ROYALTIES AND PATENTS

4.16.1 The Contractor shall pay all royalties and license fees, shall defend all suits or claims for infringement of any patent rights and shall defend and save the County harmless from loss on account thereof. If the Contractor has reason to believe that the design, process or product selected is an infringement of a patent, the Contractor shall be responsible for such loss unless such information is promptly given to the County.

4.17 INDEMNIFICATION

4.17.1 The Contractor’s attention is directed to Part 1.8 of Section 00 52 13, “Contract between County of Shasta and Contractor.”

4.17.2 In any and all claims against the County and/or the County’s consultants, or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Part 4.17 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor or any Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts.

4.17.3 The obligations of the Contractor under this Part 4.17 shall not extend to the giving of or the failure to give directions or instructions by the County, its agents or employees,

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 12

provided such giving or failure to give directions is the primary cause of the injury or damage.

4.18 NONDISCRIMINATION CLAUSE

4.18.1 During the performance of the Work, Contractor and its Subcontractors shall not deny benefits to any person on the basis of sex, race, color, creed, ancestry, religion, national origin, physical or mental disability, sexual orientation, medical condition (cancer, HIV and AIDS), age (over 40), marital status, or other protected status, nor shall they unlawfully discriminate, harass or allow harassment, against any employee or applicant for employment because of sex, race, color, creed, ancestry, religion, national origin, physical or mental disability, sexual orientation, medical condition (cancer, HIV and AIDS), age (over 40), marital status, or other protected status, nor deny family care leave and or pregnancy disability leave.

4.18.2 Contractor and Contractor’s Subcontractors shall insure that the evaluation and treatment of their employees and applicants for employment are free from such discrimination and harassment. Contractor and Contractor’s Subcontractors shall comply with the provisions of the Americans with Disability Act (ADA) of 1990 (42 U.S.C. section 12101, et seq.), California Fair Employment and Housing Act (Government Code, Section 12990 et seq.) and the applicable regulations promulgated thereunder (CCR, Title 2, Section 7285.0 et seq.).

4.18.3 The applicable regulations of the Fair Employment and Housing Commission implementing Government Code Section 12990, set forth in Chapter 5 of Division 4 of Title 2 of the California Code of Regulation are incorporated into this Contract by reference and made a part hereof as if set forth in full. Contractor and Contractor’s Subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement.

4.18.4 Contractor shall comply with all applicable nondiscrimination laws and regulations.

4.18.5 The Contractor and Contractor’s Subcontractors shall include the nondiscrimination and compliance provisions of this Part 4.18 in all contracts and subcontracts to perform work under this Contract.

PART 5 – SUBCONTRACTORS

5.1 DEFINITION

5.1.1 A Subcontractor is a person or entity that has a direct contract with the Contractor to perform any of the Work. The term Subcontractor means a Subcontractor or a Subcontractor's authorized representative. The term Subcontractor does not include any separate contractor or any separate contractor's subcontractors.

5.1.2 A Sub-subcontractor is a person or entity that has a direct or indirect contract with a Subcontractor to perform any of the Work. The term Sub-subcontractor means a Sub- sub-contractor or an authorized representative thereof.

5.2 AWARDS OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 13

5.2.1 The Contractor shall only use the Subcontractors included in the Contractor’s sealed bid unless first approved in writing by the County.

5.2.2 The Contractor shall not use any Subcontractor ineligible to perform work on a Public Works Project pursuant to Section 1777.1 or 1777.7 of the Labor Code.

5.3 SUBCONTRACTUAL RELATIONS

5.3.1 By an appropriate written contract, the Contractor shall require each Subcontractor, to the extent of the work to be performed by the Subcontractor, to be bound to the Contractor by the terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by the Contract Documents, assumes toward the County. Said contract shall preserve and protect the rights of the County under the Contract Documents with respect to the work to be performed by the Subcontractor so that the subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the Contractor-Subcontractor agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by these Documents, has against the County. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with their Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the agreement, copies of the Contract Documents to which the Subcontractor will be bound by this Part 5.3, and identify to the Subcontractor any terms and conditions of the proposed agreement which may be at variance with the Contract Documents. Each Subcontractor shall similarly make copies of the Contract Documents available to their Sub- subcontractors. Nothing contained herein shall be deemed to create an agency relationship between the County and any Subcontractor, Sub-subcontractor, or material supplier.

5.3.2 The submission or addition of Subcontractors shall be permitted only as authorized by Public Contract Code Section 4100, et. seq. The Subcontractors employed by the Contractor shall be appropriately licensed in conformity with the laws of the State of California.

5.3.3 Nothing contained in this Contract shall create any contractual relationship between any Subcontractor, Sub-subcontractor, and the County.

5.3.4 Jurisdictional disputes between Subcontractors or between Contractor and Subcontractor shall not be mediated or decided by the County. The Contractor shall be responsible for the resolution of all such disputes based upon Contractor’s contractual relationship with Contractor’s Subcontractors.

PART 6 – WORK BY COUNTY OR BY SEPARATE CONTRACTORS

6.1 COUNTY'S RIGHT TO PERFORM WORK AND TO AWARD SEPARATE CONTRACTS

6.1.1 The County reserves the right to perform work related to the Work with the County's own forces, and to award separate contracts in connection with other portions of the Work or other work on the site under these or similar General Conditions of the Contract. If the Contractor claims that delay, damage or additional cost is involved

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 14

because of such action by the County, the Contractor shall make such claim as provided elsewhere in the Contract Documents.

6.1.2 When separate contracts are awarded for different portions of the Work or other work, the term “Contractor” in the Contract Documents in each case shall mean the Contractor who executes each separate contract.

6.1.3 The County shall provide for coordination of the activities of the County's own forces and of each separate contractor with the Work of the Contractor, and the Contractor shall cooperate with them. The Contractor shall participate with other separate contractors and the County in reviewing their construction schedules when directed to do so. The Contractor shall make any revisions to the construction schedule deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the Contractor, separate contractors and the County until subsequently revised.

6.1.4 Unless otherwise provided in the Contract Documents, when the County performs construction or operations related to the Work with the County's own forces, the County shall be deemed to have the same rights which apply to the Contractor under the conditions of the Contract including, without excluding others, those stated in Part 4, “Contractor,” this Part 6 and Part 10, “Protection of Persons and Property,” Part 11, “Insurance,” and Part 13, “Uncovering and Correction of Work,” of these General Conditions.

6.2 MUTUAL RESPONSIBILITY

6.2.1 The Contractor shall afford the County and separate contractor’s reasonable opportunity for introduction and storage of their materials and equipment and performance of their activities and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents.

6.2.2 When any part of the Contractor's work depends for proper execution or results upon the work of the County or any separate contractor, the Contractor shall, prior to proceeding with the work, promptly report to the County any apparent discrepancies or defects in such other work that render it unsuitable for such proper execution and results. Failure of the Contractor so to report shall constitute an acceptance of the County's or separate contractor's work as fit and proper, except as to defects that may subsequently become apparent in such work by others.

6.2.3 If, following the reporting of any discrepancy or defect as required in Part 6.2.2 above, the Contractor suffers damage due to disruption or delay caused by the separate contractor, without fault by the County, the Contractor's remedy shall be limited to seeking recovery from the separate contractor.

6.2.4 Any costs caused by defective or ill-timed work by the Contractor shall be borne by the Contractor.

6.2.5 Should the Contractor cause damage to the Work, Work Site, or property of the County, or to other work or property on the Work Site, the Contractor shall promptly remedy such damage as provided in Part 10.2.5 of these General Conditions.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 15

6.2.6 Should the Contractor wrongfully delay or cause damage to the work or property of any separate contractor, the Contractor shall, upon due notice, promptly attempt to settle with such other contractor by agreement, or otherwise to resolve the matter. If such separate contractor sues the County on account of any delay or damage alleged to have been caused by the Contractor, the County shall notify the Contractor who shall defend such proceedings, and if any judgment or award against the County arises, the Contractor shall within 30 days pay or satisfy it and shall reimburse the County for all costs which the County has incurred.

PART 7 – MISCELLANEOUS PROVISIONS

7.1 GOVERNING LAW

7.1.1 This Contract shall be governed by the law of the State of California.

7.2 SUCCESSORS AND ASSIGNS

7.2.1 The County and the Contractor, respectively, bind themselves, their partners, successors, assigns and legal representatives to the other party hereto and to the partners, successors, assigns and legal representatives of such other party with respect to all covenants, agreements and obligations contained in the Contract Documents. Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent of the other.

7.3 WRITTEN NOTICE

7.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or entity or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the person and address shown in this Contract.

7.4 CLAIMS AND DISPUTES RESOLUTION

7.4.1 A Claim is a demand or assertion by Contractor seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money or an extension of time, arising out of or relating to the Contract, or a request for equitable adjustment or Change Order which cannot be resolved pursuant to the provisions of Part 12, “Changes in the Work,” of these General Conditions. Any Claim shall be reduced to writing and filed with the County, within 20 calendar days after the Contractor has notice of the condition giving rise to the Claim. Contractor hereby waives all claims not made within the aforesaid time limit. Such 20-day notice of an asserted Claim is in addition to the requirement for prompt notice required per Part 12.3, “Request for Equitable Adjustment,” of these General Conditions.

7.4.2 The Contractor shall not claim or recover any overhead cost administrative or otherwise, particularly “Home Office” expenses, “Extended site overhead,” or any other overhead cost on the basis of any “Home Office” damages formula, “Eichleay” formula, “Total Cost” recovery formula or any other such formula.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 16

7.4.3 Contractor shall make any Claims in writing within the time set forth above, for any unreasonable delay or hindrance caused by County, and specifying the cause thereof as required in Part 7.4.4, “Requirements for Filing a Claim.”

7.4.4 REQUIREMENTS FOR FILING A CLAIM: Claims must be filed within the time specified in Part 7.4.1 above, but in no event later than the date of final payment. Claims shall be submitted to the County. The Claim shall be in writing and shall be for a sum certain. The Claim shall include a statement of the reasons for the asserted entitlement, and include the documents necessary to substantiate the Claim. Such documents may include but are not limited to payroll records, purchase orders, quotations, invoices, estimates, subcontracts, daily logs, supplier contracts, subcontract billings, bid takeoffs, equipment rental invoices, ledgers, journals, daily reports, job diaries, and any documentation related to the requirements of Part 12, “Changes in the Work,” of these General Conditions. In the case of a continuing delay, only one Claim is necessary. If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time and could not have been reasonably anticipated, and that weather conditions had an adverse effect on the critical activities on the construction schedule.

FALSE CLAIMS: California Penal Code Section 72, provides that any person who presents for payment with intent to defraud the County, its personnel or their representatives, any false or fraudulent claim, bill, account, voucher, or writing, is punishable by fines not exceeding ten thousand dollars ($10,000.00) and/or imprisonment in the state prison. Government Code Sections 12650, et seq., pertains to civil penalties that may be recovered from persons (including corporations, etc.) for presenting a false claim for payment or approval, presents a false record or statement to get a false claim paid or approved, or other acts, to any officer or employee of any political subdivision of the State of California. Any person or corporation violating the provisions of Government Code Sections 12650 et seq. shall be liable for three times the amount of the damages of the political subdivision, plus a civil penalty, plus costs. The County is obligated to report suspected false claims to the appropriate law enforcement agency.

All Claims by Contractor shall include the following certification, properly completed and executed by Contractor or any officer of Contractor:

I, ______, BEING THE (MUST BE AN OFFICER) OF (CONTRACTOR), DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF CALIFORNIA, AND DO PERSONALLY CERTIFY AND ATTEST THAT: I HAVE THOROUGHLY REVIEWED THE ATTACHED CLAIM FOR ADDITIONAL COMPENSATION AND/OR EXTENSION OF TIME, AND KNOW ITS CONTENTS, AND SAID CLAIM IS TRUTHFUL AND ACCURATE; THAT THE AMOUNT REQUESTED ACCURATELY REFLECTS THE CONTRACT ADJUSTMENT FOR WHICH THE OWNER IS LIABLE; AND, FURTHER, THAT I AM FAMILIAR WITH CALIFORNIA PENAL CODE SECTION 72 AND CALIFORNIA GOVERNMENT CODE SECTION 12650, ET SEQ., PERTAINING TO FALSE CLAIMS, AND FURTHER KNOW AND UNDERSTAND THAT SUBMISSION OR CERTIFICATION OF A FALSE CLAIM MAY LEAD TO FINES, IMPRISONMENT AND/OR OTHER SEVERE LEGAL CONSEQUENCES.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 17

Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by the Contract Documents for the filing of Claims. For any Claim subject to this Part 7.4, the following requirements apply:

.1 For Claims of less than fifty thousand dollars ($50,000), the County’s Project Engineer, shall review the facts pertinent to the Claim, obtain additional information deemed necessary for a decision (if any), and secure assistance from legal and other advisors, and render a written decision on the Claim within 45 days of receipt of the Claim. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the County’s Project Engineer and Contractor. The County’s Project Engineer’s written response to the Claim, as further documented, shall 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 claimant in producing the additional information, whichever is greater.

.2 For claims of over fifty thousand dollars ($50,000), the County’s Project Engineer shall review the facts pertinent to the Claim, obtain additional information deemed necessary for a decision (if any), and secure assistance from legal and other advisors, and render a written decision on the Claim within 60 days of receipt of the Claim, or may request, in writing, within 30 days of receipt of the Claim, any additional documentation supporting the Claim or relating to defenses or claims the County may have against the claimant. If additional information is thereafter required, it shall be requested and provided. The County’s Project Engineer’s written response to the Claim, as further documented, shall be submitted to the Contractor within 30 days after receipt of the further documents, or a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater.

.3 If the Contractor disputes the written response of the County’s Project Engineer, or fails to respond within the time prescribed, the Contractor may so notify the Public Works Director, in writing, either within 15 days of receipt of the County’s Project Engineer’s response or within 15 days of the County’s Project Engineer’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 County’s Project Engineer shall schedule a meeting and conference within 30 days for settlement of the dispute.

.4 If following the meet and confer conference the Claim or any portion remains in dispute, the Contractor may file a Claim pursuant to 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 submits the Contractor’s written Claim until the time the Claim is denied, including any period of time utilized by the meet and confer conference.

Submission of a Claim, in conformance with all these requirements of this Contract, and rejection of all or part of said Claim by County, is a condition precedent to any action by Contractor against County, including but not limited to, the filing of a lawsuit

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 18

or making demand for arbitration, if arbitration is expressly provided for in this Contract.

7.4.5 CLAIMS AND DISPUTES EXEMPT FROM FILING REQUIREMENTS: The procedures and remedies provided in this Part 7.4 do not apply to:

.1 Any Claims by the County;

.2 Any Claim for or respecting personal injury or death or reimbursement or other compensation arising out of or resulting from liability for personal injury or death;

.3 Any Claim or dispute relating to stop payment requests or stop notices; and

.4 Any Claim related to the approval, refusal to approve, or substitution of Subcontractors, regardless of tier, and suppliers.

7.4.6 PAYMENT OF UNDISPUTED PORTION OF CLAIM: County shall pay Contractor such portion of a Claim that is undisputed except as otherwise provided in this Contract.

7.4.7 CONTINUE WORK DURING DISPUTE: In the event of any dispute between the County and the Contractor, the Contractor shall not stop work but will prosecute the work diligently to completion in the manner directed by the County, and the dispute shall be resolved by a court of law, or otherwise, after completion of the Work. However, Contractor must submit all disputes in accordance with the provisions of this Part 7.4.

7.4.8 SUIT IN SHASTA COUNTY ONLY: Any litigation arising out of this Contract shall be brought in Shasta County and Contractor hereby waives the removal provisions of California Code of Civil Procedure Section 394.

7.4.9 The County, or its authorized representative, shall have access, upon reasonable notice during normal business hours, to Contractor and Subcontractors’ books, documents and accounting records, including but not limited to, bid worksheets, bids, Subcontractor bids, and proposals, estimates, cost accounting data, accounting records, payroll records, time sheets, cancelled checks, profit and loss statements, balance sheets, correspondence including but not limited to all correspondence between Contractor and Contractor’s sureties and Subcontractors/vendors, Work files, scheduling information, and other records of the Contractor and all Subcontractors directly or indirectly pertinent to the Work, original as well as change and claimed extra work, to verify and evaluate the accuracy of cost and pricing data submitted with any change order, prospective or completed, or any claim for which additional compensation has been requested or notice of potential claim has been tendered.

Such access shall include the right to examine and audit such records, and make excerpts, transcriptions and photocopies at County’s expense.

Contractor agrees to impose upon its Subcontractors by appropriate subcontract provision, the obligations of this Part 7.4.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 19

7.4.10 CLAIMS, ARBITRATION, GOVERNING LAW AND VENUE: Any claim or demand, arising under or relating to the performance of this Contract, as defined in Public Contract Code section 9204(c)(1)(A-C) shall be subject to the procedures set forth in Public Contract Code section 9204 (A copy is attached hereto and made a part hereof). Any claim or demand for monetary compensation or damages, arising under or relating to the performance of this Contract, not defined in Public Contract Code section 9204(c)(1)(A-C) shall be resolved through arbitration through the rules and procedures contained in California Public Contracts Code section 10240 et seq. and of the California Public Works Contract Arbitration (PWCA) Program. This Contract shall be governed by and construed in accordance with the laws of the State of California. The parties also agree that, in the event of litigation, venue shall be in the proper court located in Shasta County, California.

7.5 PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND AND WARRANTY BOND

7.5.1 The Contractor shall furnish a Performance Bond in the amount of 100% of the Contract Amount and a Payment Bond in the amount of 100% of the Contract Amount.

7.5.2 All bonds required, whether Bidder’s bonds, Performance, Payment or other bonds, shall be issued by a surety company, United States of American Treasury listed and AM Best rated, acceptable to the County and admitted to do business in the State of California. The Bidder’s Bond, Performance Bond and Payment Bond must be issued by the same admitted surety insurer. The payment, performance and warranty bonds required by this Part 7.5 will neither be accepted nor approved by the County unless the bonds are underwritten by an admitted surety and the requirements of California Code of Civil Procedure Section 995.630 are met. The County further reserves the right to satisfy itself as to the acceptability of the surety and the form of bond. Upon request of the County, the Contractor must submit the following documents:

.1 The original, or a certified copy, of the unrevoked appointment, power of attorney, bylaws, or other instrument authorizing the person who executed the bond to do so.

.2 A certified copy of the certificate of authority of the insurer issued by the California Insurance Commissioner.

.3 A certificate from the county clerk that the certificate of authority has not been surrendered, revoked, canceled, annulled, or suspended, or in the event that it has, that renewed authority has been granted.

.4 A financial statement of the assets and liabilities of the insurer to the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond, in the form of an officers' certificate as defined in Corporations Code § 173.

7.6 RIGHTS AND REMEDIES

7.6.1 The duties and obligations imposed by the Contract Documents and the rights and remedies available shall be in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 20

7.6.2 No action or failure to act by the County, or the Contractor shall constitute a waiver of any right or duty afforded any of them under this Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach, except as may be specifically agreed in writing.

7.7 TESTS AND INSPECTION

7.7.1 The County, and any public authority having jurisdiction over the Work or funds used for the Work, shall at all times have access for the purpose of observation to all parts of the Work and to all shops wherein the Work is in preparation. The Contractor shall cooperate and furnish such facilities and assistance as needed for the County and County’s agents and the public authority having jurisdiction over the Work or funds used for the Work.

7.7.2 Where the Contract Documents, instructions by the County, laws, ordinances, or any public authority having jurisdiction requires Work to be inspected, tested or approved before work proceeds, such work shall not proceed, nor shall it be covered up without inspection.

7.7.3 The Contractor shall give notice to the County at least two (2) days in advance of the readiness for any Contract compliance inspection by the County. The Contractor shall give notice as required by all other inspecting and testing agencies. In all cases, the Contractor shall schedule inspections so as not to delay the Work.

7.7.4 If the County determines that any work requires special inspection, testing or approval, which Part 7.7.1 above does not include, the County shall, instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as provided in Part 7.7.3 above. If such special inspection or testing reveals a failure of the Work to comply with the requirements of the Contract Documents, the Contractor shall bear all costs of the inspection, including compensation for the County’s additional services, testing or inspections made necessary by such failure; otherwise the County shall bear such costs, and an appropriate Change Order shall be issued.

7.7.5 Required certificates of inspection, testing or approval shall be secured by the Contractor and the Contractor shall promptly deliver them to the County.

7.7.6. If the County wishes to observe the inspections, tests or approvals required by the Contract Documents, County shall do so promptly and, where practicable, at the source of supply.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 21

PART 8 – TIME

8.1 DEFINITIONS

8.1.1 Unless otherwise provided, the Contract Time is the period of time allotted in Section 00 31 13, “Construction Schedule and Liquidated Damages,” for substantial completion of the Work as defined in Part 8.1.3 below, including authorized adjustments thereto.

8.1.2 The date of commencement of the Work is the date established in the Notice to Proceed.

8.1.3 The Date of Substantial Completion of the Work or designated portion thereof is the date certified by the County when construction is sufficiently complete, in accordance with the Contract Documents, so that the County or separate contractors can occupy or utilize the Work or a designated portion thereof for the use for which it is intended.

8.1.4 The term “day” as used in the Contract Documents shall mean calendar day unless specifically designated otherwise.

8.2 PROGRESS AND COMPLETION

8.2.1 All time limits stated in the Contract Documents are of the essence of the Contract.

8.2.2 The Contractor shall begin the Work on the date of commencement as defined in Part 8.1.2 above.

8.2.3 The Contractor shall carry the work forward expeditiously with adequate forces and shall achieve the Date of Substantial Completion of the Work within the Contract Time.

8.3 DELAYS AND EXTENSIONS OF TIME

8.3.1 The Contractor shall not be granted a Contract Time extension except on the issuance of a Change Order by the County, upon the County’s finding that the delay in completion was unavoidable.

Delays in prosecution of parts or classes of the work that are not demonstrated to prevent or delay completion of the entire Work or specific milestones within the Contract Time are not "unavoidable delays" for purposes of this Part 8.3.

In all cases, the time authorized for extension of the Contract Time shall be no greater than the number of days directly attributable to the unavoidable delay which caused delay in the completion of the Work. Contractor shall be entitled, in the case of unavoidable delays, to an extension in the Contract Time, but not the Contract price. "Unavoidable delay" for this purpose shall be defined as follows:

.1 Unavailable Materials: That materials or articles called for in the Contract Documents are not obtainable within the time required for timely completion; provided that such materials or articles were listed by the Contractor in the construction schedule required within five (5) calendar days of receipt of a Notice to Proceed by Section 00 31 13, “Construction Schedule and Liquidated Damages;” that the Contractor demonstrates that the unavailability of the materials is in fact the cause for the delay, and could not have been procured

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 22

by adjusting the Construction Schedule; and that the unavailability of such materials is due to circumstances beyond the Contractor's control. If good cause for delay is demonstrated pursuant to this Part 8.3.1, the County, at its sole discretion, may grant a time extension.

.2 Force Majeure: That delays in construction have resulted from circumstances beyond the control of the Contractor and which the Contractor could not have provided against by the exercise of reasonable care, prudence, foresight, and diligence. Unavoidable delays within the meaning of this Part 8.3.2, “Notice of Delays,” shall be those caused by the acts of God, war, insurrection, civil disorder, fire, floods, epidemic, or strikes.

.3 Unseasonable Weather: That the delay was caused by weather which is unsuitable for the work currently in progress, upon the findings that the weather conditions in fact caused the delay in completion of the Work and that such weather conditions were not, and could not in the exercise of reasonable diligence, have been foreseen by the Contractor. Seasonable weather that, in the exercise of reasonable foresight and diligence, should be expected in the area at the time of year in question is not cause for an extension of time.

.4 Time Extensions Due to Change Orders or Work Authorizations: That a delay in the Work is caused by the approval by the County of a Change Order or Work Authorization pursuant to Part 12 of these General Conditions. The Contractor shall be entitled to a time extension Change Order only when the extra work is demonstrated by the Contractor to have caused a delay in the Work.

.5 County-Caused Delays: That the Work is delayed by acts of the County, not authorized by the Contract Documents, which the Contractor demonstrates will or have caused an unavoidable delay as defined in Part 8.3.2, “Notice of Delays.” The Contractor shall be entitled to a Contract Time Change Order to offset the extra time incurred by the Contractor. The Contractor will not be entitled to adjustments in the contract price. Extra time shall be limited to that which is directly identified as critical.

The Contractor specifically agrees that a time extension as provided herein is its sole remedy for County-caused delays, and agrees to make no Claim or demand for additional damages, nor Claim an acceleration of the time for performance.

The Contractor shall not be entitled to any Contract Time extension nor Contract Price adjustment for alleged County delays if the County has acted within the time limits specified by the Contract Documents.

8.3.2 NOTICE OF DELAYS

Whenever the Contractor foresees any delay in the prosecution of the Work, and in any event immediately upon the occurrence of any delay which the Contractor regards as grounds for an extension, the Contractor shall notify the County in writing of the potential delay or delay. Such notification shall specify with detail the cause asserted by the Contractor to constitute grounds for an extension. Failure of the Contractor to

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 23

submit such a notice within ten (10) days after the initial occurrence of the event-giving rise to the potential delay or delay shall constitute a waiver by the Contractor of any request for a time extension, and no extension shall be granted as a consequence of such potential delay or delay.

With its request for time extension, the Contractor shall submit evidence to demonstrate that the delay in prosecution in the Work will result in an unavoidable delay in completion of the entire Work. Such evidence shall include a demonstration that the delayed portion of the Work will affect scheduling of the Work. The Contractor shall also submit a proposed revised construction schedule, which accounts for the delay in completion of the Work caused by the delay in progression of part of the Work, and demonstrates how the Work will be completed within the proposed revised Contract Time.

8.3.3 INVESTIGATION; PROCEDURE

Upon receipt of a request for a Contract Time extension, the County shall conduct an investigation of the facts asserted by the Contractor to constitute grounds for an extension. The results of this investigation shall be reported by the County to the Contractor. The performance of this investigation by the County shall not be construed in any way as direction or recommendation to the Contractor regarding scheduling of the work. Scheduling the work is the sole responsibility of the Contractor.

The County may, at its sole discretion, defer the recommendation to allow the accumulation of time extensions due to Work Authorizations into a periodic or final Change Order request. If the County disallows the request, there shall be no allowance made for the time during which the request was pending, and the Contractor shall remain obligated to complete the Work in the time specified.

If the County approves a time extension Change Order, the new construction schedule submitted by the Contractor and approved by the County shall be deemed to amend the original construction schedule approved by the County; thereafter, the amended construction schedule shall have the same force and effect as the original construction schedule.

8.3.4 DISCRETIONARY TIME EXTENSION IN THE BEST INTEREST OF COUNTY

The County reserves the right to extend the Contract Time for completion of the Work if the County’s Public Works Director determines that such extension is in the best interest of the County.

In the event that such discretionary extension is made at the request of the Contractor, the County shall have the right to charge to the Contractor all or any part, as the County may deem proper, of the actual cost to the County for engineering, inspection, supervision, contract administration, incidental and other overhead expenses that accrue during the period of such extension, and to deduct all or any portion of such amounts from the final payment for the Work.

In the event such extension is ordered over the objection of the Contractor, the Contractor shall be entitled to a Change Order adjusting the price paid to reflect the

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 24

actual costs incurred by the Contractor as a direct and proximate result of the delay, upon Contractor’s written application, accompanied by such verification of costs as the County requires. Only additional direct costs incurred in completing the Work will be reimbursable by Change Order. Contractor will not be entitled to reimbursement of any home office overhead or similar costs or charges.

8.3.5 LIQUIDATED DAMAGES

If the Work is not completed by Contractor in the time specified in the Contract Documents or within any period of extension authorized pursuant to this Subsection, the Contractor acknowledges and admits that the County will suffer damage, and that it is impracticable and infeasible to fix the amount of actual damages. Therefore, it is agreed by and between the Contractor and the County that the Contractor shall pay to the County as fixed and liquidated damages, and not as a penalty, the sum specified in Section 00 31 13, “Construction Schedule and Liquidated Damages,” for each calendar day of delay until the Work is completed and accepted, and that both the Contractor and the Contractor's surety shall be liable for the total amount, and that the County may deduct said sums from any monies due or that may become due to the Contractor.

This liquidated damages provision shall apply to all delays of any nature whatsoever, save and except only unavoidable delays approved by the County’s Public Works Director pursuant to this Part 8.3, or discretionary time extensions approved by the Public Works Director pursuant to Part 8.3.4 above.

8.3.6 EXTENSION OF TIME NOT A WAIVER

Any extension of the Contract Time granted by County pursuant to this Part 8 shall not constitute a waiver by the County, nor a release of the Contractor, from Contractor’s obligations to perform this Contract within the Contract Time.

Granting of a time extension due to one circumstance on one request shall not constitute a granting by the County of an extension of time for any other circumstance or the same circumstance occurring at some other time, and shall not be interpreted as a precedent for any other request for extension.

PART 9 – PAYMENTS AND COMPLETION

9.1 CONTRACT SUM

9.1.1 The Contract Sum is stated in the Contract and, including authorized adjustments thereto, is the total amount payable by the County to the Contractor for the performance of the Work under the Contract Documents.

9.2 SCHEDULE OF VALUES

9.2.1 Before the first Application for Payment, the Contractor shall submit to the County a Schedule of Values in accordance with the Construction Specifications Institute (CSI) Divisions, supported by such data to substantiate its accuracy as the County may require. This schedule, unless objected to by the County, shall be used only as a basis for the Contractor's Applications for Payment.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 25

9.3 PROGRESS PAYMENTS

9.3.1 Progress Payments: The Contractor shall, on or before the first day of each month, make an estimate of the work performed during the preceding month and submit an itemized Application for Payment, supported by such data substantiating the Contractor's right to payment as the County may require, including appropriate updates to the Critical Path Method (“CPM”) construction schedule, and reflecting retention, if any, as provided elsewhere in the Contract Documents. The Contractor will assemble the Application and forward it to the County for checking and approval. AIA Document G702, “Application and Certificate for Payment” and Document G703, “Continuation Sheet,” or other substitute form supplied and required by the County shall be used. The County shall pay to the Contractor ninety-five percent (95%) of the value of said work in place, as checked and approved, within thirty (30) calendar days of the County’s receipt of an undisputed and properly submitted application for payment. The balance of five (5%) percent of the estimate shall be retained by the County until the time of final acceptance of the Work. In lieu of the five percent (5%) retainage, the Contractor may substitute securities as provided for in Public Contract Code §22300. The Contractor may apply to reduce said rate of retainage as set forth in Part 5 of the Contract.

9.3.2 The Contractor warrants that title to all work, materials and equipment covered by an Application for Payment will pass to the County, or its assignee, either by incorporation in the construction or upon receipt of payment by the Contractor, whichever occurs first, free and clear of all liens, stop notices, claims, security interest or encumbrances, hereinafter referred to in this Part 9 as "liens"; and that no work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other person performing work at the Work or furnishing materials and equipment for the Work, subject to an agreement under which an interest or an encumbrance is retained by the seller or otherwise imposed by the Contractor or such other person. With each monthly application for payment, following agreement on percentages of completion, the Contractor shall submit a conditional lien release warranting that title to all work, labor, materials and equipment covered by the application is free and clear of all liens, claims, security interests or encumbrances for that months total amount approved. The Contractor shall also submit an unconditional lien release for the prior month’s total amount approved.

9.3.3 Unless otherwise provided in the Contract Documents, payments may be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the Work Site and, if approved in advance by the County, payments may similarly be made for materials or equipment suitably stored at some other location agreed upon in writing. Payments for materials or equipment stored on or off the Work Site shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the County to establish the County's title to such materials or equipment or otherwise protect the County's interest, including applicable insurance and transportation to the Work Site for those materials and equipment stored off the Work Site.

9.3.4 Pursuant to Public Contract Code §7107, in the event of a dispute between the County and Contractor, the County may withhold from the final payment an amount not to exceed 150 percent of the disputed amount. Except as so provided, the County shall release the retention withheld within 60 days after the date of completion of the Work,

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 26

as "completion" is defined in Public Contract Code § 7107. In the event that retention payments are not made within the time periods required by Public Contract Code §7107, the County may be subject to the interest provisions of Public Contract Code §7107.

9.3.5 The County shall make payment in the manner and within the time provided in the Contract Documents after verifying the accuracy of the Application for Payment.

9.3.6 The Contractor shall promptly pay each subcontractor upon receipt of payment from the County, out of the amount paid to the Contractor on account of such subcontractor's work, the amount to which subcontractor is entitled, reflecting the percentage actually retained, if any, from payments to the Contractor on account of such subcontractor's work. The Contractor shall, by an appropriate agreement with each subcontractor, require each subcontractor to make payments to their Sub-subcontractors in similar manner.

9.3.7 The County may, at its discretion, furnish to any Subcontractor, if practicable, information regarding the percentages of completion or the amounts applied for by the Contractor and the action taken by the County on account of work done by such Subcontractor.

9.3.8 The County shall have no obligation to pay or to see to the payment of any monies to any Subcontractor or Material Suppliers except as may otherwise be required by law. 9.3.9 Neither certification of a progress payment, delivery of a progress payment, nor partial or entire use or occupancy of the Work by the County, shall constitute an acceptance of any work not in accordance with the Contract Documents, nor shall it be deemed a waiver of County of any remedy it may have in law or equity.

9.4 (NOT USED)

9.5 PAYMENTS WITHHELD

9.5.1 The County may withhold payment in whole or in part to the extent necessary to reasonably protect the County, if it is unable to verify the accuracy of the Application for Payment. If the County is unable to verify the accuracy of the Application for Payment, the County will notify the Contractor in writing. If the Contractor and the County cannot agree on a revised amount, the County will promptly process payment for those amounts for which it is able to verify. The County may also decline to make payment to protect the County from loss because of subsequently discovered:

.1 defective Work not remedied;

.2 third party claims filed or reasonable evidence indicating probable filing of such claims, including claims by separate contractors;

.3 failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment;

.4 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Sum;

.5 damage to the County or another contractor;

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 27

.6 reasonable evidence that the Work will not be accomplished in compliance with the Contract Time;

.7 persistent failure to carry out the Work in accordance with the Contract Documents; or

.8 stop notice served upon the County.

9.5.2 When the grounds in Part 9.5.1 above are removed, payment shall be made for amounts withheld because of them.

9.6 SUBSTANTIAL COMPLETION

9.6.1 When the Contractor considers that the Work, or a designated portion of work, is substantially complete as defined in Part 8.1.3 of these General Conditions, the County shall prepare a list of items to be completed or corrected. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all work in accordance with the Contract Documents

9.6.2 Upon substantial completion of the Work or designated portion thereof, and upon application by the Contractor and certification by the County, the County shall make payment, reflecting adjustments in retainage, if any, for such work completed or portion thereof as provided in the Contract Documents.

9.6.3 When the County, on the basis of inspections, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion of the Work which shall establish the date of substantial completion of the Work and fix the time within which the Contractor shall complete any uncompleted items of the Certificate of Substantial Completion of the Work.

9.6.4 Warranties required by the Contract Documents shall commence on the date of the recording of the Notice of Completion of the Work.

9.7 FINAL COMPLETION AND FINAL PAYMENT

9.7.1 Following the County’s issuance of the Certificate of Substantial Completion of the Work or designated portion thereof, and the Contractor's completion of the Work, the Contractor shall forward to the County a written notice that the Work is ready for final inspection and acceptance, and shall also forward to the County a final Application for Payment. Upon receipt, the County will promptly make such inspection. When the County finds the Work acceptable under the Contract Documents and the Contract fully performed, the County shall issue a Certificate for Payment that will approve the final payment due the Contractor. This approval will constitute a representation that, to the best of the County’s knowledge, information and belief, and on the basis of observations and inspections, the Work has been completed in accordance with the Terms and Conditions of the Contract Documents and that the entire balance found to be due the Contractor, and noted in said Certificate, is due and payable.

9.7.2 Neither the final payment nor the remaining retainage shall become due until the Contractor submits to the County: (1) an affidavit that all payrolls, bills for materials

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 28

and equipment, and other indebtedness connected with the Work for which the County or the County's property might in any way be responsible, have been paid or otherwise satisfied, (2) consent of surety, if any, to final payment, and (3) other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of liens arising out of the Contract, to the extent and in such form as may be designated by the County. AIA Documents G706, Contractor's Affidavit of Payment of Debts and Claims, and G706-a, Contractor's Affidavit Release of Liens, shall be used. If any Subcontractor refuses to furnish a release or waiver required by the County, the Contractor may furnish a bond satisfactory to the County to indemnify the County against any such lien. If any such lien remains unsatisfied after all payments are made, the Contractor shall refund to the County all monies that the County may be compelled to pay in discharging such lien.

9.7.3 If, after substantial completion of the Work, final completion is materially delayed through no fault of the Contractor or by the issuance of Change Orders affecting final completion, the County shall, upon application by the Contractor and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance for Work not fully completed or corrected is less than the retainage stipulated in the Contract Documents, and if bonds have been furnished as provided in Part 7.5, “Performance Bond, Labor and Material Payment Bond and Warranty Bond,” of Section 00 73 12, “General Conditions,” the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by the Contractor to the County. Such payment shall be made under the Terms and Conditions governing final payments, except that it shall not constitute a waiver of claims. AIA Documents G707, Consent of Surety Company to Final Payment or if appropriate G707-A, Consent of Surety to Reduction in or Partial Release of Retainage shall be used.

9.7.4 The making of final payment shall not constitute a waiver of any claims by the County.

9.7.5 The acceptance of final payment shall, after the date of substantial completion of the Work, constitute a waiver of all claims by the Contractor.

9.7.6 All provisions of this Contract, including without limitation those establishing obligations and procedures, shall remain in full force and effect notwithstanding the making or acceptance of final payment.

9.7.7 Final payment will be released within 35 days after Notice of Completion is filed with the County Recorder’s Office.

PART 10 – PROTECTION OF PERSONS AND PROPERTY

10.1 SAFETY PRECAUTIONS AND PROGRAMS

10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.

10.2 SAFETY OF PERSONS AND PROPERTY

10.2.1 The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to:

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 29

.1 All employees on the Work and all other persons who may be affected thereby;

.2 All the work and all materials and equipment to be incorporated therein, whether in storage or off the site, under the care, custody or control of the Contractor or any of the Contractor's Subcontractors or Sub-subcontractors;

.3 Other property at the Work Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction; and

.4 The work of the County or other separate contractors relating to this contract.

10.2.2 The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss.

10.2.3 The Contractor shall erect and maintain, as required by existing conditions and the progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying County’s employees and users of adjacent facilities.

10.2.4 When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel.

10.2.5 The Contractor shall promptly remedy all damage or loss to any property referred to in the above Part 10.2.1.2 and Part 10.2.1.3 caused in whole or in part by the Contractor, any subcontractor, any sub-subcontractor, anyone directly or indirectly employed by any of them, or any one for whose acts any of them may be liable, and for which the Contractor is responsible under the above Part 10.2.1.2 and Part 10.2.1.3, except damage or loss attributable solely to the acts or omissions of the County, or anyone directly or indirectly employed by it, or by anyone for whose acts any of them may be liable, and not attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor's obligations under Section 00 73 12, “General Conditions,” Part 4.17, “Indemnification.”

10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the Work Site whose duty shall be the prevention of accidents. This person shall be the Superintendent unless otherwise designated by the Contractor in writing to the County.

10.3 EMERGENCIES

10.3.1 In any emergency affecting the safety of persons or property the Contractor shall act, at the Contractor's discretion, to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Part 12, “Changes in the Work,” of these General Conditions for Changes in the Work.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 30

PART 11 – INSURANCE

11.1 CONTRACTOR'S INSURANCE

Bidders' attention is directed to the insurance requirements below. It is highly recommended that bidders confer with their respective insurance carriers or brokers to determine in advance of bid submission the availability of the insurance certificates and endorsements required below. A Bidder, who is awarded the Contract and thereafter fails to comply strictly with the insurance requirements, will be deemed to be in breach of Contract.

Without limiting Contractor’s duties of defense and indemnification, Contractor shall procure and maintain, for the duration of the Contract, insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the Work by the Contractor, Contractor’s agents, representatives, employees or Subcontractors. (The cost of such insurance shall be included in the Contractor's bid.)

No later than 10 calendar days following the Award of the Contract, and prior to execution of the Contract for Construction by the County, the Contractor shall submit amendments or endorsements to Contractor’s policies of insurance, signed by an authorized agent of the insurer, attesting to insurance coverage of the Contractor as required by this Subsection.

11.1.1 Minimum Scope of Insurance: Coverage shall be at least as broad as:

.1 Insurance Services Office Commercial General Liability coverage "occurrence" form CG 00 01 04 13.

.2 Insurance Services Office Business Auto Coverage form number CA 00 01 03 06 covering Automobile Liability, code 1 "any auto."

.3 Workers’ Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance.

.4 The Contractor shall obtain, either itself or through the applicable Subcontractor(s) performing Work involving hazardous materials, Contractor's Pollution Liability (CPL) insurance coverage for such Work and an endorsement to either its CPL or Business Auto policies for transporting or hauling of hazardous materials.

11.1.2 Minimum Limits of Insurance: Contractor shall maintain limits no less than:

.1 General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Work/location or the general aggregate limit shall be twice the required occurrence limit.

.2 Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 31

.3 Workers' Compensation and Employers Liability: Workers' compensation limits as required by the labor Code of the State of California and Employers Liability limits of $1,000,000 per accident.

.4 Contractor's Pollution Liability-Limits of

Liability: Minimum Requirement Each Occurrence...... $1,000,000 Products-Completed Operations...... $1,000,000 General Aggregate...... $2,000,000

If coverage is provided on a Claims-Made form, Contractor shall evidence coverage to include a three (3)-year Extended Reporting Period beyond completion of such Work. Coverage must extend to Transportation and Hauling of hazardous materials. The County shall require a copy of the policy endorsement noting extension of Transportation coverage. If this extension of coverage is not provided under the Contractor's or applicable Subcontractor's Contractor's Pollution Liability, then the Contractor/Subcontractor shall also be required to evidence the following under its Business Auto policy:

Business Auto - Combined Single Limit Per Accident $1,000,000

Covering Transportation and/or Hauling of hazardous materials by amending the pollution exclusion of - ISO FORM CA 00 01 06 92 (or its equivalent) in the following manner:

a. Delete Section 11.a.(1) POLLUTION: “Being transported or towed by, handled, or handled for movement into, onto or from, the covered “auto”;”

b. Delete Section 11.a.(2) POLLUTION: “Otherwise in the course of transit by or on behalf of the “insured”; or”

Coverage shall include MCS-90 endorsement with the County as Additional Insured and shall be endorsed to specifically limit the reimbursement provisions of the MCS-90 to the Named Insured

11.1.3 Deductibles and Self-Insured Retentions: Any deductibles or self-insured retentions must be declared to and approved by the County. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County, its elected officials, officers, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expense.

11.1.4 Other Insurance Provisions: The policies are to contain, or be endorsed to contain, the following provisions:

.1 General Liability and Automobile Liability Coverages.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 32

a. The County of Shasta, its elected officials, officers, employees, agents, and volunteers while performing contract administration services are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor, including the insured's general supervision of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobile owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the County, its elected officials, officers, employees, agents, or volunteers.

b. The Contractor's insurance coverage shall be primary insurance as respects Shasta County, its elected officials, officers, employees, agents, and volunteers. Any insurance or self-insurance maintained by the County, its elected officials, officers, employees, agents, and volunteers shall be excess of the Contractor's insurance and shall not contribute with it.

c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the County, its elected officials, officers, employees, agents, or volunteers.

d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

e. All insurance (except workers’ compensation and professional liability) shall include an endorsement or an amendment to the policy of insurance which names Shasta County, its elected officials, officers, employees, agents and volunteers as additional insureds and provides that when coverage is reduced or canceled, a notice of said reduction or cancellation shall be provided to the County within 24 hours. Any available insurance proceeds in excess of the specified minimum limits and coverage pursuant to the terms of this contract shall be applicable to the Additional Insured. The additional insureds coverage shall be equal to Insurance Service Office endorsement CG 20 10 for ongoing operations, and CG 20 37 for completed operations.

f. The insurer shall agree to waive all rights of subrogation against the County, its elected officials, officers, employees, agents, and volunteers for losses arising from work performed by the Contractor for County.

g. Any of Contractor’s Excess Insurance shall contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the County.

.2 Workers’ Compensation and Employers Liability Coverage: The insurer shall agree to waive all rights of subrogation against the County, its elected officials, officers, employees, agents, and volunteers for losses arising from work performed by the Contractor for the County.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 33

.3 All Coverages: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice has been given to the County.

11.1.5 Acceptability of Insurers: Insurance is to be paid with insurers with a Best's rating of no less than A: VI.

11.1.6 Verification of Coverage: Contractor shall furnish the County with endorsements or insurance policy amendments reflecting the types of insurance and limits of coverage required by this Part 11. The endorsements or amendments for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements or amendments are to be received and approved by the County before work commences. The County reserves the right to require complete, certified copies of all required insurance policies, at any time.

11.1.7 Subcontractors: Contractor shall include all subcontractors as insureds under its policies or shall furnish separate insurance policy amendments and endorsements for each subcontractor.

All coverages provided by subcontractors shall be subject to all of the requirements stated herein. Subcontractor limits will be provided as follows:

.1 General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this Work/location or the general aggregate limit shall be twice the required occurrence limit.

.2 Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage.

.3 Workers' Compensation and Employers Liability: Workers' compensation limits as required by the labor Code of the State of California and Employers Liability limits of $1,000,000 per accident.

.4 Contractor's Pollution Liability-Limits of Liability: Minimum Requirement Each Occurrence...... $1,000,000 Products-Completed Operations...... $1,000,000 General Aggregate...... $2,000,000

PART 12 – CHANGES IN THE WORK

12.1 CHANGE ORDERS

12.1.1 Definition: A Change Order is a written order to the Contractor signed to show the approval and authorization of the County, issued after execution of the Contract,

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 34

authorizing a change in the Work or an adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time shall be changed only by Change Order. A Change Order signed by the Contractor indicates the Contractor's agreement therewith, including any adjustment in the Contract Sum or the Contract Time, for full and final settlement of all costs (direct, indirect and overhead) related to the work authorized by the Change Order. The Shasta County Public Works Director or their designee, may approve and authorize Change Orders with no single Change Order exceeding ten percent (10%) of the Contract Sum specified in Part 1.4, “Contract Sum,” of Section 00 52 13, “Contract Between County of Shasta and Contractor.” A Change Order above this amount may only be approved and authorized by the Shasta County Board of Supervisors.

12.1.2 The County, without invalidating the Contract, may order changes in the Work within the general scope of the Contract consisting of additions, deletion or other revisions, the Contract Sum and Contract Time being adjusted accordingly. All such changes in the Work shall be authorized by Change Order, and shall be performed under the applicable conditions of the Contract Documents.

12.1.3 Costs means an itemized breakdown of all labor (by crafts), materials, sales taxes, equipment rentals, etc. for each portion of the Work which comprises the change order including any Subcontractors itemized breakdown, plus markup not exceeding the following, which represent all profits, overhead and administration costs:

.1 Fifteen percent (15%) of the cost of that portion of the change order to be performed by the General Contractor with its own forces.

.2 Fifteen percent (15%) of the cost of that portion of the change order to be performed by a subcontractor with its own forces, plus five percent (5%) for the General Contractor. Total combined General Contractor and Subcontractor markup shall not exceed twenty percent (20%).

.3 Fifteen percent (15%) of the cost of that portion of the change order to be performed by a lower tier Subcontractor with its own forces, plus five percent (5%) for the Subcontractor, plus five percent (5%) for the General Contractor. Total combined General Contractor, Subcontractor, and lower tier Subcontractor markup shall not exceed twenty-five percent (25%).

.4 All mark ups to be calculated on actual construction costs, not marked up figures.

The cost or credit to the County resulting from a change in the Work shall be determined in one or more of the following ways:

.1 by mutual acceptance of a lump sum properly itemized and supported by sufficient substantiating data to permit evaluation.

.2 by unit prices stated in the Contract Documents or subsequently agreed upon in writing;

.3 by cost to be determined in a manner agreed upon by the parties in writing and a mutually acceptable fixed or percentage fee; or

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 35

.4 by the method provided in Part 12.1.4 and Part 12.1.5 below.

12.1.4 If none of the methods set forth in Parts 12.1.3.1, 12.1.3.2, or 12.1.3.3 above is agreed upon, the Contractor, provided that a written order signed by the County is received, shall promptly proceed with the work involved. The cost of such work shall then be determined by the County, on the basis of reasonable expenditures or savings of those performing the Work attributable to the change, including, in the case of an increase in the Contract Sum, a reasonable allowance for overhead and profit. In such case, and also under Parts 12.1.3.3 above, the Contractor shall keep and present, in such form as the County may prescribe, an itemized accounting of actual cost together with appropriate supporting data for inclusion in a Change Order. Unless otherwise provided in the Contract Documents, cost shall be limited to the following, but only to the extent that they are directly attributable to the change: cost of materials, including sales tax and cost of delivery; cost of labor including social security, old age and unemployment insurance and fringe benefits required by agreement or custom; workers' compensation insurance; bond premiums; rental value of equipment and machinery; and the additional costs of supervision and field personnel directly attributable to the change. Upon determination of cost by the County, payments to the Contractor may be made. If the Contractor disputes the cost determination, the Contractor may initiate a Claim in compliance with the Claims and disputes resolution provisions of Part 7.4 of these General Conditions.

12.1.5 Costs of change order work shall not include costs of any of the following:

.1. Superintendent(s) – unless performing physical work associated with the change order .2. Assistant Superintendent(s) – unless performing physical work associated with the change order .3. Project Engineer .4 Project Manager .5 Scheduler .6 Estimator .7 Drafter or Detailer .8 As-built plans .9 Small tools (replacement value that does not exceed $800) .10 Office expenses including staff, materials and supplies .11 On-site or off-site trailer and storage rental and expenses .12 Site fencing .13 Utilities, including gas, electric, sewer, water, telephone, fax or copier equipment .14 Data processing personnel and equipment .15 Home office overhead

12.1.6 The amount or credit to be allowed by the Contractor to the County for any deletion or change that result in a decrease in the Contract Sum will be the amount of the actual cost including reasonable overhead. When both additions and credits covering related work or substitutions are involved in any one change, the allowance for overhead and profit shall be figured in the basis of the new increase, if any, with respect to that change.

12.2 PROJECT CONDITIONS

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 36

12.2.1 Contractor has examined carefully the Work Site, and the Contract Documents, and has satisfied itself as to the character, quality and quantity of the surface and subsurface materials or obstacles to be encountered. Contractor has satisfied itself through its own investigation as to the conditions to be encountered; the character, quality and scope of work to be performed; the materials and equipment to be furnished; and all requirements of the Contract Documents.

Where investigations of subsurface conditions have been made with respect to foundation or other structural design, and that information is made available to Contractor or shown in the Contract Documents, said information represents only the statement as to the character of materials which have been actually encountered in the investigation, and is only made available or included for the convenience of Contractor.

Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatsoever with respect to the sufficiency or accuracy of borings, the log of test borings, or other preliminary investigations, or of the interpretation thereof, and there is no guaranty; either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unanticipated conditions may not occur. When a log of test borings is made available to Contractor or included in the Contract Documents, it is expressly understood and agreed that said log of test borings does not constitute a part of the Contract, and represents only an opinion of the County as to the character of the materials to be encountered, and is made available or included in the Contract Documents only for the convenience of the Contractor. Making such information available to Contractor is not to be construed in any way as a waiver of the provisions of the first two paragraphs of this Part 12.2, and Contractor must, through Contractor’s own investigations, be satisfied as to the conditions to be encountered.

12.3 REQUEST FOR EQUITABLE ADJUSTMENT

12.3.1 If the Contractor considers a Request for Equitable Adjustment is justified for an increase in the Contract Time, the Contractor shall promptly, upon first observance of the condition giving rise to the request, provide the County written notice of such condition and circumstance. This notice shall be given by the Contractor before proceeding to execute the Work, except in the case of emergency endangering life or property in which case the Contractor shall proceed in accordance with Part 10.3, “Emergencies,” of these General Conditions. No such request shall be valid unless so made. Any change in the Contract Time resulting from such Request for Equitable Adjustment shall be authorized by Change Order.

12.4 MINOR CHANGES IN THE WORK

12.4.1 The County will have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be promulgated by written order issued through the County’s Project Engineer, and shall be binding on the County and the Contractor. AIA Document G710, “Architect's Supplemental Instructions”, or other substitute form supplied and required by the County shall be used. The Contractor shall carry out such written orders promptly.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 37

PART 13 – UNCOVERING AND CORRECTION OF WORK

13.1 UNCOVERING WORK

13.1.1 If any portion of the Work should be covered contrary to the request of the County, public authority having jurisdiction, or to the requirements specifically expressed in the Contract Documents, it must, if required in writing by the County, be uncovered for observation and inspection, all at the Contractor’s expense.

13.1.2 If any other portion of the Work has been covered which the County or public authority having jurisdiction has not specifically requested to observe prior to its being covered, the County may request to see such Work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Contract Documents, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the County. If such Work be found not in accordance with the Contract Documents, the Contractor shall pay such costs unless it be found that this condition was caused by the County or a separate contractor as provided in Subsection 6, “Work by County or by Separate Contractors,” of these General Conditions, in which event the County shall be responsible for the payment of such costs.

13.2 CORRECTION OF WORK

13.2.1 The Contractor shall promptly correct all work rejected by the County as defective or as failing to conform to the Contract Documents whether observed before or after Substantial Completion of the Work and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected work, including compensation for the County’s additional services made necessary thereby.

13.2.2 If, within one year after the recordation of the Notice of Completion of the Work or designated portion, or within one year after acceptance by the County of designated equipment, or within such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents or provided by the Contractor, a subcontractor or supplier, any of the Work to be found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the County to do so unless the County had notice of the full extent of the defect and had previously given the Contractor a written acceptance of such defective condition. This obligation shall survive both final payment for the Work or designated portion thereof and termination of the Contract. The County shall give such notice promptly after discovery of the condition.

13.2.3 The Contractor shall, at Contractor’s sole expense, remove from the Work Site all portions of the Work that are defective or nonconforming and which have not been corrected under Parts 4.5, “Warranty,” 13.2.1 and 13.2.2 of these General Conditions, unless removal is waived by the County.

13.2.4 If the Contractor fails to correct defective or nonconforming work as provided in Parts 4.5.1, 13.2.1 and 13.2.2 of these General Conditions, the County may correct it in accordance with Subsection 3.4 of these General Conditions.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 38

13.2.5 If the Contractor does not proceed with the correction of such defective or nonconforming work within a reasonable time fixed by written notice, the County may remove it and may store the materials or equipment associated with the defective or nonconforming work at the expense of the Contractor and shall be disposed of or returned to the Contractor as required by law.

13.2.6 The Contractor shall bear the cost of making good all work of the County or separate contractors destroyed or damaged by such correction or removal.

13.2.7 Nothing contained in this Part 13.2 shall be construed to establish a period of limitation with respect to any other obligation, which the Contractor might have under the Contract Documents, including Part 4.5, “Warranty,” of these General Conditions. The establishment of the time periods noted in Part 13.2.2 above, or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Contract Documents, relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the Contractor's obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced to establish the Contractor's liability with respect to the Contractor's obligations other than specifically to correct the Work.

13.3 ACCEPTANCE OF DEFECTIVE OR NONCONFORMING WORK

13.3.1 If the County prefers to accept defective or nonconforming Work, the County may do so instead of requiring its removal and correction, in which case a Change Order will be issued by the County to reflect a reduction in the Contract Sum where appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made.

PART 14 – TERMINATION OF THE CONTRACT

14.1 TERMINATION BY THE CONTRACTOR

14.1.1 If the Work is stopped for a period of 30 days under an order of any court or other public authority having jurisdiction, or as a result of an act of government such as a declaration of a national emergency making materials unavailable, through no act or fault of Contractor or a subcontractor or any agents or employees or any other persons performing any of the Work under a contract with the Contractor, then the Contractor may, upon 30 additional days' written notice to the County, terminate the Contract and recover from the County payment for all work satisfactorily executed.

14.2 TERMINATION BY THE COUNTY

14.2.1 If the Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of the Contractor's insolvency, or stop notices are served upon the County, or if the Contractor persistently or repeatedly refuses or fails, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials, or fails to make prompt payment to subcontractors or for materials or labor, or persistently disregards laws, ordinances, rules, regulations or orders of having any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, and fails after written notice to commence and continue correction of such default,

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 39

neglect or violation with diligence and promptness, the County may, after an additional written notice and without prejudice to any other remedy the County may have, terminate the Contract, and may finish the Work by whatever methods the County may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished.

14.2.2 County may terminate this agreement immediately upon notice should funding cease or be materially decreased during the term of this agreement.

14.2.3 If, upon termination of the Contract by the County, the unpaid balance of the Contract Sum exceeds the costs of finishing the Work, Contractor will only be paid for Contractor’s actual unpaid costs from such excess. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the County. The amount to be paid to the Contractor or to the County, as the case may be, upon application, in the manner provided for in Part 9.3.1, “Progress Payments,” of these General Conditions and this obligation for payment shall survive the termination of the Contract.

PART 15 – ADDITIONAL INSTRUCTIONS

15.1 SUBSTITUTION OF MATERIALS:

15.1.1 Pursuant to Public Contract Code Section 3400, all Bidders shall submit, without exception, all requests to substitute materials, product, things or services of “approved equal” value to those set forth in the Specifications no later than 20 days before the date of the award of the Contract. Failure to submit substitutions within such time frame shall be considered conclusive evidence that Bidder has accepted the materials, products, things or services specifically provided in the specifications. By failing to offer substitutions which may be applicable to the performance of the Work within the allotted time, Bidder waives any right Bidder may have to require County to accept materials, products, things or services of equal value to those set forth in the Specifications.

15.2 REFERENCE TO STANDARDS:

15.2.1 Reference to known standards shall mean and intend the latest edition or amendment published prior to the date of the Specifications, unless specifically indicated otherwise, and to such portions of the Specifications that relate and apply directly to the material or installation called for on the Work.

15.2.2 Where material is specified solely by reference to standard specifications, the Contractor shall, if requested by the County, submit for County’s approval, data on all such material proposed to be incorporated into the work of the Contractor listing the name and address of the vendor, the manufacturer or producer, and the trade or brand names of such materials.

15.3 (NOT USED)

15.4 APPROVED APPLICATORS:

15.4.1 Where specific instruction in the Contract Documents require that a particular product and/or material be installed and/or applied by an "approved applicator" of the

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 40

manufacturer, it shall be the Contractor's responsibility to ensure that any Subcontractors used for such work be approved applicators.

15.5 DELIVERY AND STORAGE OF MATERIALS:

15.5.1 Contractor shall deliver all manufactured materials in the original packages, containers or bundles (with the seals intact) bearing the name or identification mark of all manufacturers.

15.5.2 Contractor shall deliver fabrications in as large assemblies as practicable and where specified to be shop-primed or shop-finished, they shall be packaged or crated as required to preserve such priming or finish intact and free from abrasion.

15.5.3 Contractor shall store all materials in such manner as necessary to properly protect them from damage. Materials or equipment damaged by handling, weather, dirt, or from any other cause will not be accepted. Contractor must replace or repair to as new condition any damaged materials or equipment.

15.5.4 Contractor shall store materials so as to cause no obstructions. Materials shall be stored off sidewalks, roadways, and underground services. The Contractor shall be responsible for protecting all material and equipment furnished under the Contract.

15.6 WORKMANSHIP:

15.6.1 Where not more specifically described in any of the various provisions of the Contract Documents, workmanship shall conform to all of the methods and operations of best standards and accepted practices of the trade or trades involved, and shall include all items of fabrication, construction, or installation regularly furnished or required for completion (including any finish), and for successful operation as intended.

15.6.2 All work shall be executed by mechanics skilled in their respective lines of work.

15.6.3 When completed, all parts shall have been durably and substantially built and shall present a neat, workman like appearance.

15.7 FINAL GUARANTEE:

15.7.1 In addition to any guarantees/warranties required elsewhere by the Contract Documents, the Contractor shall be held responsible for, and must make good any defects through faulty, improper, or inferior workmanship or materials, arising or discovered in any part of its work or structure, piping and appurtenances, within one (1) year after the filing of the Notice of Completion.

15.7.2 Contractor guarantees that all materials and workmanship shall conform to the Contract Documents and agrees to replace, at Contractor’s sole cost and expense, and in conformity with the Contract Documents, any defective material and any and all work defectively or improperly performed or installed within a period of one (1) year after final acceptance in accordance with Part 9.7, “Final Completion and Final Payment,” of these General Conditions. The Contractor shall, within a reasonable time, but in no case longer than fifteen (15) days after receipt of written notice thereof, commence to repair and/or replace any defect in materials or workmanship which may develop or be

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 41

discovered during said one-year period, and any damage to adjacent materials resulting from the repairing or replacing of such defects, at its own expense and without cost to County. In the event Contractor fails to remedy any such defect within a reasonable time, which shall not in any case be longer than thirty (30) days after receipt of such written notice (unless Contractor has commenced the repair and is diligently pursuing the repair to completion), County may proceed to have such defects remedied at Contractor's expense and Contractor shall pay the costs and charges incurred thereby. Neither acceptance nor payment nor any provision in the Contract Documents shall be deemed to be a waiver by County to relieve Contractor of any responsibility under this Contract.

15.8 HOURS OF WORK:

15.8.1 Eight (8) hours of labor shall constitute a legal day's work upon all work done hereunder, and it is expressly stipulated that no worker employed at any time by the Contractor, or by a Subcontractor under this Contract, upon the work, shall be required or permitted to work thereon more than eight (8) hours in any one (1) calendar day and forty (40) hours in any one (1) calendar week, except as provided in Section 1810-1815 inclusive, of the Labor Code of the State of California, all the provisions whereof are deemed to be incorporated herein as if fully set out; and it is further expressly stipulated that for each and every violation of said stipulation, Contractor shall forfeit, as a penalty to the County, twenty-five dollars ($25.00) for each worker employed by the Contractor in the execution of this Contract, for each calendar day during which said worker is required or permitted to labor more than eight (8) hours in any one (1) calendar day and forty (40) hours in any one (1) calendar week in violation of the provisions of said Sections of the Labor Code.

15.8.2 The Contractor and each Subcontractor shall also keep or cause to be kept, an accurate record showing the names and actual hours worked each calendar day and each calendar week by each worker employed by Contractor or Subcontractor in connection with the work contemplated by this Contract, which record shall be open at all reasonable hours to the inspection of the County or its officer or agents, and to the Division of Labor Law Enforcement of the Department of Industrial Relations, its deputies and agents.

15.8.3 Notwithstanding the above, pursuant to Section 1815 of the Labor Code, work performed by employees of contractors in excess of eight (8) hours per day and forty (40) hours during any one week shall be permitted upon the Work upon compensation for all hours worked in excess of eight (8) hours per day at not less than one and one-half (1 1/2) times the basic rate of pay.

15.9 WAGE RATES:

15.9.1 Pursuant to Sections 1770-1781 of the Labor Code of the State of California, the Director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which the work to complete the Work is to be performed, for each craft or type of worker or mechanic needed to execute this contract. Copies of the prevailing rate of per diem wages are on file at the County’s Department of Public Works, located at 1855 Placer Street, Redding, California, and are available to Contractor on request.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 42

15.9.2 It shall be mandatory upon the Contractor, and upon any Subcontractor to pay not less than the said specified rates to all laborers, worker, and mechanics employed by them in the execution of the Contract, and to pay all laborers, workers and mechanics not less often than once weekly. Contractor shall post a copy of the determination of prevailing wages at the job site. The Contractor shall require all Subcontractors to comply with Sections 1770-1781 of the Labor Code of the State of California and shall insert into every subcontract the requirements contained therein.

15.9.3 It is hereby further agreed that the Contractor shall forfeit to the County, as a penalty, twenty-five dollars ($25.00) for each laborer, worker, or mechanic employed for each calendar day or portion thereof, who is paid less than the said stipulated rates for any work done under the Contract, by the Contractor or by any Subcontractor. The difference between said stipulated rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than said stipulated rate shall be paid to each worker by the Contractor. The Contractor, and each Subcontractor, shall keep or cause to be kept an accurate record showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker or other employee employed in connection with the Work. The records shall be open at all reasonable hours to the inspection of the County, to its officers and agents, and to the Division of Labor Law Enforcement of the State Department of Industrial Relations, its deputies and agents.

15.9.4 In case it becomes necessary for the Contractor or any Subcontractor to employ on the work under this Contract any person in a trade or occupation (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the County and the County shall promptly thereafter determine the prevailing rate for such additional trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment.

15.10 APPLICATION OF HIGHEST STANDARDS AND REQUIREMENTS:

15.10.1 Whenever two or more standards or requirements appear in any other part of the Contract Documents, the highest standard or requirement shall be applied and followed in the performance under this Contract.

15.11 NONDISCRIMINATION IN EMPLOYMENT:

15.11.1 Federal and State Laws prohibit discrimination in employment. The California Fair Employment and Housing Act (Government Code, Section 12990 et seq.) prohibits discrimination in employment on the basis of sex, race, color, creed, ancestry, religion, national origin, physical or mental disability, sexual orientation, medical condition (cancer, HIV and AIDS), age (over 40), marital status, or other protected status, nor deny family care leave and or pregnancy disability leave, and applies to all employers, employment agencies and labor organizations.

15.11.2 Title VII of the Federal 1964 Civil Rights Act (42 U.S.C. Section 2000e - 2000e - 17) prohibits employment discrimination on the basis of race, color, sex, religion, or national origin, and applies to all employers that employ at least 15 workers during each working day in each of 20 or more calendars weeks in the current or preceding year.

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 43

15.11.3 In addition, there are other Federal and State laws that prohibit employment discrimination in particular cases.

15.11.4 To the extent required by law, the Contractor shall meet all requirements of law relating to the participation of minority, women, and disabled veteran business enterprise contracting goals, and shall comply with Public Contract Code Sections 10115 et seq. and all applicable regulations. Contractor further agrees that, when required, Contractor will ensure compliance by all Subcontractors and will complete all forms required by all agencies exercising jurisdiction over the Work.

15.12 EMPLOYMENT OF APPRENTICES

15.12.1 Contractor agrees to comply with Labor Code Sections 1777.5 and 1777.6, and 3077 et seq., each of which is incorporated by reference into this Contract. In summary, these sections require that contractors and subcontractors employ apprentices in apprenticeable occupations in the ratio stipulated in the apprenticeship standards under which the apprenticeship program operates, but in no case shall the ratio be less than one hour worked by an apprentice for each five hours worked by a journeyman, unless an exemption is granted, and that contractors and subcontractors shall not discriminate among otherwise qualified employees as indentured apprentices on any public works on the ground of race, religious creed, color, national origin, ancestry, sex, or age, except as provided in Labor Code Section 3077, which provides that an apprentice is to be at least 16 years of age. Only apprentices who are in training under written apprenticeship agreements will be employed on public works in apprenticeable occupations. The responsibility for compliance with these provisions for all apprenticeable occupations rests with Contractor.

15.13 PROVISIONS REQUIRED BY LAW DEEMED INSERTED

15.13.1 Every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted, and this Contract shall be read and enforced as though it were included, and if through mistake or otherwise any provision is not inserted or is not correctly inserted, upon application of either party the Contract shall be amended to make the insertion or correction.

15.14 DRUG FREE WORKPLACE CERTIFICATION

15.14.1 The Contractor shall comply with Government Code Section 8355 in matters relating to providing a drug-free workplace.

15.14.2 The Contractor shall publish a statement notifying employees that unlawful manufacture, distribution, dispensation, possession, or use of controlled substance is prohibited and specifying actions to be taken against employees for violations, as required by Government Code Section 8355(a)(1).

15.14.3 The Contractor shall establish a Drug-Free Awareness Program as required by Government Code Section 8355(a) (2), to inform employees about all of the following:

.1 The dangers of drug abuse in the workplace,

Shasta County Department of Public Works 00 73 12 Shasta County Jail Door Replacement and Modification Project General Conditions Contract No: 610534 Page 44

.2 The person’s or organization’s policy in maintaining a drug-free workplace,

.3 Any available counseling, rehabilitation and employee assistance programs,

.4 Penalties that may be imposed upon employees for drug abuse violations.

15.14.4 As required by Government Code Section 8355(a) (3), everyone who works on the Contract:

.1 Shall receive a copy of the Contractor’s drug-free policy statement, and

.2 Shall agree to abide by the terms of the company’s statement as a condition of employment on the contract.

15.15 GRANT REQUIRED LANGUAGE

15.15.1 The Contractor shall maintain adequate fiscal and project books, records, documents and other evidence pertinent to the Contractor’s work on the Work in accordance with generally accepted accounting principles. Adequate supporting documentation shall be maintained in such detail so as to permit tracing transactions from the invoices, to the financial statement, to the accounting records and to the supporting documentation. All of the Contractor’s records contained in the official project file must be preserved for a minimum of three years after the last date on which no lease revenue bonds are outstanding. If any litigation, claim, negotiation, audit, or other action involving the records has been started before the expiration of the relevant time period as set forth in the previous sentence, the related records must be retained until the completion of the action and resolution of all issues which arise from it if such date is later than the end of the aforementioned three-year period. These records shall be protected from fire and other damage.

END OF SECTION 00 73 12

Shasta County Department of Public Works 00 73 13 Shasta County Jail Door Replacement and Modification Project Supplementary Conditions Contract No: 610534 Page 1

SUPPLEMENTARY CONDITIONS

SECTION 00 73 13

PART 1 - GENERAL

1.1 INSTRUCTIONS

1.1.1. If any provision of this Section 00 73 13, “Supplementary Conditions” should conflict with any other provision of the Contract Documents, this Section shall control.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION

3.1 COUNTY PERSONNEL

3.1.1 The term "County's authorized representative for the Work," is defined as follows:

.1 County Project Engineer:

Kevin Maple, PE Shasta County Department of Public Works 1855 Placer Street Redding, CA 96001 (530) 225-3834 (530) 225-5667 - Fax [email protected]

3.2 ROLE OF PROJECT ENGINEER

3.2.1 The Project Engineer is the County’s authorized representative for the Work. The Project Engineer represents the County for all purposes relevant to this Work.

3.3 ADDITIONAL PERSONNEL OR CHANGE IN PERSONNEL

3.3.1 The County reserves the right to assign additional persons to the positions set forth in this Section, or to change the personnel assigned to the positions so set forth.

3.3.2 The Shasta County Public Works Director shall notify the Contractor in writing of a change in Project Engineer. The Project Engineer shall notify the Contractor in writing of the change of other designated County personnel.

3.3.3 In all cases, the Project Engineer reserves the right to obtain assistance from either of County’s personnel or independent contractors or consultants employed by the County.

3.4 ABNORMAL WEATHER CONDITIONS

3.4.1 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for

Shasta County Department of Public Works 00 73 13 Shasta County Jail Door Replacement and Modification Project Supplementary Conditions Contract No: 610534 Page 2

the period of time and could not have been reasonably anticipated, and that weather conditions had an adverse effect on the scheduled construction.

3.4.2 A rain, windstorm, high water or other natural phenomenon of the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as abnormal. It is hereby agreed that rainfall greater than the following cannot be reasonably anticipated.

.1 Daily rainfall equal to or greater than 1 inch during a month when the monthly precipitation exceeds the normal monthly average by 15% or more. Historic monthly precipitation shall be the then-current “Precip.” row for REDDING MUNICIPAL AP as reported at:

http://www.water.ca.gov/floodmgmt/hafoo/csc/climate_data/sacriver.cfm .

.2 Daily rainfall equal to, or greater than, the 5-year storm, 24-hour duration at any time. Daily rainfall data shall be that measured at the Redding Fire Station (“RFS”) as reported by the California Data Exchange Center.

3.5 TIME OF COMMENCMENT AND COMPLETION

3.5.1 The initial term of this Contract shall begin as of the last date it has been signed by both parties and end June 30, 2021. The term of this Contract shall be automatically renewed for two additional one-year terms at the end of the initial term, under the same terms and conditions, unless written notice of non-renewal is provided by County at least 30 days prior to the expiration of the initial term or the then current term.

3.5.2 Notwithstanding the foregoing, County shall not be obligated for payments hereunder for any future County fiscal year unless or until County’s Board of Supervisors appropriates funds for this Contract in County’s budget for that County fiscal year. In the event that funds are not appropriated for this Contract, then this Contract shall end as of June 30 of the last County fiscal year for which funds for this Contract were appropriated. For the purposes of this Contract, the County fiscal year commences on July 1 and ends on June 30 of the following year. County shall notify Contractor in writing of such non-appropriation at the earliest possible date.

3.5.3 If Contractor materially fails to perform Contractor’s responsibilities under this Contract to the satisfaction of County, or if Contractor fails to fulfill in a timely and professional manner Contractor’s responsibilities under this Contract, or if Contractor violates any of the terms or provisions of this Contract, then County shall have the right to terminate this Contract for cause effective immediately upon the County giving written notice thereof to Contractor. If termination for cause is given by County to Contractor and it is later determined that Contractor was not in default or the default was excusable, then the notice of termination shall be deemed to have been given without cause pursuant to paragraph 2.4 of this section.

3.5.4 County may terminate this Contract without cause on thirty (30) days written notice to Contractor.

3.5.5 County may terminate this Contract immediately upon oral notice should funding cease or be materially decreased during the term of this Contract.

Shasta County Department of Public Works 00 73 13 Shasta County Jail Door Replacement and Modification Project Supplementary Conditions Contract No: 610534 Page 3

3.5.6 County’s right to terminate this Contract may be exercised by the Shasta County Board of Supervisors, the Shasta County Executive Officer or his or her designee or the County’s Public Works Director.

3.5.7 If this Contract is terminated, Contractor shall only be paid for services satisfactorily completed and provided prior to the effective date of termination.

3.5.8 Milestones:

.1 The Work shall be started and completed in the times set forth in Section 00 31 13, “Construction Schedule and Liquidated Damages.”

.2 Days are from the date established in the Notice to Proceed and represent calendar days.

3.5.9 The County will acknowledge, in writing, the date of Substantial Completion. Such acknowledgment will not constitute acceptance.

3.6 LIQUIDATED DAMAGES

3.6.1 Liquidated Damages for failure to be substantially complete within the specified time will be as set forth in Section 00 31 13, “Construction Schedule and Liquidated Damages.”

3.7 SITE SECURITY

3.7.1 Contractor is responsible for the security of all items within the Work Site and all items in adjacent delivery or storage areas.

3.7.3 The work to be performed under this contract is in a high security jail facility. Access through these areas may be limited. Contractor shall comply with Shasta County Sheriff’s security requirements, including but not limited to 48 hours prior to any work, contractor shall submit copies of all employee driver licenses or valid picture identification for background checks and clearance to enter the jail facility. Contractor’s personnel who are not approved due to safety or security requirements or reasons by the Sheriff’s Department shall not be granted access.

3.7.4 The Work shall not impact Sheriff’s operations or security. For all work that may impact the Sheriff’s operations or security, Contractor shall coordinate and schedule in advance with the Project Engineer and receive approval from the Project Engineer. Contractor travel through secured areas shall be escorted by Sheriff’s personnel.

3.8 ATTIRE AND DECORUM

3.8.1 The Work Site will be adjacent to and on active public buildings. The contractor shall take extreme care to limit noise at all times. Loud, unnecessary or offensive conversation shall be prohibited. The playing of radios, tapes, compact discs, MP-3 players, or any other broadcasting device shall be strictly limited to low volumes. Noise, which in the opinion of the County, is disturbing or disruptive to the operation of the existing facility, shall be scheduled for periods as required to minimize such

Shasta County Department of Public Works 00 73 13 Shasta County Jail Door Replacement and Modification Project Supplementary Conditions Contract No: 610534 Page 4

disturbances, at no additional cost to the County. County, in its sole discretion, may prohibit use of radios, tapes, compact discs, MP-3 players, or any other broadcasting device.

3.8.2 The Contractor shall control the conduct of its employees, and shall require subcontractors to control their own employees, so as to prevent unwanted interaction with staff or other individuals adjacent to the Work Site. This includes without limitation, whistling at or initiating conversations with passersby.

END OF SECTION 00 73 13

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 1

PRODUCT SUBSTITUTION PROCEDURES

SECTION 01 25 13

PART 1 – GENERAL

1.1 SUMMARY

1.1.1 There are two time periods allowed for submission of data substantiating a request for a substitution of "an approved equal" item:

.1 Bidders may request a substitution up to six (6) calendar days prior to the time indicated for receipt of bids in “Instructions to Bidders.” The burden of proof as to the quality and suitability of alternatives shall be upon the Contractor, and the Contractor shall furnish all information necessary as required by County. County shall be the sole judge as to the quality and suitability of alternative articles or materials, and the County's decision shall be final. The Contractor’s attention is directed to these Special Provisions.

.2 Contractor may request a substitution after the award of the contract for a period of twenty (20) calendar days immediately following award of the contract. The Contractor’s attention is directed to Section 6-1.05, “Trade Names and Alternatives,” of the Standard Specifications.

1.1.2 Contractor shall provide products from one manufacturer for each type or kind as applicable. Contractor shall provide secondary materials as recommended by manufacturers of primary materials.

1.1.3 Contractor shall provide products selected or approved equal. Products submitted for substitution as an approved equal shall be submitted with acceptable documentation, and include costs of substitution including related work. References to any product, material, equipment, article, system, service or patented process, by trade, catalogue number, name brand product or product manufacturer is for information only and shall not be construed as limiting competition.

1.1.4 Substitutions will only be considered when one or more of the following conditions are met:

.1 All aspects of the proposed substitution meet or exceed the criteria for the specified product.

.2 The proposed changes are in keeping with the general intent of the Contract Documents.

.3 The request is fully documented and timely and properly submitted.

.4 The specified product cannot be provided within the Contract Time.

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 2

.5 The request is directly related to an “or approved equal” clause or similar language in the Contract Documents.

.6 The request offers County a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities that County must assume. County’s additional responsibilities may include, but not be limited to, compensation to Consultants for redesign and/or evaluation services and increased cost of other construction by County.

.7 The specified product becomes unavailable through no fault of Contractor.

.8 The specified product cannot receive necessary approvals by governing authorities and the requested substitution can be approved by governing authorities in a timely manner.

.9 It can be demonstrated that the specified product cannot be coordinated with other materials and Contractor certifies that the proposed substitution will overcome the incompatibility.

.10 It can be demonstrated that the specified product cannot be coordinated with other materials and Contractor certifies that the proposed substitution can be coordinated.

.11 The specified product cannot provide the warranty required by the Contract Documents and Contractor certifies that the proposed substitution provides the required warranty.

1.1.5 Substitutions will not be considered when one or more of the following conditions occur:

.1 Acceptances would require revisions to the Contract Documents, Contract Time extensions or an increase in the Contract Sum.

.2 They are indicated or implied on shop drawing or product data submittals, without separate written request.

.3 When the specified product cannot be provided as a result of failure of Contractor to pursue the Work in a timely manner or properly coordinate construction activities.

1.1.6 In those cases where the Specifications designate a product, material, equipment, article, system, service or patented process by specific brand or trade name and there is only one brand or trade name listed, the item involved is:

.1 Required to be used since it is a unique or novel product application, or

.2 Required to match other products in use by the County, or

.3 Is the only brand or trade name known to the Engineer.

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 3

1.1.7 Document each request on Substitution Request Form attached at the end of this Section with complete data substantiating compliance of proposed Substitution with the Contract Documents. The burden of proof as to comparative quality, suitability and performance of proposed product(s), material(s), equipment, article(s), system(s) or patented process(es) shall be upon Contractor. Engineer will be the sole judge of the equality of the proposed substitution versus the specified item(s).

1.1.8 A substitution request constitutes a representation that Contractor:

.1 Has investigated proposed product and determined that it meets or exceeds the quality level of the specified products.

.2 Will provide the same warranty for the Substitution as for the specified product.

.3 Will coordinate installation and make changes to other Work which may be required for the Work to be complete with no additional cost to County.

.4 Waives claims for additional costs or time extensions which may subsequently become apparent.

.5 Will reimburse County for review services associated with approvals by authorities having jurisdiction.

1.1.9 Substitution Submittal Procedure:

.1 Submit three copies of request for Substitution for consideration. Limit each request to one proposed Substitution.

.2 Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence.

.3 Engineer will notify Contractor, in writing, or decision to accept or reject request.

.4 Incomplete Substitution Request package will not be reviewed and will be returned to Contractor. Contractor shall then provide the specified item.

.5 Only on request for substitution will be allowed. If proposed substitution is not accepted by Engineer, Contractor shall provide the specified item.

.6 Use of accepted substitutions shall in no way relieve Contractor from responsibility for compliance with Drawings and Specifications. The use of accepted substitutions will require that all extra costs caused by the use of such substitutions where they affect other work or trades shall be borne by Contractor.

.7 All substitutions affecting structural or fire/life safety items will require approval from all authorities having jurisdiction prior to fabrication and installation on the project.

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 4

1.1.10 Approval of shop drawings, product data, or samples is not a substitution approval unless clearly presented as a substitution at the time of submittal.

1.1.11 For convenience in designation on the plans or in the specifications, certain articles or materials to be incorporated in the Work may be designated under a trade name or the name of a manufacturer and the manufacturer's catalogue information. The use of an alternative article or material which is of equal quality and of the required characteristics for the purpose intended will be permitted, subject to the following requirements:

.1 The burden of proof as to the quality and suitability of alternatives shall be upon the Contractor and the Contractor shall furnish all information necessary as required by the County. The County shall be the sole judge as to the quality and suitability of alternative articles or materials, and the County's decision shall be final.

.2 Whenever the Specifications permit the substitution of a similar or equivalent material or article, no tests or action relating to the approval of the substitute material will be made until the request for substitution is made in writing by the Contractor accompanied by complete data as to the equality of the material or article proposed. The request shall be made in ample time to permit approval without delaying the Work.

SUBSTITUTION REQUEST FORM TO FOLLOW

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 5

SUBSTITUTION REQUEST FORM

SUBSTITUTION REQUEST NUMBER:

TO:

PROJECT:

SPECIFIED ITEM:

______

Section Page Paragraph Description

Proposed Substitution (Manufacturer, Model # or Name, Color, Etc.):

History: ___ New Product, ___ Available 2-5 Years, ___ Available 6-10 Years, ___ Available 10+ Years

Provide UL, ITS, WHI, (or other) listing / rating of proposed substitution: ______

Attached data shall include, but not be limited to, product, specification, drawings, performance and test data adequate for evaluation of the request for the proposed substitution product and the specified product, with applicable portions of the proposed substitution and the specified product data clearly identified in a point-by- point direct comparison chart. Incomplete form and attachments will result in rejection of substitution request.

Requestor shall address the following items on this Substitution Request Form. Use a separate attached sheet as needed:

1. Reason for not providing specified item:

2. Will proposed substitution affect dimensions indicated on Drawings? ____(Yes) ____(No) If yes, how? ______3. Will proposed substitution affect Electrical, Mechanical, Structural, Architectural, etc.? ____(Yes) ____(No) If yes, explain: ______

4. Is proposed substitution larger or smaller than specified product? ____(Yes) ____(No) If yes, state size of substitute product: ______

5. Does proposed substitution weight less/more than specified product? ____(Yes) ____(No) If yes, state weight of substitute product:

6. Will proposed substitution affect other trades and/or parts of the Work? ____(Yes) ____(No) If yes, explain all effects:

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 6

7. Comparison between proposed substitution and specified product (Similarities / Differences)?

8. If Substitution Request is accepted, County will receive a credit of $______. The Contract Sum will be adjusted accordingly. 9. Will proposed substitution affect the Contract Time? ____(Yes) ____(No) If yes, ____(Add) ____(Deduct) ______calendar days.

INITIAL UNDERSIGNED CERTIFIES: ______Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. ______Proposed substitution has same or better warranty as specified product. ______Proposed substitution has same or better maintenance service and availability of replacement parts as specified product. ______Proposed substitution will not affect or delay the Construction Schedule. ______Claims for additional costs related to accepted substitution, which may subsequently become apparent, are hereby waived. ______Proposed substitution will not affect dimensions and functional clearances. ______Coordination, installation, and changes in the Work as necessary for installation of accepted substitution will be complete in all respects, at no additional cost to County. ______Contractor will pay for all costs associated with changes to the project’s design, including, but not limited to, architectural or engineering design fees, detailing, County approvals and construction costs caused by the requested substitution.

______The function, appearance and quality of the proposed substitution is equivalent or superior to the specified item.

The undersigned certifies that the above is accurate and correct. Signature:

Company:

Address:

Date:

Telephone:

Attachments: ___Drawings ___Product Data ___Samples ___Tests ___Reports ___Other (Describe)

Shasta County Department of Public Works 01 25 13 Shasta County Jail Door Replacement and Modification Project Product Substitution Procedures Contract No: 610534 Page 7

County’s Review and Action:

______Substitution Accepted – Make submittals in accordance with Specification Section 01 33 00, “Submittal Procedures”.

______Substitution Accepted as Noted - Make submittals in accordance with Specification Section 01 33 00, “Submittal Procedures”.

______Substitution Rejected – Provide specified product.

______Substitution Request Received Too Late – Provide specified product.

By: Date:______

Remarks:

END OF SECTION 01 25 13

Shasta County Department of Public Works 01 31 19 Shasta County Jail Door Replacement Project Project Meetings Contract No: 610534 Page 1

PROJECT MEETINGS

SECTION 01 31 19

PART 1 – GENERAL REQUIREMENTS

1.1 RELATED DOCUMENTS:

1.1.1 Documents affecting work of this Section include, but are not necessarily limited to, General Conditions bidding documents and drawings.

1.2 PRECONSTRUCTION CONFERENCE

1.2.1 The Preconstruction Conference will be scheduled within 15 working days after the County has issued the Notice to Proceed, but prior to actual start of the Work.

1.2.2 Attendance: Representative of County, Contractor, contractor’s superintendent.

1.2.3 Minimum agenda: Data will be distributed and discussed on:

.1 Organizational arrangement of Contractor's forces and personnel, and those of subcontractors, materials suppliers, and the County.

.2 Channels and procedures for communication.

.3 Review set-up area.

.4 Review all required permits.

.5 Review insurance requirements.

.6 Construction schedule, including sequence of critical work.

.7 Contract Documents, including distribution of required copies of Drawings and revisions.

.8 Processing of Shop Drawings and other data submitted to the County for review.

.9 Processing of field decisions and Change Orders.

.10 Rules and regulations governing performance of the work. How will Contractor's people on site respond to fire accident or other emergencies.

.11 Procedures for safety and first aid, security, quality control, housekeeping, and related matters.

.12 How will Contractor work with the security, noise and access limitations of this facility and the agencies that occupy this facility.

Shasta County Department of Public Works 01 31 19 Shasta County Jail Door Replacement Project Project Meetings Contract No: 610534 Page 2

.13 How will Contractor get materials to and from the roofs?

1.3 PROGRESS MEETINGS

1.3.1 Will be scheduled by the County weekly.

1.3.2 Attendance: County, Contractor, Job Superintendent, Subcontractors and representatives of the agency that occupy the building, as appropriate.

1.3.3 Minimum Agenda:

.1 Review of work progress.

.2 Field observations, problems, and decisions.

.3 Identification of problems which impede planned progress.

.4 Maintenance of progress schedule.

.5 Corrective measures to regain projected schedules.

.6 Planned progress during succeeding work period.

.7 Coordination of projected progress.

.8 Maintenance of quality and work standards.

.9 Effect of proposed changes on progress, schedule, and coordination.

.10 Impacts of the work on the agencies occupying the building.

.11 Other business relating to work.

1.4 PRE-FINAL INSPECTION

1.4.1 Contractor must inform material supplier and County that Contractor is ready for pre- final inspection and that the pre-final inspection will then be scheduled.

1.4.2 Installations or details noted as deficient during inspection must be repaired and corrected by applicator.

1.4.3 Once corrections have been made, contractor must inform material supplier and County so a second inspection can be scheduled.

1.5 FINAL INSPECTION

1.5.1 Scheduled by Contractor upon job completion.

1.5.2 Attendance: County or designated representative, Contractor.

Shasta County Department of Public Works 01 31 19 Shasta County Jail Door Replacement Project Project Meetings Contract No: 610534 Page 3

1.5.3 Minimum Agenda:

.1 Walkover inspection.

.2 Identification of needed corrections to be completed by Contractor and final approval from warrantor.

END OF SECTION 01 31 19

Shasta County Department of Public Works 01 32 16 Shasta County Jail Door Replacement and Modification Project Construction Progress Schedules Contract No: 610534 Page 1

CONSTRUCTION PROGRESS SCHEDULES

SECTION 01 32 16

PART 1 – GENERAL

1.1 The Contractor shall submit to the County construction schedules as required by and conforming to Section 00 31 13, “Construction Schedule and Liquidated Damages;” to Part 8, “Time,” of Section 00 73 12, “General Conditions;” and to Section 01 33 00, “Submittal Procedures.”

1.2 The Contractor may furnish the construction schedule on a form of its choice.

1.3 The construction schedule shall show the order in which the Contractor proposes to carry out the Work, the dates on which he will start the salient features of the Work (including the submission of required submittals and the procurement of materials), the proposed dates and times of utility shut downs or any contractor operation that might impact the Work Site’s operations, and the contemplated dates for completing the said salient features. The Contractor shall coordinate Contractor’s activities with the County's use of the Work Site.

1.4 The construction schedules submitted shall be consistent in all respects with the time and order of work requirements of the Contract, conform to Section 00 31 13, “Construction Schedule and Liquidated Damages;” to Part 8, “Time,” of Section 00 73 12, “General Conditions.”

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION (NOT USED)

END OF SECTION 01 32 16

Shasta County Department of Public Works 01 33 00 Shasta County Jail Door Replacement and Modification Project Submittal Procedures Contract No: 610534 Page 1

SUBMITTAL PROCEDURES

SECTION 01 33 00

PART 1 – GENERAL

1.1 SUMMARY

1.1.1 Section includes:

.1 Shop drawings.

.2 Product data.

.3 Samples

.4 Manufacturers' certificates.

.5 Deferred County Approvals.

1.2 DESCRIPTION

1.2.1 Types of SUBMITTALS: Submittal procedures specified in this section include construction progress schedules, shop drawings, product data, samples, and manufacturer's installation instructions.

1.2.2 Intent: County’s review of shop drawings is intended to be a preview of what the Contractor intends to provide, and will function as an effort to foresee unacceptable materials or assemblies and to avoid the possibility of their rejection at the Project Site. County will review submittals only for conformance with the design concept of the Project and with the information given in the Contract Documents.

1.2.3 The County’s review of shop drawings will be general and shall not be construed:

As permitting departure from the Contract requirements except as otherwise provided for under "substitution" provisions of Section 01 60 00, “Product Requirements”; As relieving Contractor of responsibility for omissions or errors, including details, dimensions, materials, etc.; That review of a separate item indicates acceptance of an assembly in which the item functions. Engineer will only review acceptance of an assembly in which the item functions. Engineer will only review submittals required by Contract Documents for conformance with design concept of the Project and with the information given in the Contract Documents.

1.3 GENERAL SUBMITTAL PROCEDURES

Shasta County Department of Public Works 01 33 00 Shasta County Jail Door Replacement and Modification Project Submittal Procedures Contract No: 610534 Page 2

1.3.1 Submittals shall be classified as either electronic or physical. Procedures for each type of submittal, as described below, shall be followed.

1.3.2 Transmit each submittal with AIA Form G810 or other County-accepted form.

1.3.3 Number the submittals and transmittal forms as shown in each section requiring submittals with the project manual section number from which the submittal is being requested (I.E. 01 33 00). Resubmittals are to have original number followed by an underscore and an additional numerical suffix beginning with ‘1’ and then consecutively thereafter with each resubmittal. (I.E. 01 33 00_1)

1.3.4 Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate.

1.3.5 Apply Contractor's stamp and signature or initial (electronically or physically) certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents.

1.3.6 Unless otherwise authorized by the County, all of the submittals required by a specification section shall be submitted together at the same time. Electronic submittals of product data, shop drawings, etc. may be submitted ahead of physical color samples with approval of the County. Submittals that do not include all required submittals for a given specification section will be returned without review.

1.3.7 Schedule submittals to expedite the Project, and deliver to Project Engineer at business address. Coordinate submission of related items.

1.3.8 Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work.

1.3.9 Substitutions must be submitted according to Section 01 60 00, “Product Requirements”. Substitutions submitted without following this procedure will be rejected.

1.3.10 Provide space for Contractor, County and Consultant’s review stamps.

1.3.11 Revise and resubmit submittals as required, identify all changes made since previous submittal.

1.3.12 Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions.

1.4 ELECTRONIC SUBMITTAL PROCEDURES

1.4.1 Construction Progress Schedules, Product Data, Shop Drawings, and Manufacture’s Installation Instructions may, with Engineer’s approval, be submitted electronically.

Electronic submittals shall be uploaded to Alliance System in full size PDF format. Do not reduce Shop Drawings from original sheet size.

Shasta County Department of Public Works 01 33 00 Shasta County Jail Door Replacement and Modification Project Submittal Procedures Contract No: 610534 Page 3

1.4.2 One PDF copy of electronic submittals will be returned to the Contractor. Contractor may distribute submittals to the concerned parties electronically or physically. Any printing costs for physical distribution of submittals shall be borne by the Contractor. The County will not print copies for distribution.

1.4.3 Follow all General Submittal Procedures as described above.

1.5 PHYSICAL SUBMITTAL PROCEDURES

1.5.1 Samples, Color Charts, and County Deferred Approvals shall be physical submittals. Construction Progress Schedules, Product Data, Shop Drawings and Manufacturer’s Installation Instructions may, with the Engineer’s approval, be physical submittals.

1.5.2 The Engineer will retain a minimum of two samples, submit the number that will be needed by contractor plus two.

1.5.3 Follow all General Submittal Procedures as described above.

1.6 CONTRACTOR RESPONSIBILITIES

1.6.1 Review shop drawings, product data and samples prior to submission.

1.6.2 Determine and verify:

1. Field measurements.

2. Field construction criteria.

3. Catalog numbers and similar data.

4. Conformance with specifications.

5. Conformance with applicable codes.

1.6.3 Submittals giving inadequate indication of contractor review and approval will be returned without review, for resubmission.

1.6.4 Coordinate each submittal with requirements of the Work and of the Contract Documents.

1.6.5 Notify the Engineer in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents.

1.6.6 Begin no fabrication or construction activity that requires submittals until return of submittals with Engineers stamp and initials or signature indicating finish review.

1.6.7 After County’s final review, distribute copies.

1.7 SHOP DRAWINGS

Shasta County Department of Public Works 01 33 00 Shasta County Jail Door Replacement and Modification Project Submittal Procedures Contract No: 610534 Page 4

1.7.1 Submit electronically, or the number of opaque reproductions that Contractor requires, plus four copies that will be retained by the County.

1.7.2 After review and distribution in accordance with Submittal Procedures, retain one copy of all reviewed shop drawings at the job and label them "PROJECT RECORD" as described in Section 00 65 36, “Project Closeout and Warranty”.

1.7.3 In addition to shop drawings required elsewhere, the following systems shall be electronically and multiple trade coordinated on a Revit or an AutoCAD background file(s) of the floor plan at time of award of contract. The backgrounds provided shall be used as x-references to the contractor’s files so that the backgrounds may be updated at the Engineer’s discretion. These coordination drawings shall include mechanical system component locations referenced vertically and horizontally to adjacent column grids and finished floor / ceiling elevations for the following systems:

.1 Supply, return and exhaust air systems

.2 Access to balancing devices

.3 Steam and condensate return piping (including slope data)

.4 Supply and return heating hot water

.5 Domestic hot and cold water

.6 Sanitary sewer and vent

.7 Documented interface with existing storm drain system

.8 Access to all equipment requiring service

.9 Accessibility to all isolation valves

.10 Location of piping system labeling per specifications

.11 Fire Protection and fire sprinkler system piping

.12 Primary electrical conduits

.13 Specialty equipment with specialty support requirements

.14 Light fixtures and their depths at locations of potential conflict.

1.7.4 The intent is for this to be a coordinated shop drawing reflecting, with only minor modifications, an as built document. This document shall be updated and submitted as a record document per Section 00 65 36. Provide electronic files to the Project Engineer of all mechanical coordination drawing record document files with the record documents. If AutoCAD is not the CAD package used to view / edit the data, the Contractor may choose to translate the data into another CAD program.

Shasta County Department of Public Works 01 33 00 Shasta County Jail Door Replacement and Modification Project Submittal Procedures Contract No: 610534 Page 5

1.7.5 The Contractor is responsible for translating the data coming to and from that format, without loss of data integrity. Project Engineer will only receive data in the AutoCAD format in which the background(s) are provided.

1.8 PRODUCT DATA

1.8.1 Submit electronically, or the number of copies that the Contractor requires, plus four copies that will be retained by the Project Engineer.

1.8.2 Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project.

1.8.3 After review, distribute in accordance with Submittal Procedures and provide copies for Record Documents as described in Section 00 65 36, “Project Closeout and Warranty”.

1.8.4 Show dimensions and clearances required.

1.9 MANUFACTURER'S INSTRUCTIONS

1.10.1 When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data.

1.10.2 Identify conflicts between manufacturers' instructions and Contract Documents.

1.10 MANUFACTURER'S CERTIFICATES

1.10.1 When specified in individual specification Sections, submit manufacturers' certificate to Engineer for review, in quantities specified for Product Data.

1.10.2 Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate.

1.10.3 Certificates may be recent or previous test results on material or Product, but must be acceptable to the County.

1.11 ACTION ON SUBMITTALS

1.11.1 Engineer's Action: Engineer will review each submittal, mark with "Action" and where possible, return within a reasonable period of time from date of receipt. Where submittal must be held for coordination; Contractor will be so advised without delay. Action markings shall be interpreted as follows:

.1 No Exceptions Noted (NEN): Work may proceed, provided it complies with Contract Documents.

.2 Furnish As Corrected (FAC): Work may proceed, provided it complies with notations and corrections indicated on submittal and with Contract Documents.

Shasta County Department of Public Works 01 33 00 Shasta County Jail Door Replacement and Modification Project Submittal Procedures Contract No: 610534 Page 6

.3 Revise And Resubmit (RAR): Do not proceed with work. Revise submittal in accordance with notations thereon, and resubmit without delay to obtain a different action marking. .4 Submit Additional Material (SAM): Do not proceed with work. Resubmit submittal with additional material as requested without delay to obtain a different action marking.

.5 Rejected (REJ): Do not proceed with work. Revise submittal in accordance with notations thereon, and resubmit without delay to obtain a different action marking.

.6 See Summary Sheet (SSS): Refer to summary sheet attached to submittal for direction.

.7 Reviewed By Consultant (RBC): Submittal has been reviewed by the Engineer’s consultant. Refer to consultant submittal stamp for direction.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION (NOT USED)

END OF SECTION 01 33 00

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 1

REFERENCES

SECTION 01 42 00

PART 1 – GENERAL

1.1 SECTION INCLUDES

1.1.1 Reference Standards.

1.1.2 Industry Standards.

1.1.3 Definitions.

1.1.4 Specification format and content explanation.

1.1.5 Codes, regulations and governing agencies.

1.1.6 References, abbreviations, and acronyms.

1.2 REFERENCE STANDARDS

1.2.1 General: References are made throughout the Specification to various codes, reference standards, practices and requirements for materials, work quality, installation, inspections and tests which are published and issued by government agencies, professional and trade organizations, societies, associations and testing agencies. References to these publications are made by acronyms or abbreviations as listed in this Section.

1.2.2 Obtain copies of reference standards, manuals and codes directly from publication sources as needed for proper performance and completion of the Work.

1.2.3 Standards, manuals and codes referenced in the Specifications form part of these Specifications to the extent referenced. No provisions of any such standard, specification, manual, or code or instruction shall be effective to change the duties and responsibilities of County, or Contractor; any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents; nor shall it be effective to assign to County or any of County’s consultants, agents, or employees, a duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents.

1.2.4 Reference to standards, manuals, and codes refer to the latest edition of such standards, manuals, and codes as of the date of issue of this Contract Book unless noted otherwise.

1.3 INDUSTRY STANDARDS

1.3.1 Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 2

and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference. Individual Sections indicate which codes and standards the Contractor must keep available at the Work Site for reference.

1.3.2 Publication Dates: Where the date of issue of a referenced standard is not specified, comply with the standard in effect as of date of these specifications.

1.3.3 Updated Standards: At the request of the County, Contractor, or authority having jurisdiction, submit a Change Order Request where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work affected. The County will decide whether to issue a Proposal Request to proceed with the updated standard.

1.3.4 Conflicting Requirements: Where compliance with two or more standards is specified, and they establish different or conflicting requirements for minimum quantities or quality levels, the most stringent requirement will be enforced, unless the Contract Documents indicate otherwise. Refer requirements that are different, but apparently equal, and uncertainties as to which quality level is more stringent to the County for a decision before proceeding.

1.3.5 Minimum Quantity or Quality Levels: In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for the context of the requirements. Refer instances of uncertainty to the County for a decision before proceeding.

1.3.6 Copies of Standards: Each entity engaged in construction on the Work is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents.

.1 Where copies of standards are needed for performance of a required construction activity, the Contractor shall obtain copies directly from the publication source.

1.3.7 Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. Refer to the "Encyclopedia of Associations," published by Gale Research Co., available in most libraries.

1.4 DEFINITIONS

1.4.1 General: Words and abbreviations used in the Specifications are given meaning as defined in “The American Heritage Dictionary of the English Language” and as commonly used and accepted in the construction industry. Abbreviations and symbols used on Drawings are identified on Drawings.

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 3

1.4.2 Words and Terms: The following words and terms used in the Specifications shall mean as indicated.

.1 Approved Equal: Reviewed and approved by County as being equal in quality, utility, and appearance.

.2 Words and terms “or Approved Equal” and “or Equal” used in the Specifications shall have the same meaning as “Accepted Equal.”

.3 Contractor Shall: To be concise; sentences, statements, and clauses used in the Specifications that exclude any form of the verb “shall”, which is normally expressed in a verb phrase with verbs such as “furnish”, “install”, “provide”, “perform”, “construct”, “erect”, “comply”, “apply”, “submit”, etc. Any such sentences, statements, and clauses are to be interpreted to include applicable form of phrase “Contractor shall”.

.4 Furnish: Supply and deliver to Work Site, ready for installation; unload and inspect for damage.

.5 Install: Anchor, fasten, or connect in place and adjust for use; place or apply in proper position and location; establish in place for use or service including all necessary labor, tools, equipment, and implements necessary to perform work indicated, ready for operation or use.

.6 Observe: Used in reference to Project Engineer’s means to become familiar with the process and quality of the Work and to determine if the Work is proceeding in general accordance with the Contract Documents based on what is plainly visible at the construction site, without removal of its materials or other construction that is in place.

.7 Products: New material, machinery, components, equipment, fixtures, and systems forming the Work, but does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work.

.8 Provide: Furnish and install all items necessary to complete work, ready for operation or use.

.9 “Indicated” refers to graphic representations, notes or schedules on the Drawings, or other Paragraphs or Schedules in Specifications, and similar requirements in Contract Documents. Where terms such as "shown," "noted," "scheduled," and "specified" are used, it is to help locate the reference; no limitation on location is intended except as specifically noted.

.10 Directed: Terms such as "directed", "requested", "authorized", "selected", "approved", "required", and "permitted" mean "directed by the County", "requested by the County", and similar phrases. However, no implied meaning shall be interpreted to extend the County's responsibility into the Contractor's area of construction supervision.

.11 Approve: The term "approved," where used in conjunction with the County's action on the Contractor's submittals, applications, and requests, is limited to

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 4

the duties and responsibilities of the County as stated in General and Supplementary Conditions. Such approval shall not release the Contractor from responsibility to fulfill Contract requirements unless otherwise provided in the Contract Documents.

.12 Regulation: The term "Regulation” includes laws, ordinances, statutes, regulations, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within the construction industry that control performance of the Work, whether lawfully imposed by authorities having jurisdiction or not.

.13 Unless otherwise indicated, the term "experienced," when used with the term "Installer" means having a minimum of 5 previous projects similar in size and scope to this Work, being familiar with the precautions required, and having complied with requirements of the authority having jurisdiction.

.14 “Work Site” is the space available to the Contractor for performance of construction activities, either exclusively or in conjunction with others performing other construction activities as part of the Work.

.15 Installer: An "Installer" is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or sub-subcontractor for performance of a particular construction activity, including installation, erection, application, and similar operations. Installers are required to be experienced in the operations they are engaged to perform.

.16 Demolish: Unless otherwise indicated, to demolish an item indicates that the Contractor shall take apart, remove and dispose of the subsequent materials. "Demo" shall mean the same as demolish.

1.5 SPECIFICATION FORMAT AND CONTENT EXPLANATION

1.5.1 Specification Format: These Specifications are organized into Divisions and Sections based on the Construction Specifications Institute's 48-Division format and Master Format numbering system.

1.5.2 Specification Content: This Specification uses certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows:

.1 Abbreviated Language: Language used in the Specifications and other Contract Documents is the abbreviated type. Implied words and meanings will be appropriately interpreted. Singular words will be interpreted as plural and plural words interpreted as singular where applicable and where the full context of the Contract Documents so indicates. .2 Imperative and streamlined language is used generally in the Specifications. Requirements expressed in the imperative mood are to be performed by the Contractor. At certain locations in the text, for clarity, subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so noted.

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 5

a. The words "shall be" shall be included by inference wherever a colon (:) is used within a sentence or phrase.

1.5.3 Assignment of Specialists: The Specification requires that certain specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialists must be engaged for those activities, and assignments are requirements over which the Contractor has no choice or option. Nevertheless, the ultimate responsibility for fulfilling Contract requirements remains with the Contractor.

.1 This requirement shall not be interpreted to conflict with enforcement of building codes and similar regulations governing the Work. It is also not intended to interfere with local trade union jurisdictional settlements and similar conventions.

.2 Trades: Use of titles such as "carpentry" is not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name.

1.6 CODES, REGULATIONS AND GOVERNING AGENCIES

1.6.1 California Code of Regulations (CCR).

.1 Title 8, Division 1, Chapter 3.2 – California Occupational Safety and Health Regulations (Cal/OSHA).

.2 Title 8, Division 1, Chapter 4, Subchapter 4 – Construction Safety Orders.

.3 Title 8, Division 1, Chapter 4, Subchapter 6 – Elevator Safety Orders

.4 Title 19, Division 1 – Regulations of the State Fire Marshal (SFM).

.5 Title 24 – California Building Standards Code (CBSC).

a. Part 1 – California Administrative Code (CAC).

b. Part 2 – California Building Code (CBC).

c. Part 3 – California Electrical Code (CEC).

d. Part 4 – California Mechanical Code (CMC).

e. Part 5 – California Plumbing Code (CPC).

f. Part 6 – California Energy Code.

g. Part 7 – California Elevator Safety Construction Code.

h. Part 8 – California Historical Building Code.

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 6

i. Part 9 – California Fire Code.

j. Part 10 – California Existing Building Code.

k. Part 11 – California Green Building Standards Code.

l. Part 12 – California Referenced Standards Code.

1.6.2 California Department of Transportation (Caltrans).

1.6.3 California Department of General Services (DGS).

1.6.4 California Environmental Protection Agency (Cal/EPA).

.1 California Air Resources Board (ARB).

.2 California State Water Resources Control Board (SWRCB).

.3 Department of Pesticide Regulation (DPR).

1.6.5 Code of Federal Regulations (CFR) Title 28, Part 36 – ADA Standards for Accessible Design, Appendix A – ADA Accessibility Guidelines (ADAAG) for Buildings and Facilities.

1.6.6 Occupational Safety and Health Act (OSHA).

1.6.7 U.S. Environmental Protection Agency (EPA).

1.6.8 U.S. Department of Energy (DOE).

1.7 REFERENCES, ABBREVIATIONS AND ACRONYMS

AA Aluminum Association. AAADM American Association of Automatic Door Manufacturers. AABC Associated Air Balance Council. AAC Aluminum Anodizes Council. AAMA American Architectural Manufacturers Association. AASHTO American Association of State Highway and Transportation Officials. AATCC American Association of Textile Chemists and Colorists. ABMA American Boiler Manufacturer’s Association. ACGIH American Conference of Government Industrial Hygienists, Inc. ACI American Concrete Institute. ACPA American Concrete Pipe Association. AF&PA American Forest and Paper Assoc. (formerly National Forest Products Association). AFBMA Anti-Friction Bearing Manufacturer’s Association. AGA American Gas Association. AGC Associated General Contractors of America. AGMA American Gear Manufacturers Association

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 7

AHA American Hardboard Association. AHJ Authority Having Jurisdiction. AI Asphalt Institute. AIA American Institute of Architects. AIEE American Institute of Electrical Engineers. AIHA American Industrial Hygiene Association. AISC American Institute of Steel Construction. AISI American Iron and Steel Institute. AITC American Institute of Timber Construction. ALSC American Lumber Standards Committee. AMCA Air Movement and Control Association. ANSI American National Standards Institute, Inc. APA The Engineered Wood Association. API American Petroleum Institute. APWA American Public Works Association. AQMD Air Quality Management District. ARI Air-Conditioning and Refrigeration Institute. ARMA Asphalt Roofing Manufacturers Association. ASCE American Society of Civil Engineers. ASD Advanced Simulation and Design. ASHRAE American Society of Heating Refrigerating and Air Conditioning Engineers. ASME American Society of Mechanical Engineers. ASPA American Sod Producers Association. ASSE American Society of Sanitary Engineers. ASTM American Society for Testing and Materials. ATF Academy of Textiles and Flooring. AWC American Wood Council. AWCI Association of Wall and Ceiling Industries. AWG American Wire Gage. AWI Architectural Woodwork Institute. AWPA American Wood Protection Association. AWS American Welding Society. AWWA American Water Works Association. BAAQMD Bay Area Air Quality Management District BHMA Builders Hardware Manufacturers Association. BIA Brick Industry Association. BOCA Building Officials and Code Administrators International, Inc. CAN/ULC Underwriters’ Laboratory of Canada. CAS Chemical Abstracts Service (division of the American Chemical Society). CBC California Building Code CBM Certified Ballast Manufacturers. CCR California Code of Regulations CDA Copper Development Association.

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 8

CE US Army Corps of Engineers CFFA Chemical Fabrics and Film Association, Inc. CFR Code of Federal Regulations CISCA Ceiling and Interior Systems Construction Association. CISPI Cast Iron Soil Pipe Institute. CLFMI Chain Link Fence Manufacturing Institute. CPA Composite Panel Association. CRA California Redwood Association. CRI Carpet and Rug Institute. CRSI Concrete Reinforcing Steel Institute. CS Commercial Standard. CSI Construction Specifications Institute. CSIAC California State Industrial Accident Commission. DHI Door Hardware Institute. EIA Electronic Industries Association. EIMA EIFS Industry Manufacturers Association. ETL Electrical Testing Laboratories. EWS Engineered Wood Systems FEMA Federal Emergency Management Agency. FM Factory Mutual Research and Engineering Corporation. FMRC Factory Mutual Research Corporation. FS Federal Specification – U.S. General Services Administration. FSC Forest Stewardship Council. GA Gypsum Association. GANA Glass Association of North America. GMA Flat Glass Marketing Association. HPVA Hardwood Plywood and Veneer Association. IAPMO International Association of Plumbing and Mechanical Officials. ICC International Code Council, Inc. ICC Interstate Commerce Commission. ICC-ES ICC Evaluation Service, Inc. ICEA Insulated Cable Engineers Association. ICRI International Concrete Repair Institute IEEE Institute of Electrical and Electronics Engineers. IESNA Illuminating Engineering Society of North America IMIAC International Masonry Industry All-Weather Council. IPCEA Insulated Power Cable Engineers Association. ISO International Standards Organization. ITS Intertek Testing Services. LEED™ Leadership in Energy and Environmental Design (USGBC standard). LRFD Load and Resistance Factor Design. LSGA Laminators Safety Glass Association. MBMA Metal Building Manufacturers Association.

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 9

MFMA Maple Flooring Manufacturers Association. MFMA Metal Framing Manufacturers Association. MIA Marble Institute of America MIL Military Specifications (U.S. Department of Defense). ML/SFA Metal Lath/Steel Framing Association Division of NAAMM. MPI Master Painters Institute. MS4 Municipal Separate Storm Sewer Systems. MSDS Material Safety and Data Sheet. MSJC Masonry Standards Joint Committee. MSMA Metal Stud Manufacturers Association. MSS Manufacturers Standardization Society of the Valve and Fittings Industry. MUTCD Manual of Uniform Traffic Control Devices (U.S. Department of Transportation). NAAMM National Association of Architectural Metal Manufacturers. NAFS North American Fenestration Standard (Co-published by AAMA & WDMA). NAPHCC National Association of Plumbing Heating Cooling Contractors. NBBPVI National Board of Boiler and Pressure Vessel Inspectors. NBFU National Board of Fire Underwriters. NBGQA National Building Granite Quarries Association, Inc. NCMA National Concrete Masonry Association. NCPWB National Certified Pipe Welding Bureau. NCRP National Council on Radiation Protection and Measurement. NEBB National Environmental Balancing Bureau. NEC National Electrical Code. NEHRP National Earthquake Hazards Reduction Program. NEMA National Electrical Manufacturers Association. NES National Evaluation Service, Inc. NFPA National Fire Protection Association. NFRC National Fenestration Rating Council. NIBS National Institute of Building Sciences. NIST National Institute of Science and Technology. NOFMA National Oak Flooring Manufacturers Association. NPDES National Pollutant Discharge Elimination System. NRCA National Roofing Contractors Association. NRMCA National Ready Mixed Concrete Association. NSF National Sanitation Foundation. NTMA National Terrazzo and Mosaic Association. NWWDA National Wood Window and Door Association. OSHA Occupational Safety and Health Act of 1970. PCA Portland Cement Association. PCI Precast Prestressed Concrete Institute. PDI Plumbing and Drainage Institute. PEI Porcelain Enamel Institute.

Shasta County Department of Public Works 01 42 00 Shasta County Jail Door Replacement and Modification Project References Contract No: 610534 Page 10

PS Voluntary Product Standard (US Department of Commerce / NIST). RCSC Research Council on Structural Connections. RIS Redwood Inspection Service. RMA Rubber Manufacturers Association. SC Shading Coefficient. SCAQMD South Coast Air Quality Management District SDI Steel Deck Institute. SDI Steel Door Institute. SFBC South Florida Building Code. SHGC Solar Heat Gain Coefficient. SIGMA Sealed Insulating Glass Manufacturers Association. SMACNA Sheet Metal and Air Conditioning Contractors National Association. SPRI Single-Ply Roofing Institute. SSMA Steel Stud Manufacturers Association. SSPC The Society for Protective Coatings. SWI Steel Window Institute. SWPPP Storm Water Pollution Prevention Plan. SWRI Sealant, Waterproofing, and Restoration Institute. TCA Tile Council of America. TEMA Tubular Exchanger Manufacturers Association, Inc. TMS The Masonry Society. TPI Truss Plate Institute. TRI Tile Roofing Institute. UL Underwriters Laboratories, Inc. ULC Underwriters Laboratories of Canada. USGBC US Green Building Council. VOC Volatile Organic Compounds. WCLIB West Coast Lumber Inspection Bureau. WDMA Window and Door Manufacturers Association (formerly NWWDA National Wood Window and Door Association). WDMA Window and Door Manufacturers Association. WH Warnock Hersey. WI Woodwork Institute (formerly WIC – Woodwork Institute of California). WSRCA Western States Roofing Contractors Association. WSFI Wood and Synthetic Flooring Institute. WWPA Western Wood Products Association.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION (NOT USED)

END OF SECTION 01 42 00

Shasta County Department of Public Works 01 56 00 Shasta County Jail Door Replacement and Modification Project Temporary Barriers, Closures and Controls Contract No: 610534 Page 1

TEMPORARY BARRIERS, CLOSURES AND CONTROLS

SECTION 01 56 00

PART 1 – GENERAL

1.1 SECTION INCLUDES

1.1.1 Temporary Utilities: Electricity and water.

1.1.2 Construction Facilities: Vehicular access, parking, progress cleaning, and fire prevention facilities.

1.1.3 Temporary Controls: Barriers, enclosures, security, water control, dust control, noise control, and pollution control.

1.1.4 Protection of Work.

1.1.5 Removal of utilities, facilities, and controls

1.2 TEMPORARY ELECTRICITY

1.2.1 Contractor shall provide generator power for use in excess of what is available in the Work Site.

1.3 TEMPORARY WATER

1.3.1 Domestic water service is available on Site. Water in excess of that which can be conveniently be supplied by the County shall be supplied by the Contractor.

1.4 (NOT USED)

1.5 VEHICULAR ACCESS

1.5.1 Limit access of construction equipment to designated areas.

1.5.2 Extend and relocate vehicular access as Work progress requires, provide detours as necessary for unimpeded traffic flow.

1.5.3 Provide unimpeded access for emergency vehicles.

1.5.4 Provide and maintain access to fire hydrants and control valves free of obstructions.

1.6 PARKING

1.6.1 Coordinate parking areas to accommodate construction personnel with County.

Shasta County Department of Public Works 01 56 00 Shasta County Jail Door Replacement and Modification Project Temporary Barriers, Closures and Controls Contract No: 610534 Page 2

1.7 PROGRESS CLEANING AND WASTE REMOVAL

1.7.1 Maintain exterior areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition.

1.7.2 Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces and other closed or remote spaces prior to enclosing the space.

1.7.3 Remove waste materials, debris and rubbish from site daily and dispose off-site.

1.8 BARRIERS AND ENCLOSURES

1.8.1 Contractor shall provide and maintain temporary fencing or other barriers sufficient to prevent hazard to the public in the vicinity of the Work.

1.8.2 Provide security and facilities to protect Work and County occupied areas affected by the Work from unauthorized entry, vandalism or theft.

1.8.3 Initiate program at mobilization. Maintain program throughout construction period.

1.9 (NOT USED)

1.10 DUST CONTROL

1.10.1 Execute Work by methods to minimize raising dust from construction operations.

1.10.2 Provide positive means to prevent air-borne dust from dispersing into atmosphere.

1.11 (Not Used)

1.12 NOISE CONTROL

1.12.1 Provide methods, means, and facilities to minimize noise produced by construction operations.

1.12.2 Attached to the jail is an active courthouse including two courtrooms and judge’s offices. These areas are operated by the Superior Court of California, not by Shasta County. The Work shall not impact the Court’s operations. For all work and noise that may impact the Court’s operations, Contractor shall coordinate and schedule in advance with the Project Engineer and receive approval from the Project Engineer.

1.13 POLLUTION CONTROL

1.13.1 Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations.

1.13.2 Comply with pollution and environmental control requirements of authorities having jurisdiction.

Shasta County Department of Public Works 01 56 00 Shasta County Jail Door Replacement and Modification Project Temporary Barriers, Closures and Controls Contract No: 610534 Page 3

1.14 PROTECTION OF INSTALLED WORK

1.14.1 Protect installed Work and provide special protection where specified in individual specification Sections.

1.14.2 Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage.

1.14.3 Provide protective coverings at walls, projections, jambs, sills and soffits of openings.

1.14.4 Protect finished floors, stairs and other surfaces from traffic, dirt, wear, damage or movement of heavy objects, by protecting with durable sheet materials.

1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS

1.15.1 Clean and repair damage caused by installation or use of temporary work.

1.15.2 Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION (NOT USED)

END OF SECTION 01 56 00

Shasta County Department of Public Works 01 60 00 Shasta County Jail Door Replacement and Modification Project Product Requirements Contract No: 610534 Page 1

PRODUCT REQUIREMENTS

SECTION 01 60 00

PART 1 - GENERAL

1.1 SECTION INCLUDES

1.1.1 Products.

1.1.2 Product Delivery Requirements.

1.1.3 Product Storage and Handling Requirements.

1.2 PRODUCTS

1.2.1 Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse.

1.2.2 All products shall be new, of first class quality, and shall be delivered, installed, connected and finished in every detail, and shall be so selected and arranged as to fit correctly into the proper spaces. Where no specific kind or quality of material is given, a first-class standard article as approved by County shall be furnished. Contractor shall provide satisfactory evidence as to the kinds and quality of material and workmanship.

1.2.3 Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents.

1.2.4 Furnish interchangeable components from same manufacturer for components being replaced.

1.3 PRODUCT DELIVERY REQUIREMENTS

1.3.1 Transport and handle products in accordance with manufacturer's instructions.

1.3.2 Delivery of materials to the Project site shall be coordinated by and received by Contractor or his representative, and stored in secured areas as agreed upon at the job start meeting.

1.3.3 Promptly inspect shipments to assure that products comply with requirements, quantities are correct and products are undamaged.

1.3.4 Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement or damage.

1.3.5 Contractor shall take into consideration the available space and location of work site when delivery of materials is necessary.

Shasta County Department of Public Works 01 60 00 Shasta County Jail Door Replacement and Modification Project Product Requirements Contract No: 610534 Page 2

1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS

1.4.1 Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product.

1.4.2 For exterior storage of fabricated products, place on sloped supports above ground.

1.4.3 Provide off-site storage and protection when site does not permit on-site storage or protection.

1.4.4 Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation and degradation of products.

1.4.5 Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with foreign matter.

1.4.6 Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage.

1.4.7 Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions.

1.4.8 Contractor shall be responsible to provide all new materials in unopened manufacturer's original containers and deliver such items to Project site in good condition for use on this project. Contractor shall be responsible to store all new materials received as per manufacturer recommendations. Any and all materials discovered to be improperly stored and/or damaged will be replaced at the sole expense to Contractor. Any requests for delays or extension of the Contract Time due to the above will not be considered.

1.4.9 Contractor shall use all means necessary to protect all materials before, during and after installation and to protect the installed work and materials of all other trades and of existing structures. In event of damage, Contractor is to immediately make all repairs and replacements necessary using compatible and like materials.

PART 2 - PRODUCTS

2.1 MATERIALS

2.1.1 Materials furnished shall be new and never been used before, unless specified otherwise, and will satisfy the requirements herein and all specifications referenced by provisions within these specifications. Contractor shall furnish, upon request of County, an affidavit from the manufacturer or supplier to the effect that materials furnished shall conform to the General Conditions, the latest revision of AWWA Specifications, ASTM, and Federal Specifications that pertain. All materials shall be installed in accordance with manufacturer's recommendations and the Standard Drawings and Specifications that pertain. Material for one specific product shall be one manufacturer unless otherwise approved by County. All materials shall be subject to inspection after delivery to the site and during installation of the Work. Failure of the County or Project Engineer to note faulty material shall not relieve Contractor of the responsibility for removing or replacing any such material at no additional cost to County.

2.1.2 For the ease of maintenance and parts replacement, to the maximum extent possible use materials of a single manufacturer, delivered in manufacturer's original, unopened

Shasta County Department of Public Works 01 60 00 Shasta County Jail Door Replacement and Modification Project Product Requirements Contract No: 610534 Page 3

containers with labels intact and legible, and in sufficient quantity to allow continuity of work. Deviation from this requirement shall require written approval from County.

2.1.3 County reserves the right to reject any materials list which contains materials from various manufacturers if suitable materials can be secured from fewer manufacturers and to require that source of materials be unified to maximum extent possible.

PART 3 – EXECUTION (NOT USED)

END OF SECTION 01 60 00

Shasta County Department of Public Works 01 73 29 Shasta County Jail Door Replacement and Modification Project Cutting and Patching Project No: 610534 Page 1

CUTTING AND PATCHING

SECTION 01 73 29

PART 1 - GENERAL

1.1 DESCRIPTION

1.1.1 This Section describes the requirements for performing cutting and patching; patching includes the insertion or projection of other products in or from a surface.

1.2 QUALITY ASSURANCE

1.2.1 Design Criteria:

.1 Patching shall achieve security, strength, and weather protection, as applicable, and shall preserve continuity of existing fire ratings.

.2 Patching shall successfully duplicate undisturbed adjacent finishes, especially in performance, colors, textures, and profiles. Where there is dispute as to whether duplication is successful or has been achieved to a reasonable degree, the County's judgment shall be final.

1.3 COORDINATION AND PROTECTION

1.3.1 Contractor shall protect from damage all portions of the Work or work of the County or separate contractors adjacent to cutting or patching operations, including excavation.

1.3.2 Contractor shall obtain written permission prior to commencing cutting, patching or excavation operations on the work of the County or any separate contractors.

1.3.3 Contractor shall protect adjacent occupied spaces from damage during cutting and coring.

1.3.4 Contractor shall maintain the security and weather protection of facility at all times.

1.3.5 Contractor shall, when requested in writing, allow the County or any separate contractor to perform reasonable cutting, patching or excavation operation on the Work.

1.4 SUBMITTALS

1.4.1 Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, Contractor shall submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal:

.1 Describe the extent of cutting and patching required and how it is to be performed; indicate why it cannot be avoided.

Shasta County Department of Public Works 01 73 29 Shasta County Jail Door Replacement and Modification Project Cutting and Patching Project No: 610534 Page 2

.2 Describe anticipated results in terms of changes to existing construction; include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements.

.3 List products to be used and firms or entities that will perform the Work.

.4 Indicate dates when cutting and patching is to be performed.

.5 List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted.

.6 Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how reinforcement is integrated with the original structure.

.7 Approval by the County to proceed with cutting and patching does not waive the County's right to later require complete removal and replacement of a part of the Work found to be unsatisfactory. PART 2 – PRODUCTS

2.1 MATERIALS

2.1.1 Materials shall be as specified in the applicable, individual Sections of the Specifications and as required to match existing construction. Contractor shall use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect after consulting with the County. Contractor shall use materials whose installed performance will equal or surpass that of existing materials.

PART 3 – EXECUTION

3.1 GENERAL

3.1.1 Contractor shall perform cutting associated with structural reinforcing, and patching in a manner to prevent damage to other Work and to provide proper surfaces for the installation of materials, equipment, and repairs.

3.1.2 Contractor shall not cut or alter structural members without prior consultation with the County.

3.1.3 Wherever practicable, Contractor shall employ original installer or fabricator providing Work under this Contract to perform cutting and patching for new:

.1 Weather-exposed and moisture-resistant products.

.2 Finished surfaces exposed to view.

3.1.4 Contractor shall adjust and fit products to provide a neat installation.

Shasta County Department of Public Works 01 73 29 Shasta County Jail Door Replacement and Modification Project Cutting and Patching Project No: 610534 Page 3

3.1.5 Contractor shall finish or refinish, as required, cut and patched surfaces to match adjacent finishes. Paint over complete surface plane, unless otherwise indicated. Over patched wall or ceiling surfaces, paint to nearest cutoff line for entire surface, such as intersection with adjacent wall or ceiling, beam or pilasters or to nearest opening frame, unless otherwise indicated. Painted surfaces shall not present a spotty, touched-up appearance.

3.2 INSPECTION

3.2.1 Before cutting existing surfaces, Contractor shall examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered.

.1 Before proceeding, Contractor shall meet at the Work Site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding.

3.3 PREPARATION

3.3.1 Temporary Support: Contractor shall provide temporary support of Work to be cut.

3.3.2 Protection: Contractor shall protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Work that might be exposed during cutting and patching operations.

3.3.3 Contractor shall avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.

3.3.4 Contractor shall take all precautions necessary to avoid cutting existing pipe, conduit or ductwork serving the building, but scheduled to be removed or relocated until provisions have been made to bypass them.

3.4 PERFORMANCE

3.4.1 General: Contractor shall employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay.

.1 Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required restoring surfaces to their original condition.

3.4.2 Cutting: Contractor shall cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible, review proposed procedures with the original installer; comply with the original installer's recommendations.

.1 In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots

Shasta County Department of Public Works 01 73 29 Shasta County Jail Door Replacement and Modification Project Cutting and Patching Project No: 610534 Page 4

neatly to size required with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.

.2 To avoid marring existing finished surfaces cut or drill from the exposed or finished side into concealed surfaces.

.3 Cut through concrete and masonry using a cutting machine such as a Carborundum saw or diamond core drill.

.4 (NOT USED)

.5 Contractor shall by-pass utility services such as pipe or conduit, before cutting, where services are shown or required to be removed, relocated or abandoned. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting.

3.4.3 Patching: Contractor shall patch with durable seams that are as invisible as possible. Comply with specified tolerances.

.1 Where feasible, inspect and test patched areas to demonstrate integrity of the installation.

.2 Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing.

.3 Where removal of walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space to provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary to achieve uniform color and appearance.

.4 Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken area containing the patch, after the patched area has received primer and second coat.

.5 Patch, repair or rehang existing ceilings as necessary to provide an even plane surface of uniform appearance.

3.5 CLEANING

3.5.1 Contractor shall thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition.

END OF SECTION 01 73 29

Shasta County Department of Public Works 02 41 00 Shasta County Jail Door Replacement Project Demolition Contract No: 610534 Page 1

DEMOLITION

SECTION 02 41 00

PART 1 - GENERAL

1.1 SECTION INCLUDES

Removal of designated construction.

Identification of utilities.

Demolition requirements.

1.2 PROJECT RECORD DOCUMENTS

Accurately record actual locations of capped utilities and subsurface obstructions.

1.3 REGULATORY REQUIREMENTS

Conform to applicable local code for demolition work, safety of structure, dust control and safety of occupants.

Obtain required permits from authorities.

Do not close or obstruct egress width to exits.

Do not disable or disrupt building fire or life safety systems without three-day prior written notice to the County.

Conform to procedures applicable when discovering hazardous or contaminated materials.

PART 2 - PRODUCTS

(NOT USED)

PART 3 - EXECUTION

3.1 PREPARATION

Contractor shall be responsible for suppling a dumpster for the removal of project debris. The size and location of the dumpster shall be agreed to by County prior to placement at or near the Jail. Contractor shall be responsible for removal of dumpster and disposal of debris including any costs for transport and disposal. At a minimum, the project dumpster will be removed from the project site and contents disposed of by Contractor at the end of each fiscal year’s work. Under no circumstances shall the placement of the dumpster or debris from the project interfere with the Jail’s operation. Shasta County Department of Public Works 02 41 00 Shasta County Jail Door Replacement Project Demolition Contract No: 610534 Page 2

Provide, erect and maintain temporary barriers.

Provide and operate a HEPA Air Scrubber for the removal of dust during demolition.

Install plywood at open grated walkways located on the mezzanine levels to prevent debris from falling to the dayroom and below.

Erect and maintain temporary partitions to prevent spread of dust, odors and noise to adjoining facilities.

Protect existing materials and finishes that are not scheduled or otherwise required to be demolished.

Mark location of utilities.

3.2 DEMOLITION REQUIREMENTS

Conduct demolition to minimize interference with adjacent and occupied buildings.

Maintain protected egress and access to the Work.

3.3 DEMOLITION

Disconnect, remove, cap and identify designated utilities within demolition areas.

Demolish in an orderly and careful manner. Protect existing supporting structural members and materials.

Except where noted otherwise, remove demolished materials from site. Do not bury or burn materials on site.

Remove demolished materials from site as Work progresses. Upon completion of Work, leave areas in clean condition.

Remove temporary Work.

END OF SECTION 02 41 00 Shasta County Department of Public Works 05 50 00 Shasta County Jail Door Replacement Project Metal Fabrications Contract No: 610534 Page 1

METAL FABRICATIONS

SECTION 05 50 00

PART 1 - GENERAL

1.1 DESCRIPTION

This Section describes the requirements for furnishing and installing metal fabrications made from steel shapes, plates, bars, strips, tubes, pipes and castings.

1.2 SUBMITTALS

Product Data:

Manufacturer's specifications, anchor details and installation instructions, including paint products.

Shop Drawings:

Include plans, elevations and details of metal fabrications and their connections. Show anchorage and accessory items.

1.3 QUALITY ASSURANCE

Fabricator Qualifications: Firm experienced in successfully producing metal fabrications similar to that indicated for this Project, with sufficient production capacity to produce required units without causing delay in the work.

Welding Qualifications: Qualify welding processes and welding operators in accordance with AWS D1.1, D1.3, and D1.2 as applicable. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved.

1.4 PROJECT CONDITIONS

Field Measurements: Check actual locations of walls and other construction to which metal fabrications must fit, by accurate field measurements before fabrication. Show recorded measurements on shop drawings. Coordinate fabrication schedule to avoid delay of work.

1.5 SEQUENCING AND SCHEDULING

Painting: Items specified in this Section as having a shop applied prime coat will be job painted, unless otherwise noted.

Furnish templates for anchors and bolt installation by other Sections.

Shasta County Department of Public Works 05 50 00 Shasta County Jail Door Replacement Project Metal Fabrications Contract No: 610534 Page 2

PART 2 - PRODUCTS

2.1 MATERIALS

General: For fabrication of metal work, which will be exposed to view, use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness.

Steel Plates, Shapes and Bars: ASTM A36

Steel Tubing: Cold formed, ASTM A500; or hot rolled, ASTM A501

Expanded metal lathe.

Structural Steel Sheet: ASTM A653

Stainless Steel Sheet: ASTM A240, 2B mill finish.

Brackets: Cast or formed metal of same type material and finish as supported rails, unless otherwise indicated

Fasteners: Stainless Steel

Metal Primer: SSPC 20, Type 2

Interior Exposure: Tnemec 18 Enviro-Prime acrylic emulsion rust-inhibitive primer or approved equal All metals shall be primed with a primer compatible with final finish coats.

2.2 FABRICATION, GENERAL

Workmanship:

Use materials of size and thickness indicated or required to produce strength and durability in finished product for use intended. Work to dimensions indicated, Form exposed work true to line and level with accurate angles and surfaces and straight, sharp edges. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent metal corners to smallest radius possible without causing grain separation or otherwise impairing work. Weld corners and seams continuously, complying with AWS recommendations. At exposed connections, grind exposed welds smooth and flush to match and blend with adjoining surfaces. Welds shall be imperceptible in the finished work. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners wherever possible. Use Phillips flat head countersunk screws or bolts for exposed fasteners, unless tamperproof security screws are indicated. Cut, reinforce, drill and tap miscellaneous metal work as indicated to receive finish hardware and similar items. Shasta County Department of Public Works 05 50 00 Shasta County Jail Door Replacement Project Metal Fabrications Contract No: 610534 Page 3

Fabricate joints exposed to the weather to exclude water or provide weep holes.

Field Painting:

Field paint miscellaneous metal work. Remove scale, rust and other deleterious materials before applying field coat. Clean off heavy rust and loose mill scale in accordance with SSPC SP 2, SP 3, or SP 7. Remove oil, grease and similar contaminants in accordance with SP 1. Brush or spray on primer in accordance with manufacturer’s instructions, at a rate of 2.0 mils thickness for each coat. Apply one shop coat to fabricated metal items, except apply 2 coats to inaccessible surfaces after assembly or erection. Change color of second coat to distinguish from the first. Primer on exposed to view items to be field painted shall be smooth and suitable for application of final finish coats specified in Section 09 91 00. Apply a heavy coat of bituminous paint, compounded for application in 30 mil coat, to metal surfaces in contact with concrete, masonry and dissimilar metals. Do not apply on exposed surfaces.

2.3 MISCELLANEOUS METAL FABRICATIONS

Shower Partitions: Fabricate to design, dimensions and details indicated.

Interconnect railing members by butt welding or welding with internal connectors. Provide coped joints at tee and cross sections. Close exposed ends of pipe by welding 3/16 inch steel plate in place or by using prefabricated fittings. Flanges, Fittings and Anchors: Provide end closures, flanges, miscellaneous fittings and anchors for interconnections of pipe or tubing and attachment of railings to other work. Furnish inserts and other anchorage devices for connecting to concrete or masonry.

PART 3 - EXECUTION

3.1 PREPARATION

Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, sleeves, anchor bolts and miscellaneous items having integral anchors.

3.2 INSTALLATION

General:

Fastening to In Place Construction: Provide threaded fasteners for concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws and other connectors as required Cutting, Fitting and Placement: Shasta County Department of Public Works 05 50 00 Shasta County Jail Door Replacement Project Metal Fabrications Contract No: 610534 Page 4

Perform cutting, drilling and fitting required for installation of miscellaneous metal fabrications. Set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Provide temporary bracing or anchors in formwork for items to be built into concrete, masonry or similar construction.

Fit exposed connections together forming tight hairline joints.

Weld connections not shop welded. Grind exposed joints smooth and imperceptible, and touch up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which have been hot dip galvanized after fabrication, and intended for bolted or screwed field connections.

Field Welding: Comply with AWS for procedures of manual shielded metal arc welding, appearance and quality of welds, and methods used in correcting welding work. Install prefabricated items in accordance with manufacturer’s instructions.

Setting Loose Plates:

Clean concrete and masonry bearing surfaces of bond reducing materials, and roughen to improve surface bond. Clean bottom surface of bearing plates. Set loose leveling and bearing plates on wedges, or other adjustable devices. Tighten anchor bolts after the bearing members have been positioned and plumbed. Cut off protruding ends of wedges flush with the edge of the bearing plate before packing with grout. Use metallic non shrink grout in concealed locations where not exposed to moisture; use non metallic non shrink grout in exposed locations. Pack grout solidly between bearing surfaces and plates to ensure no voids remain.

3.3 ADJUST AND CLEAN

Touch-Up Painting: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils.

END OF SECTION 05 50 00 Shasta County Department of Public Works 07 92 00 Shasta County Jail Door Replacement Project Joint Sealants Contract No: 610534 Page 1

JOINT SEALANTS

SECTION 07 92 00

PART 1 - GENERAL

1.1 SECTION INCLUDES

Sealants.

Primers.

Bond breakers.

Backstops.

Cleaning Solvents.

1.2 REFERENCES

Unless otherwise noted, standards, manuals, and codes refer to the latest edition of such standards, manuals, and codes as of the date of issue of this Project Manual.

Referenced Standards:

ASTM C510 – Standard Test Method for Staining and Color Change of Single or Multicomponent Joint Sealants. ASTM C661 – Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer. ASTM C719 – Standard Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement (Hockman Cycle) ASTM C794 – Standard Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants. ASTM C834 – Standard Specification for Latex Sealants. ASTM C919 – Standard Practice for Use of Sealants in Acoustical Applications. ASTM C920 – Standard Specification for Elastomeric Joint Sealants. ASTM C1184 – Standard Specification for Structural Silicone Sealants. ASTM C1193 – Standard Guide for use of Joint Sealants. ASTM C1311 – Standard Specification for Solvent Release Sealants. ASTM D4586 – Standard Specification for Asphalt Roof Cement, Asbestos- Free.

1.3 SUBMITTALS

Product Data: Submit manufacturer’s descriptive literature and product specification for each product.

Samples: Submit manufacturer’s standard color ranges of exposed sealant materials for Architect’s selection. Shasta County Department of Public Works 07 92 00 Shasta County Jail Door Replacement Project Joint Sealants Contract No: 610534 Page 2

Quality Assurance/Control Submittals:

Product validation/assurance submittals. Manufacturer’s laboratory adhesion and stain testing results. Joint sealants field adhesion to joint substrates test results.

Closeout Submittals:

Cleaning and maintenance data.

1.4 QUALITY ASSURANCE

Qualifications:

Manufacturer Qualifications: Firm specializing in manufacturing products specified in this.

Product Validation/Assurance: Provide products with current SWRI Validation or provide independent third-party laboratory test results showing product meets performance requirements in accordance with ASTM C920 and as specified in this Section.

Manufacturer Adhesion and Stain Testing: Provide manufacturer’s laboratory adhesion (per ASTM C719 and C794) and stain testing (per ASTM C510) using specimens of actual substrates to ensure sealant compatibility with substrate before product acceptance.

Coordination and Pre-Installation Meetings:

Convene pre-installation meeting prior to commencing work of this Section. Coordinate work in this Section with work in related Sections.

1.5 DELIVERY, STORAGE, AND HANDLING

Deliver materials in the unopened, original containers or unopened packages with manufacturer’s name, labels, product identification, color, expiration period, curing time and mixing instructions for multi-component materials.

Storage and Protection: Store materials in a dry secure place at temperatures below 80 degrees F.

1.6 PROJECT/SITE CONDITIONS

Maintain temperature and humidity conditions as recommended by sealant manufacturer. Apply solvent curing sealants in well ventilated spaces.

1.7 SEQUENCING

Apply waterproofing, water repellents, and preservative finishes after sealant installation has fully cured. Shasta County Department of Public Works 07 92 00 Shasta County Jail Door Replacement Project Joint Sealants Contract No: 610534 Page 3

1.8 WARRANTY

Provide installer’s warranty against workmanship for 2 years.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

Dow Corning Corp.

GE Silicones

Pecora Corp.

Sika Corporation

Tremco Inc.

BASF Corporation – Building Systems

Or accepted equal.

2.2 SEALANTS

General:

Provide sealants that have been tested and found suitable for the substrates to which it will be applied. Color: As selected by Owner from manufacturer’s full range of colors.

Security Sealant: Type II; ASTM C881, Grade NS; two-part, 100% solids, moisture tolerant, low-modulus, non-sag, paste-consistency epoxy resin binder for use in horizontal and vertical joints; “Sikadur 23” Security Sealant as manufactured by Sika or accepted equal.

Use at all exposed areas subject to contact by inmates including but not limited to the following:

Detention doors and frames. Detention furnishings and accessories. Security plumbing and electrical fixtures.

2.3 ACCESSORIES

Primers: Nonstaining, quick-drying type and consistency recommended by the sealant manufacturer for the particular application.

Bond Breakers: Type and consistency recommended by the sealant manufacturer for the particular application.

Bond Breaker Tape: Self-adhesive, polyethylene tape. Shasta County Department of Public Works 07 92 00 Shasta County Jail Door Replacement Project Joint Sealants Contract No: 610534 Page 4

Joint Backing: Non-adhering backing to sealant; nonstaining, compatible with sealant and primer such as round, closed cell polyethylene foam rod; oversized 30 percent to 50 percent larger than joint width. Materials impregnated with oil, bitumen or similar materials are not permitted.

Joint Cleaner: Non-corrosive and nonstaining type, recommended by sealant manufacturer and compatible with joint forming materials.

PART 3 - EXECUTION

3.1 EXAMINATION

Examine job site conditions; verify substrate, surfaces, and joint openings are ready to receive work and field measurements are as shown on drawings, as specified in this Section, and as recommended by manufacturer.

Report unacceptable conditions to the County. Begin installation only when unacceptable conditions have been corrected and written approval and authorization to begin installation has been received from County.

3.2 PREPARATION

Clean, prepare, and prime joints in accordance with manufacturer’s instructions.

Remove loose materials and foreign matter that might impair sealant adhesion. Clean porous materials such as concrete or masonry by grinding, sand or water blast cleaning, mechanical abrading, acid washing or a combination of these methods as required to provide a clean, sound base surface for sealant adhesion.

Remove laitance by acid washing, grinding or mechanical abrading. Remove form oils, release agents, chemical retardants, by sand or water blast cleaning. Blow out joints with oil-free compressed air loose particles resulting from grinding, abrading, or blast cleaning prior to sealant application.

Mechanically or chemically clean nonporous surfaces such as metal and glass. Remove temporary protective coatings on metallic surfaces using solvents that leave no residue as recommended by metal surface manufacturer. When masking tape or strippable films are used, remove the tape or film and clean any residual adhesive. Apply and wipe-dry cleaning solvents using clean, lint-free cloths or paper towels, do not allow solvent to air dry without wiping.

Protect elements surrounding the work of this Section from damage or disfiguration.

3.3 APPLICATION

Apply sealants in accordance with ASTM C1193, manufacturer’s instructions, and accepted shop drawings.

Apply acoustical sealants in accordance with ASTM C919, manufacturer’s instructions, and accepted shop drawings Shasta County Department of Public Works 07 92 00 Shasta County Jail Door Replacement Project Joint Sealants Contract No: 610534 Page 5

Measure joint dimensions and size materials to achieve required width-to-depth ratios. Acceptable joint width-to-depth ratios:

Joint Depth Material Joint Width Minimum Maximum

Metal, glass, or other 1/4 inch (minimum) 1/4 inch 1/4 inch nonporous surfaces. Over 1/4 inch 1/2 of width Equal to width

Wood, concrete, masonry, or 1/4 inch (minimum) 1/4 inch 1/4 inch other porous surfaces. Over 1/4 inch 1/2 of width Equal to width

Over 1/2 to 2 inches 1/2 inch 1/2 inch

As recommended by sealant Over 2 inches manufacturer.

Install joint backing to achieve desired joint width-to-depth ratio. Roll the material into the joint to avoid lengthwise stretching. Do not twist or braid rod stock.

Install bond breaker where joint backing is not used.

Prime surfaces to receive joint sealant with primer recommended by sealant manufacturer.

Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. Apply masking tape where required to protect adjacent surfaces from sealant application.

Install sealant free of air pockets, foreign embedded matter, ridges, and sags.

Tool joints concave. Use dry tooling method.

3.4 CLEANING AND REPAIRING

Immediately clean work.

Clean adjacent soiled surfaces. Use a solvent or cleaning agent as recommended by the sealant manufacturer. Remove any masking tape immediately after tooling joints, leaving finished work in neat and clean condition.

Repair or replace defaced or disfigured caused by work of this Section.

3.5 PROTECTION OF FINISHED WORK

Protect sealant until cured.

Do not paint sealants until sealant is fully cured. Shasta County Department of Public Works 07 92 00 Shasta County Jail Door Replacement Project Joint Sealants Contract No: 610534 Page 6

Protect joint sealants from contact with contaminating substances and from damage. Cut out, remove and replace contaminated or damaged sealants, immediately, so that they are without contamination or damage at time of substantial completion

END OF SECTION 07 92 00 Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 1

DETENTION DOORS AND FRAMES

SECTION 08 43 63

PART 1 - GENERAL

1.1 SECTION INCLUDES

Detention hollow metal doors, frames, panels, windows, and sidelites, rated and non- rated.

Embedded anchor devices.

Electrical conduit and wire as specified in this Section only. Conduit and junction boxes occurring within panels, doors or frames are to be installed by this Section.

Miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation.

1.2 REFERENCES

The publications listed below form a part of this Section to the extent referenced. The publications are referred to in the text by the basic designation only.

Standards, manuals, and codes refer to the latest edition of such standards, manuals, and codes in effect as of the date of issue of this Project Manual.

Referenced Standards:

.1 ASTM A36/A36M – Standard Specification for Carbon Structural Steel. .2 ASTM A307 – Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. .3 ASTM A615 – Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. .4 ASTM A653/A653M – Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. .5 ASTM A1008/A1008M – Standard Specification for Steel, Sheet, Cold- Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low- Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. .6 ASTM A1011/A1011 – Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. .7 ASTM C476 – Standard Specification for Grout for Masonry. .8 ASTM F1450 – Standard Test Methods for Hollow Metal Swinging Door Assemblies for Detention and Correctional Facilities. .9 California Code of Regulations, Title 24, Part 12, 2013 California Referenced Standards Code – Chapter 12-7-4, Fire-Resistive Standards. .10 FS FF-S-325 – Expansion Anchors and Anchor Bolts. .11 FS QQ-A-325 – Finish for Wedge Type Expansion Anchors.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 2

.12 FS QQ-Z-325C –Plating of Anchorage Components. B. Stainless Steel Anchor Bolt Standards. .13 FS TT-C-490 – Cleaning Methods for Ferrous Surfaces and Pretreatments for Organic Coatings. .14 FS TT-P-664 – Primer Coating, Alkyd, Corrosion-Inhibiting, Lead and Chromate Free, VOC-Compliant. .15 NFPA Standard No. 80 – Standard for Fire Doors and Other Opening Protectives. .16 UL – Underwriters Laboratory.

1.3 SUBMITTALS

Shop drawings for fabrication, erection and installation of all items of frames. Include plans, elevations and large-scale details. Show anchorage and accessory items and include electrical junction boxes, conduit and wiring locations and connections, to insure a complete and proper installation. All shop drawings shall be referenced to Architect's Door Schedule, Glazing Schedule, Detail Numbers, and Hardware Group as applicable.

Manufacturer's product data and installation instructions for each standard equipment and hardware item.

1.4 OPERATION AND MAINTENANCE DATA

Furnish operating and specifications manuals for all detention hardware and all detention locking devices and provide instruction for the care of finishes and materials.

Detention equipment manufacturer shall, upon notice of the Architect and without additional cost to Owner, provide factory representatives specifically trained in operation of detention equipment with a thorough knowledge of its mechanisms, for a five working day instruction and training period. Factory representatives must be capable of training custodial personnel in operation, repair and upkeep.

1.5 QUALITY ASSURANCE

Detention equipment suppliers shall be pre-qualified by the Owner and provide the following information:

.1 List the last five jobs completed along with the Owner's and General Contractor's names. .2 Show proof of completed schedule on past jobs.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 3

Manufacturer: Provide detention equipment products and items produced by manufacturers who have sufficient documented experience in manufacturing equipment for maximum security and medium security installation.

Provide products of same manufacturer for each type of items or unit required. Provide each item as a unit, complete with all accessories, fittings, fastenings, anchorage, and devices necessary for items to correctly function for purpose for which intended.

Installation shall be performed by manufacturer or his authorized representative under the manufacturer's direct supervision.

1.6 DELIVERY, STORAGE AND HANDLING

Deliver detention and security equipment cartoned or crated to extent feasible.

Store in a protected location under cover with locks, operating and electrical devices in a securely locked room.

Store larger items on wood blocking under cover and out of the weather.

1.7 REGULATORY REQUIREMENTS

Construct and install assemblies to comply with NFPA Standard No. 80, and as herein specified.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

Acceptable Manufacturers:

.1 Titan Steel Door – Murrayville, GA. .2 Trussbilt – Vadnais Heights, MN. .3 Sweeper Metal Fabricators Corp. – Drumright, OK .4 Willo Products Company – Decatur, AL. .5 Claborn Manufacturing Company (formerly Slate Security) – Hartsell, AL.

Or accepted equal.

2.2 MATERIALS

Fastening Devices:

.1 All exposed screws and nuts shall meet ASTM A307 – Grade A. .2 In areas where it is necessary to remove items from time to time, screws shall have slots or holes that require a special tool for removing same and must be such that standard tools will not fit. .3 Each type of fastener must be indicated on shop drawings. .4 All exposed screw fasteners shall be installed with Loctite, or accepted equal thread locking adhesive/sealant.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 4

Anchorage Devices:

.1 Weld Studs: TRW Division “headed” studs; weld to steel plates. .2 Wire Anchors: ASTM A615 grade 40 deformed rebar; weld to 10 gauge steel plates formed as required. .3 Steel Plate Anchors: Galvanized steel sheets formed as required; thickness, sizes as indicated. .4 Steel Plates: ASTM A36/A36M steel; form as required. .5 Expansion Anchors: FS FF-S-325 Group II, Type 3, Class 3 plated finish. Provide each anchor complete with bolt, expansion sleeve, hex nut, washer; 1/2 inch diameter size required with length as required for 4 inch minimum embedment depth, except where indicated to be longer. .6 Anchor Bolts Concealed From View: FS FF-S-325 Group II, Type 4, Class 1 wedge-type expansion anchors with FS QQ-Z-325C Type 1, Class 3 plated finish. Provide each anchor complete with bolt, expansion sleeve, hex nut, washer; 5/8 inch diameter size required with length as required for 2-3/4 inch minimum embedment depth.

2.3 DETENTION HOLLOW METAL DOORS AND PANELS

Construct of commercial quality, leveled, cold-rolled face sheets, ASTM A1008/A1008M, with interior vertical full-height steel reinforcing channels at 6 inches on center. Spot weld face sheets to each reinforcing channel at 3 inches on center maximum. Fill spaces between channels with mineral rock wool filler, six pound density. Exterior doors shall be galvannealed to ASTM A653/A653M A60. Note: Manufacturer's standard alternate interior door reinforcing may be acceptable. Submit complete information and details for approval in compliance with provisions of Division 01.

Doors and panels to be full flush design, 2 inches nominal thickness, sizes, type and elevations as shown on Drawings, schedules and approved shop drawings.

Metal Gauges:

.1 Face Sheets:

a. Medium Security: 12 Gauge

.2 Vertical Reinforcement:

a. Medium Security: 12 Gauge

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 5

Door Edges: Bevel vertical door edges 1/8 inch in 2 inches, reinforce full height with steel channels 1/8 inch thick, welded to both door faces at 3 inches on center maximum. Top and bottom reinforced full width with 10 gauge channels welded to vertical edge channels and to both door faces at 3 inches on center maximum. All edges shall be finished flush.

Openings in Doors: In maximum security doors and panels, all openings shall be reinforced to match door edges.

Maximum clearances between doors and frames:

.1 1/8 inch at head. .2 1/8 inch at jamb. .3 1/8 inch at vertical meeting edge of pairs of doors. .4 3/4 inch under non-rated door with no threshold. .5 3/4 inch under fire rated door with no threshold. .6 3/4 inch under door with threshold.

Provisions for Hardware:

.1 Mortise, cut, reinforce, drill and tap door edges to receive approved hardware. Comply with hardware manufacturer's recommendations and instructions. .2 Provide reinforced pocket to receive mortised locks. Protect lock with steel plates welded inside of door faces; 1/8 inch thick plates at medium security. .3 Provide reinforced seats, 1/8 inch and 3/16 inch thick, drilled, tapped and set back to the thickness of the face of the lock installed through door edge. Weld to edge channel. Cut away edge reinforcing channel only as necessary to pass the lock. Provide lock centering clips on each side of lock pocket. Cut out faces to pass cylinders, etc. .4 Provide a special pocket where prison locks are installed through the face of door: 3/16 inch thick steel reinforcing plate welded inside the detention side of pocket. Cut away outside face for lock installation. Secure lock to 3/16 inch steel plate furnished by lock manufacturer as per manufacturer's details. Frame around pocket to allow this plate to finish flush with surface of door. Secure plate with minimum of eight 1/4 inch security screws. Removal of lock shall be impossible when lock bolt is extended. .5 Cut hinge edge reinforcing channel only as necessary for mortise butts. At each hinge location, weld inside the edge channel a 3/16 inch x 1-1/2 inch x 10 inch reinforcing plate. At the top hinge location, reinforce with an additional channel welded to the plate inside the edge channel. .6 Full Reinforcing: Steel plate, 3/16 inch x 1-1/2 inches x 10 inches, welded inside door. .7 At all other surface hardware locations, reinforce with 14 gauge steel welded inside door. .8 Electrical Items: Where electrical wiring passes through the door for electric locks, electric hinges or limit switches, the required junction boxes conduit or raceway shall be provided and factory installed by the door manufacturer. The electrical wiring shall be furnished, installed and connected in the field by the Detention Equipment Contractor.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 6

Openings in Doors:

.1 All openings in doors shall be framed inside the door with 12 gauge minimum steel channels welded to both faces. .2 Provide non-removable glazing stop on detention side. .3 Provide pressed steel angle type glazing stops fastened with 1/4 inch diameter machine screws placed a maximum of 2 inches from ends of stops and a maximum of 6 inches on center.

Factory Finish:

.1 Before Assembly: Clean and coat all surfaces with corrosion resistant iron oxide-zinc chromate primer. .2 After Assembly: Grind, fill and sand all surfaces and edges, bonderize or phosphate treat, then coat all exposed surfaces with rust inhibitive primer.

Hardware Installation:

.1 Factory installed hardware includes dead bolts, mortise locks, protection plates, flush bolts, push plates, kick plates, key escutcheons, head bolts, steel bolt pocket in door and all mortise hardware. .2 Field installed hardware includes all projecting items such as pulls, knobs and handles. These items are installed by Detention Equipment Contractor.

Performance Tests:

.1 Submit independent testing laboratory report on typical flush door. Include description of the test sample and all gauges of components. .2 Certify the door supported at both ends sustains a load of 13,000 pounds applied at quarter points with a maximum mid-span deflection of 0.50 inch for 3 foot x 7 foot doors and maximum security doors. .3 Certify the door fixed at one end and supported at one corner sustains a concentrated twisting force of 5,200 pounds applied to the unsupported corner with a maximum deflection of 2.55 inch for 3 foot x 7 foot doors and maximum security doors.

2.4 DETENTION PRESSED METAL FRAMES

Provide pressed steel frames for doors, security type transoms, sidelites, borrowed lites, observation, visitation, control, and security windows.

.1 Commercial grade cold-rolled steel, ASTM A1008/A1008M or commercial grade hot-rolled and pickled steel, ASTM A1011/A1011M, 12 gauge. .2 All joints shall be fully mitered and continuously welded inside the miter across the full depth and width of the frame.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 7

Mullion and/or Rail Members: Closed tubular shapes with no visible seams or joints. Weld all abutting members.

Furnish all frames as a single, complete unit where possible. Large frames may be furnished in sections with factory prepared splices. Show all field required splices and splice details on shop drawings.

Provisions for Hardware:

.1 Mortise, reinforce, drill and tap at the factory for approved hardware. Comply with manufacturer's instructions and recommendations. .2 For mortise butts, provide full height 3/16 inch x 1-1/2 inch steel reinforcing plate offset at each hinge location, factory drilled and tapped. At top hinge, add a 3/16 inch backup angle welded to offset reinforcement and to the inside of frame trim. .3 Follow manufacturer's recommendation for lock or keeper preparation. Reinforcement: 12 gauge for medium security, 1/8 inch thick for maximum security. Protect all cut-outs and reinforcement with pressed steel mortar guards inside the frame. .4 Door closer reinforcement shall be 12 gauge one piece channel type, 2-1/2 inches deep by 14 inches long, actual configuration shall be verified with closer manufacturer. .5 1/8 inch thick reinforcing tabs for all mortise strike areas.

Provisions for Electrical Locks:

.1 Where electric locks occur in metal frames, the frame face and dimensions shall be modified as recommended by the lock manufacturer, as shown on the drawings, or if not indicated, then as follows:

a. Increase frame face width at the lock location to accommodate lock size or provide face width required to accommodate lock size or provide face width required to accommodate lock for full height of frame as indicated on drawings. Set face back to a frame depth of 3- 13/32 inch minimum. Provide opening for face access installation on the non-secure side. b. Enclose and form lock pocket with 14 gauge steel welded on all sides. c. Provide lock mounting plate at 3/16 inch steel inside the pocket welded to secure side of frame. d. Provide 3/16 inch lock cover plate to close the face opening. Surface- mount the rounded edges. Fasten with twelve 1/4 inch #20 security screws. e. Include the necessary holes for conduit, lock cylinder and other devices. f. Electrical Items: All required junction boxes, conduit or raceway shall be provided and factory installed by door frame manufacturer. Factory install conduit in frame for electric power source to lock pockets and door position indicator switch. Install conduit from pocket vertically to top or bottom of frame. Verify location with electrical and electronics contractors for field conduit installation. Include conduit for communication intercoms located in frames. Coordinate size, locations and quantities required. The electrical

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 8

wiring shall be furnished and installed in the field by electronics contractor with final terminations by Detention Equipment Contractor.

Provisions for Field Grouting:

.1 Openings in Frames: Provide openings in all abutting mullions to facilitate free flow of grout to all frame members. At field welded frames in precast concrete walls with weld plates, provide 1-1/4 inch diameter holes at head frames to facilitate field solid grouting of frames.

a. Grout shall conform to ASTM C476.

Provide all frames with temporary spreader angles attached to the bottom of both jambs.

Glazed Openings in Frames:

.1 Frames for glazed openings shall have non-removable stops on secure side and removable glazing beads on opposite side. Glazing beads shall be formed steel angles, size as shown on Drawings. Factory-drill beads for 1/4 inch diameter machine security screws at 2 inches maximum from each end and 6 inches maximum on center. Furnish all security screws and special tools. .2 Frames shall be provided with 1 inch minimum glass engagement or greater as required by glazing manufacturer and non-removable stops on the detention side and removable glazing beads opposite. .3 Glazing beads for medium security frames shall be formed steel channels to the depth shown, and of the same gauge as the associated frame. Glazing beads shall be factory drilled and countersunk for flat or oval head machine screws and shall be secured at the factory with slotted flat head machine screws. .4 Center pin rejection (Torx) security machine screws and special screwdrivers shall be furnished by the frame manufacturer for use to install glass and glazing in the field. .5 Where tool resistant (T.R.) bar passes through frame, ribs of bar shall be notched the thickness of material that bar passes through, and be rotated 90 degrees to form positive lock joint. Also, weld bar to frame where bar passes through. .6 Frame rabbets shall be additionally reinforced to engage at least four threads of the stop or head fastening screws. .7 Stop shall be painted to provide corrosion resistance on all surfaces including those concealed when stops or beads are in place. .8 Install glazing tape between metal stops and glass units. Refer to Section 08 88 53 for acceptable manufacturers and products. Glazing tape shall not extend above top of stops.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 9

Security Framing for Control Room Framing and Miscellaneous Sidelites: Provide same material framing as specified above for security pressed metal frames with configurations and sizes as detailed on drawings.

Intercom System: Where intercom speakers are required, factory-install junction boxes and required conduit in frames as per intercom manufacturer's recommendations. Verify size and placement and indicate these on the shop drawings.

Frame Anchors: Locate jamb anchors at 8 inches from top and bottom and at 16 inches on center maximum. Locate head and sill anchors at 8 inches from ends and at 16 inches on center maximum where the masonry opening is 40 inches or greater.

.1 Anchors at Masonry: 3/8 inch diameter wire anchor loops welded to the 10 gauge steel plates or steel straps welded to embedded steel anchor plates or angles. .2 Floor Anchors: 10 gauge plate welded to frame with adjustable anchor leg. .3 Provide and install frame stiffener plates, made of 10 gauge bent steel, at 8 inches on center each way in all frames with over 6 inches continuous width or height (one piece).

2.5 FINISHING

After assembly, smooth tool marks and surface imperfections by grinding, filling and sanding. Welded joints exposed to view and not continuously welded shall be filled with a metallic filler and ground smooth so as to show no exposed seam. This applies to both factory assembled and field assembled frame and detention equipment components.

Clean surfaces thoroughly of rust, oil and other impurities and phosphate coat to condition the surface in accordance with Federal Specification TT-C-490.

Coat all surfaces, both inside and outside the frame, to a minimum thickness of 1 mil with rust inhibitive red iron oxide-zinc chromate primer (equal to Federal Specification TT-P-664).

PART 3 - EXECUTION

3.1 INSPECTION

Installer of detention equipment must examine the substrates, rough-ins and inserts related to installation of detention equipment and report in writing to the Contractor of conditions detrimental to the proper and timely installation of this work. Do not proceed until unsatisfactory conditions have been corrected in a manner acceptable to the Installer.

3.2 INSTALLATION

Detention Equipment:

.1 Assemble units, which are not factory assembled. Set units in place and anchor to abutting construction as indicated and in accordance with final shop drawings.

Shasta County Department of Public Works 08 43 63 Shasta County Jail Door Replacement Project Detention Doors and Frames Contract No: 610534 Page 10

.2 Hollow metal frames and frames in masonry construction shall be set in place, anchored, and grouted. Contractor shall provide visual verification of solid grouting by observing the frames being grouted. Grout shall be installed until it is released out of verification holes in glazing pockets. Contractor shall clean grout off directly after to avoid damage to frames. .3 Furnish inserts, anchors and templates for detention equipment that is to be built into masonry for installation. .4 Install units plumb, square, properly aligned and securely anchored. Provide anchors, trim and accessories required for a complete, secure and functional installation. .5 Make field connections, as detailed on final shop drawings. Perform welding using certified welders and grind all welds smooth. .6 Touch up welds and damaged areas with specified shop primer.

3.3 PROTECTION AND CLEANING

Handle all fixtures, materials, assemblies and equipment to avoid injury to persons and to avoid damage to work in place. Satisfactorily repair or remove and replace work that has been damaged.

Protect adjacent surfaces from damage and soiling.

END OF SECTION 08 43 63

Shasta County Department of Public Works 08 71 63 Shasta County Jail Door Replacement Project Detention Door Hardware Contract No: 610534 Page 1

DETENTION DOOR HARDWARE

SECTION 08 71 63

PART 1 - GENERAL

1.1 SECTION INCLUDES

Hardware for Security Doors.

Gasketing.

Accessories.

1.2 SUBMITTALS

Product Data: Identify each item, installation instructions and general recommendations.

Shop Drawings: Include large-scale details; indicate anchorage, accessory items and required electrical junction boxes, conduit and wiring locations and connections.

Samples shall be furnished only upon request of Owner and prior to submittal of the last draft of the hardware schedule and prior to delivery of hardware; if requested, submit one sample of each hardware product, finished as required and tagged with full description for coordination with hardware schedule. Samples will be returned to supplier.

Templates and Samples of Fabrication: Forward blueprint templates for each type of detention equipment hardware required to fabricators of Detention Doors and Frames, within two weeks following final review of hardware and keying schedules.

1.3 OPERATION AND MAINTENANCE MANUALS

Submit operation/maintenance data.

Include special tools and operating equipment necessary for maintenance and repair of hardware.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

Door Closer: LCN or accepted equal.

Door Thresholds: Pemko, Reese, or accepted equal.

Weather-stripping, Smoke Seals: Pemko, Reese, or accepted equal.

Security Hardware Products: Shasta County Department of Public Works 08 71 63 Shasta County Jail Door Replacement Project Detention Door Hardware Contract No: 610534 Page 2

Locks:

Southern Steel or accepted equal

Hinges:

Southern Steel or accepted equal

Door Position Switch/Closer (DPS):

Southern Steel LCN or accepted equal

Door Position Switch:

Southern Steel or accepted equal

Pulls:

Raised Pull:

1. Southern Steel, Model 212C 2. or accepted equal

Flush Pull:

1. Southern Steel, Model 214S 2. or accepted equal

Door Stop:

LCN or accepted equal

Kickplates:

Trimco KOO50 x height as noted. At all kickplate locations provide four (4) beveled edges and provide countersunk screws with factory preparation for a flush surface when screws are installed.

Food Pass Latch:

Southern Steel or accepted equal

Food Pass Hinges: Shasta County Department of Public Works 08 71 63 Shasta County Jail Door Replacement Project Detention Door Hardware Contract No: 610534 Page 3

Southern Steel or accepted equal

Substitutions: Accepted equal.

2.2 KEYS, CYLINDER AND KEY CONTROL

Locks: Provide types and functions as scheduled; keyed on one or both sides as scheduled.

Keys:

Size bow dimensions as manufactured by ASSA Abloy. Fabricate keys out of heat-treated alloy bronze having a tensile strength of not less than 90,000 pounds and a hardness of the Brinnel scale of at least 170. Furnish ten mogul keys per each combination. For electric and manual sliding doors provide ten paracentric keys. Stamp each key with number or letter as directed by Owner.

Keys Furnished:

Individual keying master and grand master keying of all security type cylinders shall be only as directed by Owner. Furnish six master keys for each individual master key set established. Two- day keys for each lockset and/or cylinder shall be provided. The detention equipment manufacturer shall deliver keys for security locks directly to Owner. The person designated by Owner shall receive, acknowledge receipt and provide for guarded use of these keys during construction to ensure key integrity and security.

Pulls:

Provide integral recessed flush pulls at inmate side of holding/cell/sleeping room doors unless noted otherwise. Pulls are to be pre-installed in doors prior to delivery to the jail.

Hinges/Butts:

Attach hinges to doors and door frames with specified countersunk flat security-head stainless steel metal screws.

Other Products: Provide detention equipment hardware products not specifically mentioned but necessary to complete work, matching in quality and finish those products specified.

Hardware Finish: Standard 626/US26D and 630/US32D. LCN door closers to be 689 Aluminum Finish.

Electro Bolt Lock for swinging doors:

Electric Operation: Shasta County Department of Public Works 08 71 63 Shasta County Jail Door Replacement Project Detention Door Hardware Contract No: 610534 Page 4

Under electric operation, it shall be possible to:

1. Unlock the door by means of a push button switch located on the control panel. After being electrically unlocked, door shall automatically relock and deadlock when moved to the closed position.

In case of electrical failure, the lock shall fail in the locked position (secure). Electrical Requirements:

1. Lock supplier to verify and/or coordinate electrical requirements. 2. All electrical locks are to carry a UL label.

Contractor Responsibilities:

Detention Equipment Contractor shall provide and coordinate all doors, door frames, detention hardware, manual controls and factory- wired electrical units for each door and factory-wired door control panel, including relays, switches, position switch mangents and indicator lamps. Detention Equipment Contractor shall also provide necessary raceways for manual controls from control panel to each swinging door operated therefrom. Electrical Contractor shall furnish, install and connect to factory- wired terminal blocks all wiring from sources of supply to control panels and wires from control panels to electrical unit at each door. This shall include conduits and all other electrical units at each door, as well as conduits and other electrical equipment incident to power supply. Electrical Requirements:

1. Door Position Switch to require 5VDC low voltage power. 2. Locks to require 24 VDC low voltage power. 3. All electrical locks are to carry a UL label.

2.3 ADDITIONAL REQUIREMENTS

With each hardware product, provide suitable recommended plated steel, countersunk, flat, security Torx screws. Finish exposed (exposed under any condition) screws to match hardware finish or, if exposed in surfaces of other work, to match finish of such other work as closely as possible, including "prepared for paint" in surfaces to receive painted finish.

2.4 UNSCHEDULED HARDWARE

Rubber Door Silencers:

Provide rubber door silencer for each door opening in detention metal frame assemblies that are to be provided with a swing-type door. Three required for each opening where swing-type door is to be installed. Shasta County Department of Public Works 08 71 63 Shasta County Jail Door Replacement Project Detention Door Hardware Contract No: 610534 Page 5

Pass-Through Hardware: Provide for each pass-through:

Southern Folger 203FP food pass hinge with stop. Southern Folger 1017A latch with ASSA cylinder. or accepted equal

2.5 DETENTION DOOR HARDWARE

Products of certain manufacturers have been used in the preparation of the Detention Hardware and Door Operating Device Schedule. The use of a manufacturer's name or product model is not intended to prohibit use of equal products of other manufacturers, but is intended to establish a standard of quality. See Section 016000 “Product Requirements” for substitutions and product options.

See Exhibit “A”, Scope of Work”, for a description of the hardware to be installed.

General Hardware Requirements:

Butts: Full Mortise Institutional Hinge, US32D/630 finish.

Size: 4-1/2" wide x 4-1/2" high x 3/16" thick leaves. Quantity: Four butts for any door more than 85" high or 40" wide; three butts minimum for any door.

Stops: Wall mounted as required at all swing doors. Where exterior doors open out, provide back checks. Locks: Provide locks complete with strike and keeper. Paracentric Locks shall be supplied with appropriate mounting plates and escutcheons as required. Electric locks to be "fail secure." Raised and Flush Pulls: As listed in schedule. Door Position Indicator (DPI): As listed in schedule. Install in head of doors. All hardware to be US26D or US32D, unless noted otherwise. Anchor items with security or tamperproof screws. Comply with ASTM F1577.

PART 3 - EXECUTION

3.1 INSTALLATION PREPARATION

Inspection:

Examine and inspect all surfaces, anchors and grounds that are to receive material, fixtures, assemblies and equipment specified herein. Report all unsatisfactory conditions. Check location, "roughing-in” and field dimensions prior to beginning work. Do not begin installation until all unsatisfactory conditions have been corrected. Proceeding with installation will be construed as evidence of acceptance of conditions under which work will be done.

Protecting: Installer shall advise Contractor of required procedures for surveillance and protection of completed work. Advice shall extend through period of installation Shasta County Department of Public Works 08 71 63 Shasta County Jail Door Replacement Project Detention Door Hardware Contract No: 610534 Page 6

of other work near detention equipment work, and also through remainder of construction period for the purpose of ensuring that detention equipment will not be damaged.

3.2 INSTALLATION

Ship prepaid to door/frame manufacturer for factory installation the detention equipment hardware required for all types of detention equipment prison metal frame assemblies; deliver all other detention equipment hardware products to project site.

New doors will be primed and painted offsite, prior to installation. Floors will be protected by Contractor during construction. Minor scratches and scrapes to painting will be repaired by Contractor prior to acceptance.

3.3 FIELD QUALITY CONTROL

Detention equipment hardware manufacturer's representative is to inspect and approve work, in writing, after installation.

END OF SECTION 08 71 63 Shasta County Department of Public Works 08 88 53 Shasta County Jail Door Replacement Project Security Glazing Contract No: 610534 Page 1

SECURITY GLAZING

SECTION 08 88 53

PART 1 - - GENERAL

1.1 SECTION INCLUDES

1.1.1 Glazing for hollow metal frame security windows and doors.

1.1.2 Glazing accessories.

1.2 REFERENCES

1.2.1 The publications listed below form a part of this Section to the extent referenced. The publications are referred to in the text by the basic designation only.

1.2.2 Unless otherwise noted, standards, manuals, and codes refer to the latest edition of such standards, manuals, and codes as of the date of issue of this Project Manual.

1.2.3 Referenced Standards:

.1 AAMA 800–Voluntary Specifications and Test Methods for Sealants. .2 ASTM F1915–Standard Test Methods for Glazing for Detention Facilities. .3 ASTM C920–Standard Specification for Elastomeric Joint Sealants. .4 ASTM C1036–Standard Specification for Flat Glass. .5 ASTM C1048–Standard Specification for Heat-Treated Flat Glass – Kind HS, Kind FT Coated and Uncoated Glass. .6 ASTM C1349–Standard Specification for Architectural Flat Glass Clad Polycarbonate. .7 ASTM D256–Standard Test Methods for Determining the Izod Pendulum Impact Resistance of Plastics. .8 ASTM D790–Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. .9 ASTM D1003–Standard Test Method for Haze and Luminous Transmittance of Transparent Plastics. .10 GANA–Glazing Manual, latest edition. .11 H.P.White Laboratory, Inc – HPW-TP-0500.03 Test Procedure, Transparent Materials for Use in Forced Entry or Containment Barriers. .12 WMFL–Walker, McGough, Foltz, and Lyerla 8801 Attack Resistant Standard.

1.3 SUBMITTALS

1.3.1 Submit data on glazing types specified: Provide structural, physical and environmental test characteristics, size limitations, special handling or installation requirements.

1.3.2 Product data on glazing sealants, glazing tapes, and setting blocks: Provide functional and environmental characteristics, limitations, and special application requirements. Identify available colors. Shasta County Department of Public Works 08 88 53 Shasta County Jail Door Replacement Project Security Glazing Contract No: 610534 Page 2

1.3.3 Samples: Submit two samples, 12 inches x 12 inches in size illustrating each type of security glazing, clearly marked, in actual assembly for each type.

1.4 QUALITY ASSURANCE

1.4.1 Perform work in accordance with GANA Glazing Manual and Installer's Qualifications: The installation shall be performed only by an installation firm with a minimum of five years experience in this business. All work shall be performed by qualified mechanics that specialize in security glazing installation.

1.4.2 Manufacturer’s experience; Manufacturer shall have a minimum of five years experience, with documented installation of identical product to that specified.

1.5 PERFORMANCE REQUIREMENTS

1.5.1 Provide WMFL and ASTM F1915 Grade 1 Test Reports certified by independent testing laboratory for each type of security glazing products specified.

1.6 FIELD MEASUREMENTS

1.6.1 Verify that field measurements are as indicated on shop drawings.

1.7 COORDINATION

1.7.1 Coordinate the work with glazing frames, wall openings, and adjacent work.

1.8 DELIVERY, STORAGE AND HANDLING

1.8.1 Deliver glazing with manufacturer's labels intact and store in protected areas. Keep glazing free from contamination by materials capable of staining glazing.

1.8.2 Deliver glazing sealants, tapes, accessories, and specialty items in manufacturer's unopened, labeled packaging.

1.8.3 Handling: Glazing shall be carefully handled and glazed to avoid damage.

1.9 WARRANTY

1.9.1 Provide ten year warranty against delamination of security glazing.

PART 2 - - PRODUCTS

2.1 MANUFACTURERS – SECURITY GLAZING

2.1.1 Acceptable Manufacturers:

.1 Global Security Glazing ("Secur-Tem+Poly" Glass Clad Polycarbonate) .2 Oldcastle Building Envelope ("ArmorProtect" Glass Clad Polycarbonate) .3 Guardian Industries Corp. ("Safetee Clad" Glass Clad Polycarbonate) .4 The LTI Group (“Smartgard” Glass Clad Polycarbonate)

2.1.2 Or accepted equal. Shasta County Department of Public Works 08 88 53 Shasta County Jail Door Replacement Project Security Glazing Contract No: 610534 Page 3

2.2 SECURITY GLAZING TYPES

2.2.1 TYPE SG-1: Forced entry/bullet resistant security glass: Clear, heat or chemically strengthened glass on outboard faces laminated to multi-ply polycarbonate compositional sheet with clear urethane film. Nominal thickness: 3/4 inch.

.1 Product shall meet ASTM F1915 Grade 1 - 60 minute forced entry and one of the following:

a. WMFL Level II (60 minute forced entry, no penetration). b. H.P. White TP-0500.03 Level C Ballistics Modified (0.44 magnum, 3 shots, spall, no penetration).

.2 Basis of Design: Global Security Glazing 1-1/8 inch SecurTem+Poly SP-028 (modified with 1/4 inch heat or chemically strengthened glass outboard faces).

2.3 GLAZING COMPONENTS

2.3.1 Following materials are required as components for units except material requirements are general; provide specific materials as recommended by manufacturer (laminator) of units, to comply with ASTM C1349, specified minimum performance criteria, and additional requirements. Minimal distortion allowed.

.1 Glass Sheets: Type I, quality Q3 glass in conformance with ASTM C1036 and ASTM C1048. Outer layer of all units shall be clear heat or chemically strengthened glass; thicknesses as indicated above. .2 Polycarbonate Sheets: Clear, transparent, cast polycarbonate sheet with additional characteristics and performances as recommended by manufacturer (laminator) of units; with flexural strength of not less than 13,500 psi per ASTM D790; 240 degrees F allowable continuous service temperature; 95% light transmittance for 1/4 inch thick sheet per ASTM D1003; Izod strength of 16 ft.-lb. per inch minimum per ASTM D256. .3 Laminating Film: Clear, transparent, high-impact-resistant permanent urethane film of a composition which has successfully withstood a minimum of 20 year's exposure to sunlight and severe weather/temperature changes as required for specified "arms" rating and overall thickness lamination.

2.4 GLAZING SEALANTS

2.4.1 Material: Silicone sealants in conformance with ASTM C920.

.1 Interior Surfaces – Glazing to Hollow Metal Frame:

a. Pecora, Product: Dynaflex SC Security Sealant. b. Or accepted equal.

2.5 GLAZING TAPE

2.5.1 Material: 100 percent solids butyl tapes in conformance with AAMA 800.

2.5.2 Acceptable Manufacturers and Products: Shasta County Department of Public Works 08 88 53 Shasta County Jail Door Replacement Project Security Glazing Contract No: 610534 Page 4

.1 Tremco, Product: 440. .2 Parr Technologies, LLC, Product: PTI 303. .3 Or accepted equal.

2.6 GLAZING ACCESSORIES

2.6.1 Setting Blocks: Provide type recommended, subject to compatibility testing and approval by security glazing manufacturer.

.1 Neoprene or EPDM blocks with a Shore A Durometer hardness of 85, ±5%, chemically compatible with sealant used. .2 Santoprene (silicone). .3 Thermoplastic rubber.

2.6.2 Miscellaneous: Furnish all primers, sealers, blocks, shims, spacers, seals etc. as required for a complete installation.

PART 3 - - EXECUTION

3.1 EXAMINATION

3.1.1 Verify prepared openings for adequacy to receive glazing.

3.1.2 Verify openings for glazing are correctly sized and within tolerance.

3.1.3 Verify that surfaces of glazing channels or recesses are clean, free of obstructions, and ready to receive glazing.

3.2 PREPARATION

3.2.1 Clean contact surfaces with solvent and wipe dry.

3.2.2 Apply primer or sealer to joint surfaces wherever recommended by sealant manufacturer.

3.2.3 Check that glazing is free of edge damage and surface defects.

3.3 INSTALLATION

3.3.1 Install security glazing and accessories in accordance with glazing manufacturer’s recommendations.

3.3.2 Protect glazing from edge damage at all times during handling, installation, and subsequent operation of the glazed components of the work.

3.3.3 Glazing channel dimensions are intended to provide for necessary bite on the glazing, minimum edge clearance and adequate sealant thicknesses, with reasonable tolerances. The glazier is responsible for correct glazing size for each opening, within the tolerances and necessary dimensions established and for verifying the dimensions of the glazing stops. Shasta County Department of Public Works 08 88 53 Shasta County Jail Door Replacement Project Security Glazing Contract No: 610534 Page 5

3.3.4 At all interior detention doors and frames scheduled to receive security glazing, apply pick-proof sealant and set flush with edge of stop. Protruding sealant not installed in a neat, flush, professional manner shall be completely removed and replaced at no cost to Owner.

3.4 CURE AND PROTECTION

3.4.1 Cure glazing sealants, in compliance with manufacturer's instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability.

3.4.2 Protect glazing sealants and compounds during the construction period, so that they will be without deterioration or damage (other than normal weathering) at the time of Project Completion.

3.4.3 Remove and replace glazing that is broken, chipped, cracked, abraded or damaged during the construction period.

3.4.4 Leave entire work in neat, orderly, clean condition at time of Project Completion.

3.5 CLEANING GLAZING

3.5.1 Clean glazing.

3.5.2 Maintain glazing in a clean condition during construction so that it will not be damaged by corrosive action and will not contribute (by wash-off) to the deterioration of glazing materials and other work.

END OF SECTION 08 88 53 Shasta County Department of Public Works 09 22 16 Shasta County Jail Door Replacement Project Non-Structural Metal Framing Contract No: 610534 Page 1

NON-STRUCTURAL METAL FRAMING

SECTION 09 22 16

PART 1 - GENERAL

1.1 SECTION INCLUDES

1.1.1 Section includes metal stud framing and accessories at interior locations.

1.2 REFERENCES

1.2.1 The publications listed below form a part of this Section to the extent referenced. The publications are referred to in the text by the basic designation only.

1.2.2 Unless otherwise noted, standards, manuals, and codes refer to the latest edition of such standards, manuals, and codes as of the date of issue of this Project Manual.

1.2.3 Referenced Standards:

.1 ASTM A653/A653M–Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. .2 ASTM A924/A924M–Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process. .3 ASTM C645–Standard Specification for Nonstructural Steel Framing Members. .4 ASTM C754–Standard Specification for Installation of Steel Framing Members to Receive Screw-Attached Gypsum Panel Products. .5 ASTM C1513–Standard Specification for Steel Tapping Screws for Cold- Formed Steel Framing Connections. .6 SSPC Paint 20–Zinc Rich Primers.

1.3 SYSTEM DESCRIPTION

1.3.1 Metal stud framing system.

1.3.2 Maximum Allowable Deflection: 1:120 span

1.4 QUALITY ASSURANCE

1.4.1 Perform Work in accordance with ASTM C754.

1.4.2 Comply with California Building Code.

1.4.3 Form, fabricate, install, and connect components in accordance with ML/SFA 540. Shasta County Department of Public Works 09 22 16 Shasta County Jail Door Replacement Project Non-Structural Metal Framing Contract No: 610534 Page 2

1.5 QUALIFICATIONS

1.5.1 Manufacturer: Company specializing in manufacturing products specified in this Section.

1.5.2 Installer: Company specializing in performing Work of this Section.

1.6 COORDINATION

1.6.1 Coordinate placement of components within stud framing system.

PART 2 - - PRODUCTS

2.1 METAL FRAMING SYSTEM

2.1.1 Manufacturers:

.1 Clark/Western Building Systems .2 Dietrich Industries, Inc. .3 Marino/Ware .4 CEMCO .5 Or accepted equal.

2.2 COMPONENTS

2.2.1 Framing System Components: ASTM C645.

.1 18 Gauge, Fy = 33 ksi Minimum.

2.2.2 Studs/Joists: ASTM A653/A653M non-load bearing rolled steel, channel shaped, punched for utility access, depths and gauges and spacing as indicated on the drawings.

2.2.3 Tracks and Headers: Same material and thickness as studs, bent leg retainer notched to receive studs.

2.2.4 Furring and Bracing Members: Minimum 18 gauge steel in sizes and shapes as indicated on Drawings and to suit application..

2.2.5 Fasteners: ASTM C1513, self-drilling, self-tapping corrosion resistant screws.

2.2.6 Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20 Type II Organic zinc rich.

PART 3 - - EXECUTION

3.1 EXAMINATION

3.1.1 Verify rough-in utilities are in proper location.

3.2 INSTALLATION

3.2.1 Align and secure top and bottom runners as indicated on Drawings. Shasta County Department of Public Works 09 22 16 Shasta County Jail Door Replacement Project Non-Structural Metal Framing Contract No: 610534 Page 3

3.2.2 Install studs vertically at 16” unless otherwise noted on drawings.

3.2.3 Align stud web openings horizontally.

3.2.4 Secure studs to tracks as recommended by manufacturer.

3.2.5 Stud splicing not permissible.

3.2.6 Double stud at wall openings and ends of wall.

3.2.7 Brace stud framing system rigid.

3.2.8 Coordinate erection of studs with requirements of access door frames; install supports and attachments.

3.2.9 Backing/Blocking: Shall be provided for all wall finishes and for the supporting and anchorage of products, fixtures and equipment for all trades, including, but not limited to, trim, applied wall finishes, plumbing and electrical fixtures, etc. Coordinate size, type and location of backing and supports with manufacturer or supplier of items requiring backing/blocking.

3.3 ERECTION TOLERANCES

3.3.1 Maximum Variation From Indicated Position: 1/8” in 10’ (non-cumulative).

3.3.2 Maximum Variation From Plumb: 1/8” in 10’ (non-cumulative).

END OF SECTION 09 22 16 Shasta County Department of Public Works 09 91 00 Shasta County Jail Door Replacement Project Painting Contract No: 610534 Page 1

PAINTING

SECTION 09 91 00

PART 1 - GENERAL

1.1 SECTION INCLUDES

1.1.1 Surface preparation.

1.1.2 Painting schedules, including painting of exposed surfaces, except as otherwise specified or indicated.

1.2 REFERENCES

1.2.1 The publications listed below form a part of this Section to the extent referenced. The publications are referred to in the text by the basic designation only.

1.2.2 Referenced Standards, Manuals and Codes:

.1 STM D523 – Standard Test Method for Specular Gloss. .2 The Master Painters Institute, MPI Gloss and Sheen Levels.

1.3 QUALITY ASSURANCE

1.3.1 Product Manufacturer: Company specializing in manufacturing quality paint and finish products with sufficient documented experience.

1.3.2 Applicator: Company specializing in commercial painting and finishing with sufficient documented experience.

1.3.3 Gloss Levels: Per Master Painters Institute (MPI) gloss standards “MPI Gloss and Sheen Levels,” measured in accordance with ASTM D523.

SHEEN AT 85 GLOSS GLOSS AT 60 DEGREES DESCRIPTION DEGREES LEVEL ASTM D523 ASTM D523 and 10 units, G1 A traditional matte finish – flat. 5 units, maximum maximum A high side sheen flat - "a velvet- G2 10 units, maximum and 10 - 35 units like" finish. G3 A traditional "eggshell-like" finish. 10 - 25 units and 10 - 35 units and 35 units, G4 A "satin-like" finish. 20 - 35 units minimum G5 A traditional semi-gloss. 35 - 70 units - G6 A traditional gloss. 70 - 85 units - G7 A high gloss. More than 85 units - Shasta County Department of Public Works 09 91 00 Shasta County Jail Door Replacement Project Painting Contract No: 610534 Page 2

1.4 REGULATORY REQUIREMENTS

1.4.1 Conform to CBC for flame spread and smoke density requirements for finishes.

1.4.2 urnish certification that all paint coatings furnished for the location of the project comply with the EPA clean air act for permissible levels of volatile organic content for architectural coatings applied in California as designated by California Air Resources Board (CARB).

1.5 SUBMITTALS

1.5.1 Provide product data on all finishing products.

1.5.2 Submit four brush-out samples 8 inches by 10 inches in size illustrating color selected for each surface finishing product scheduled.

1.6 DELIVERY, STORAGE AND HANDLING

1.6.1 Deliver products to site in manufacturer's original unopened, labeled containers; inspect to verify acceptance.

1.6.2 Store and protect products from abuse and contamination.

1.6.3 Container labeling is to include manufacturer's name, type of paint, brand name, brand code, coverage, surface preparation, drying time, cleanup, color designation and instructions for mixing and reducing.

1.6.4 Store paint materials at minimum ambient temperature of 50 degrees F and a maximum of 90 degrees F, in well-ventilated area, unless required otherwise by manufacturer's instructions.

1.6.5 Take precautionary measures to prevent fire hazards and spontaneous combustion.

1.7 ENVIRONMENTAL REQUIREMENTS

1.7.1 Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 50 degrees F for 24 hours before, during and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions.

1.7.2 Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent, unless required otherwise by manufacturer's instructions.

1.7.3 Minimum Application Temperatures for Latex Paints: 50 degrees F for exterior work and interior work, unless required otherwise by manufacturer's instructions.

1.7.4 Provide lighting level of 80 foot candles measured mid-height at substrate surface.

1.8 EXTRA STOCK

1.8.1 Provide a new and unopened one-gallon container of each type, color and sheen to County. Shasta County Department of Public Works 09 91 00 Shasta County Jail Door Replacement Project Painting Contract No: 610534 Page 3

1.8.2 Label each container with color, in addition to the manufacturer's label.

PART 2 - PRODUCTS

2.1 PAINT SYSTEMS, GENERAL

2.1.1 Material Compatibility:

.1 Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. .2 For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated.

2.2 ACCEPTABLE MANUFACTURERS – PAINT

2.2.1 Refer to Table at the end of this Section.

2.2.2 Or accepted equal.

2.3 ACCEPTABLE MANUFACTURERS – PRIMER SEALERS

2.3.1 Refer to Table at the end of this Section.

2.3.2 Or accepted equal.

2.4 MATERIALS

2.4.1 All paint materials shall be provided from a single manufacturer unless noted otherwise in this Section.

2.4.2 Coatings: Ready mixed. Process pigments to a soft paste consistency capable of being readily and uniformly dispersed to a homogeneous coating.

2.4.3 Coatings: Good flow and brushing properties; capable of drying or curing free of streaks or sags.

2.4.4 Accessory Materials: All other materials not specifically indicated but required to achieve the finishes specified, of commercial quality.

2.5 FINISHES

2.5.1 Refer to schedule at end of Section for surface finish schedule. Refer to Drawings for color schedule.

PART 3 - EXECUTION

3.1 INSPECTION

3.1.1 Verify that surfaces are ready to receive work as instructed by the product manufacturer. Shasta County Department of Public Works 09 91 00 Shasta County Jail Door Replacement Project Painting Contract No: 610534 Page 4

3.1.2 Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application.

3.1.3 Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums:

.1 Concrete Masonry Units: 10 percent.

3.1.4 Beginning of application constitutes acceptance of existing surfaces.

3.2 PREPARATION

3.2.1 Remove electrical plates, hardware, light fixture trim, and fittings prior to preparing surfaces or painting.

3.2.2 Correct minor defects and clean surfaces that affect work of this Section.

3.2.3 Seal marks that may bleed through surface finishes.

3.2.4 Impervious Surfaces: Remove mildew by scrubbing with solution of tri-sodium phosphate and bleach. Rinse with clean water and allow surface to dry.

3.2.5 Gypsum Board Surfaces: Latex fill minor defects. Spot-prime defects after repair.

3.2.6 Galvanized Surfaces: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer, unless otherwise recommended by finish coating system manufacturer.

3.2.7 Shop-Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces as recommended by primer manufacturer. Prime shop-primed steel items with steel primers specified in this Section.

3.3 PROTECTION

3.3.1 Protect elements surrounding the work of this Section from damage or disfiguration.

3.3.2 Repair damage to other surfaces caused by work of this Section.

3.3.3 Furnish drop cloths, shields and protective methods to prevent spray or droppings from disfiguring other surfaces.

3.3.4 Remove empty paint containers from site.

3.4 APPLICATION

3.4.1 Apply products in accordance with manufacturer's instructions.

.1 Paint mil thicknesses shall not be less than the minimums recommended by the paint manufacturers.

3.4.2 Do not apply finishes to surfaces that are not dry. Shasta County Department of Public Works 09 91 00 Shasta County Jail Door Replacement Project Painting Contract No: 610534 Page 5

3.4.3 Apply each coat to uniform finish.

3.4.4 Apply each coat of paint slightly darker than preceding coat unless otherwise approved.

3.4.5 Sand lightly between coats to achieve required finish.

3.4.6 Allow applied coat to dry before next coat is applied.

3.5 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT

3.5.1 Paint interior surfaces of air ducts and convector heating cabinets that are visible through grilles and louvers with one) coat of flat black paint, to limit of sight line. Paint dampers exposed behind grilles to match face panels. Paint all new interior and exterior exposed ductwork and ductwork supports. Paint all new conduit, pipes and conduit/pipe supports in exposed interior and exterior locations.

3.5.2 Reinstall electrical plates, hardware, light fixture trim, and fittings removed for surface preparation or painting.

3.5.3 Do not paint factory-finished mechanical and electrical equipment.

3.6 CLEANING

3.6.1 As Work proceeds, promptly remove paint where spilled, splashed or spattered.

3.6.2 During progress of Work, maintain premises free of unnecessary accumulation of tools, equipment, surplus materials and debris.

3.6.3 Collect cotton waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove from site daily.

3.7 PAINTING SYSTEMS

3.7.1 Provide the following paint systems:

APPLICATION TYPE MPI Sherwin Or Gloss Williams Equal Level PRIMERS – 1 COAT Metals Waterbased Epoxy G5 B58W610 Macropoxy 646 Masonry Latex G4 B25W0025 Block Filler FINISHES – 2 COATS Metals Polyurethane G5 B65W00350 Hi-Solids Masonry Acrylic G4 B66W01561 Multi-Surface

END OF SECTION 09 91 00 Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 1

DETENTION EQUIPMENT CONTRACTOR

SECTION 11 98 00

PART 1 - GENERAL

1.1 SECTION INCLUDES

1.1.1 Detention Equipment Contractor.

1.1.2 Suppliers.

1.1.3 Installers.

1.2 RELATED SECTIONS

1.2.1 Section 07 92 00 – Joint Sealants: Security sealants.

1.2.2 Section 08 43 63 – Detention Doors and Frames.

1.2.3 Section 08 71 63 – Detention Door Hardware.

1.2.4 Section 08 88 53 – Security Glazing.

1.2.5 Section 11 98 16 – Detention Fasteners.

1.2.6 Section 11 98 36 – Detention Furnishings.

1.2.7 Division 26 – Electrical.

1.3 REFERENCES

1.3.1 The publications listed below form a part of this Section to the extent referenced. The publications are referred to in the text by the basic designation only.

1.3.2 Standards, manuals, and codes refer to the latest edition of such standards, manuals, and codes in effect as of the date of issue of this Project Manual, unless indicated otherwise in CBC Chapter 35 and CFC Chapter 80.

1.3.3 Referenced Standards:

.1 ASTM A36 – Structural Steel. .2 ASTM A366 – Steel, cold rolled. .3 ASTM A526 – Galvanized Steel. .4 ASTM A569 – Commercial Grade, hot rolled and pickled steel. .5 FS FF-S325 – Expansion Anchors, and Anchor Bolts. .6 FS QQ-A325 – Finish for Wedge Type Expansion Anchor.

1.4 SUBMITTALS Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 2

1.4.1 Shop drawings for fabrication, erection and installation of all items of detention equipment. Include plans, elevations and large scale details where applicable. Show anchorage and accessory items, and include electrical junction boxes, conduit and wiring locations and connections, to insure a complete and proper installation. All delays and time overruns caused by incomplete submittals may be assessed to Contractor.

1.4.2 Coordinated shop drawings shall include materials and installation of all Division 11 Detention Specification Sections, and shall be coordinated with all other related Sections including those listed above in Article 1.2, Related Sections.

1.4.3 Manufacturer's product data and installation instructions for each standard equipment and hardware item.

1.5 OPERATIONS AND MAINTENANCE DATA

1.5.1 Detention equipment manufacturer shall furnish operating and specifications manuals for all detention equipment and provide instruction for the care of finishes and materials.

1.6 QUALITY ASSURANCE

1.6.1 The Detention Equipment Contractor shall be responsible for:

.1 Installation of Owner-furnished Detention Equipment. .2 Coordination of all interfaces of his work with fabrication and installation of items specified in Sections listed in Article 1.2, Related Sections. .3 Compliance with all requirements as listed in each section of specifications for which he is responsible.

1.6.2 The Detention Equipment Contractor shall exhibit the following qualifications: Subcontract the provision of detention equipment to a single firm. The firm shall meet the following minimum requirements:

.1 Detention Equipment Provider shall be regularly and presently engaged in the design, fabrication, and installation of detention equipment as one of its principal products. .2 Detention Equipment Provider shall have technically qualified, experienced and trained personnel, with a minimum of five years’ experience, to install specified items. .3 Detention Equipment Provider shall have executed as least five separate detention and/or correction projects equal or greater in size than this Project which embody the same type of detention equipment as proposed for this Project. These Projects shall have been in actual and satisfactory use for not less than one year.

1.6.3 Proposals will be considered only from competent and reputable companies who specialize in this particular service and who can show to the satisfaction of the Owner that they are fully capable of completing detention equipment-type work in accordance with these construction documents. Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 3

1.6.4 Detention Equipment Contractors shall provide the following information to obtain approval of qualification:

.1 Brief description of the firm including length of time in business. .2 List of all projects the firm has worked on in the last five years. List Title, Location, Owner Contact, General Contractor, Architect, services provided and dollar value of your service. Identify those projects of equal size and service to this project. .3 List of five references with phone numbers who can attest to your qualifications, expertise and quality of work. .4 Résumés of key personnel within your company and of those who will be involved with this project as a manager, fabricator or installer, along with each person’s particular expertise and years of service. .5 Provide a brief financial statement describing the stability of the company. .6 Provide a letter from Surety Company outlining bonding capabilities, overall limit and current bonds outstanding. List occurrences in the last five years where a bonding company was drawn upon to complete any work on your projects. .7 If you propose subcontracting any of your services, provide information and bonding capabilities on this subcontractor. .8 Provide a list of services you propose to provide as part of this project. Include also a list of those services you will specifically exclude from this project.

1.6.5 Note: Approval of a firm as Detention Equipment Contractor does not relieve them from furnishing all materials and services required by the Contract Documents.

1.6.6 Qualification of Detention Equipment Subcontractors: Use only subcontractors acceptable to all detention equipment manufacturers and to the Detention Equipment Contractor. Use adequate numbers of skilled workmen thoroughly trained and experienced in the necessary crafts, who are completely familiar with the specified requirements and methods needed for proper performance of the work.

1.6.7 Qualifications of Manufacturers: Products used in the work of these Sections shall be produced by manufacturers regularly engaged in manufacture of detention equipment and with a history of successful production acceptable to the Owner.

1.6.8 Furnish all items to be embedded in other work. Include instructions for placement. Review installation of embedded items and report status of installation to the Owner.

1.6.9 Detention Equipment Contractor shall perform final field installation of detention doors, hardware, and other detention equipment.

PART 2 - PRODUCTS

2.1 MATERIALS

2.1.1 General:

.1 The manufacturers, suppliers and warrantors shall make special efforts to comply with General Contractor’s scheduling requirements with regard to Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 4

early delivery of hollow metal frames and other items needed to proceed with adjacent or related work. .2 The Detention Equipment Contractor is responsible for providing detention equipment detention metal frame assemblies, complete with all products required, for putting in operable condition all items of work and for furnishing all items required for complete installation of products including anchors, and other necessary fasteners/accessories for anchorage as required by conditions of installation.

2.1.2 Materials, Components and Fabrication: Comply with requirements in each Section of detention equipment and/or furnishings; provide direct to Contractor each type of detention equipment only from a "single" detention equipment contractor.

2.2 DETENTION EQUIPMENT CONTRACTORS

2.2.1 Pre-Approved Detention Equipment Contractors:

.1 Southern Folger .2 Cornerstone Detention Products .3 Maximum Security Products Corp. .4 Universal Security Products, Inc. .5 Montgomery Technology, Inc. .6 CML Security .7 Capital Builders Hardware, Inc. .8 Or accepted equal.

2.3 OTHER MANUFACTURERS, SUPPLIERS

2.3.1 Substitutions: Under provisions of Division 01. In addition, submit:

.1 Résumés of personnel in manufacturer's/supplier's organization that have sufficient documented experience in the design, fabrication and installation of equipment comparable in quality and type to that required herein, and a listing of not less than five projects, comparable in quality and type to this project, that have been executed under direction of said personnel. .2 Names and locations of detention installations completed within last year. .3 List of five separate jails equal in size or greater than this project which embody the same systems as proposed for use under these specifications and which have been in actual and satisfactory use under detention conditions and in continuous operation for at least two years. .4 Proposals will be considered only from competent and reputable manufacturers/suppliers who specialize in this particular branch of work and who can show to the satisfaction of the Owner that they are fully capable of completing detention equipment work in accordance with Contract Documents. .5 In the Contract Documents preparation, specific materials and methods have been described and drawn in order to establish a standard of quality and of effect desired. The Owner reserves the right to consider each request for substitution on merits of material furnished by any one manufacturer or supplier and to reject any or all requests which are not in Owner's best interest. Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 5

.6 Provide a letter from Surety Company outlining bonding capabilities, overall limit and current bonds outstanding. List occurrences in the last five years where bonding company was drawn upon to complete any project. .7 Outline the following:

a. Approved installers or list of persons within the firm that are currently installing products or services, with clarification of:

1. How many years each person has provided this service and what particular product comprises his expertise. In other words, which portion(s) of this project do you propose he install? List each installer/product separately. 2. How many installations of this size or larger have they completed? 3. If you propose using a subcontractor for any portion of the installation, provide information of bonding capabilities, or how you will insure their work/liabilities.

b. A critical path outlining time line from award of contract to delivery of your product on-site and installation/follow-up proposals. c. A complete list of what you consider to be your "standard" services and all miscellaneous appurtenances that you will provide for installation of your product, and its total function in a "standard" application. d. A list of all exclusions of materials that you interpret as not being a part of your contract. e. All warranty information on your particular product/service in a "standard" application. f. List of all technical/managerial staff that will assist on this project, the qualifications/experience of each on a project of this size, their particular involvement, and the number of years with your firm.

PART 3 - EXECUTION

3.1 INSTALLATION

3.1.1 General:

.1 Do not install products that are damaged or defective. .2 Securely anchor products in locations indicated on drawings, or as recommended by manufacturer and accepted by Owner.

a. Install in alignment, free from warp, twist or distortion, plumb, level and true. b. Comply with reviewed shop drawings, manufacturer's instructions and recommendations for both handling and installation of the products for particular conditions of installation in each case, except:

1. Where more stringent requirements are indicated or specified. 2. Where project conditions require extra precautions or provisions for satisfactory performance of work. Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 6

.3 Where printed instructions are not available or do not apply to project conditions, consult manufacturer's technical representative for specific recommendations before proceeding.

3.1.2 Cutting, Fitting and Placement

.1 Perform cutting, drilling and fitting required for installation of detention equipment. .2 Set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels with lines visually parallel. .3 Cut necessary holes for installation of mechanical and electrical work in detention equipment; comply with templates or detail drawings furnished by other trades prior to fabrication and installation of detention work.

3.1.3 Provide all anchors and other attachment devices necessary to install Owner-furnished Contractor-installed detention equipment.

3.2 ADJUSTING, REPAIRING AND CLEANING

3.2.1 After connections to electrical power are made, test products to verify operational characteristics.

3.2.2 Adjust and lubricate moving parts to operate smoothly, quietly and without binding.

3.2.3 Remove from product surfaces the manufacturer's temporary labels, protective coatings and marks of identification if provided; thoroughly wash surfaces and remove foreign material.

3.2.4 After erection, prior to touch-up painting, remove objectionable foreign material from metal surfaces including connections. Where surfaces are to be exposed to view, grind welds smooth; finish holes, defects, and other imperfections so surfaces will be smooth when painted. Use metal body filler to fill joints at metal-to-metal joints or other gaps as directed by Owner including all joints or gaps in field assembled detention hollow metal items or detention equipment. Any gaps greater than 1/4 inch between detention hollow metal or detention equipment and CMU walls to be closed with 1/8 inch steel angle or 1/8 inch steel plate and sealed with security sealant as appropriate for a neat installation. All gaps of less than 1/4 inch are to be sealed. This shall include all areas in secure perimeter as the Owner shall deem necessary.

3.2.5 Touch-up welds, bolted connections and all abraded/damaged areas in shop-applied finish with same type paint as metal primer used in fabrication shop.

3.2.6 Work shall be free from scratches, dents, permanent discoloration and other defects. Remove and replace damaged parts, and surfaces with imperfections, or items damaged during installation or thereafter before time of final project acceptance. Leave entire work in neat, orderly, clean condition.

3.3 PROTECTION

3.3.1 Protect products installed by detention equipment installer from damage. Shasta County Department of Public Works 11 98 00 Shasta County Jail Door Replacement Project Detention Equipment Contractor Contract No: 610534 Page 7

3.4 EXTRA STOCK/SPARE PARTS

3.4.1 Provide six sets of special tools to manually operate motor controlled doors. Delivery shall be by registered mail direct to Owner.

3.4.2 Provide at least three screwdrivers (or special wrenches, if applicable) for each size and type of countersunk flat security head metal screw.

3.4.3 Deliver extra stock/spare parts to authorized Owner's representative at project site packed in a carton to provide protection during transit and project site storage; store where directed and obtain written receipt when delivered.

3.5 INSTRUCTION AND TRAINING PERIOD

3.5.1 Provide operating/maintenance manuals and instructions as specified in the Contract.

3.5.2 Detention equipment supplier shall provide a representative acceptable to Owner and specially trained in operation of detention equipment, with thorough knowledge of its mechanisms, for an on-site instruction and training period involving Owner's designated personnel, which will not exceed five 8-hour days in length but shall be a minimum of three 8-hour days in length, during each fiscal year. Representative must be capable of training personnel in operation of detention equipment and instructing maintenance personnel in its operation, repair and upkeep. Detention equipment supplier shall obtain signatures from these designated personnel verifying their participation in this training and shall forward this verification to Owner for review.

END OF SECTION 11 98 00 Shasta County Department of Public Works 11 98 16 Shasta County Jail Door Replacement Project Detention Fasteners Contract No: 610534 Page 1

DETENTION FASTENERS

SECTION 11 98 16

PART 1 - GENERAL

1.1 SECTION INCLUDES

1.1.1 Security Screws. 1.2 SUBMITTALS

1.1.2 Submit product information for each type of fastener. 1.3 COORDINATION

1.1.3 Coordinate Work and scheduling of the Work of this Section with other trades for anchorage and location. 1.4 INSPECTION

1.1.4 Examine all subsurfaces to receive Work and report, in writing, to General Contractor, with a copy to the company, any conditions detrimental to work. Failure to observe this injunction constitutes a waiver to any subsequent claims to the corrections the company may require. Commencement of Work will be construed as acceptance of all subsurfaces. 1.5 DELIVERY, STORAGE AND HANDLING

1.1.5 Deliver all manufactured materials in original containers bearing manufacturer's name and brand. Use only one brand for material throughout job. Store materials within building in locations directed by General Contractor.

PART 2 - PRODUCTS

2.1 SECURITY SCREWS

2.1.1 All exposed fasteners in the project, including fasteners used in fabrication of project components, shall be security screws as specified herein, whether called for on the drawings or not, unless the components or location is specifically excluded by inclusion on the list below.

2.1.2 Excluded Items and Locations:

.1 Mechanical, electrical, generator or electronic equipment rooms, including roof-mounted equipment. .2 Control rooms and attendant equipment in those rooms, except control panel. .3 Above suspended ceilings, behind access panels and within pipe or duct chases. .4 Wall board screws. .5 All areas not within the secure perimeter of the facility. Shasta County Department of Public Works 11 98 16 Shasta County Jail Door Replacement Project Detention Fasteners Contract No: 610534 Page 2

2.1.3 All security screws shall be operable by tools produced for use on the specified security screws by manufacturer or other fabricators licensed by them.

2.1.4 Security screw head style and plating shall be selected as appropriate for installation requirements, strength and finish of adjacent materials except that all screws in painted materials shall be stainless steel. Size and shape variation shall be such that no more than six different tools/wrenches are required for all security screws on projects.

2.1.5 Types Allowed:

.1 Pinned "Torx" head. .2 Pinned "Allen" head.

2.1.6 Provide three complete sets of tools required for all security screws on the project.

2.2 MANUFACTURERS

2.2.1 Security screws may be obtained through the following dealers:

.1 Riteloc Company, Freeport, NY; 516-378-1020. .2 Hol-Krame Company, West Hartford, CT; 203-523-5235. .3 Tamper-Pruf Screws, Inc., Paramount, CA; 213-531-9364. .4 Camcar Division of Textron, Inc., Rockford, IL; 815-226-7721. .5 Safety Socket Screw Corporation, Chicago, IL; 312-763-2020. .6 Bryce Fastener Company, Inc., Seattle, WA; 800-542-7031.

2.2.2 Or accepted equal.

PART 3 - EXECUTION

3.1 INSTALLATION

3.1.1 Installation detention fasteners in accordance with the manufacturer's instructions.

3.1.2 Check and adjust all operating mechanisms to insure proper function in accordance with the manufacturer's recommendation.

END OF SECTION 11 98 16 Shasta County Department of Public Works 26 05 19 Shasta County Jail Door Replacement Project Low-Voltage Electrical Power Conductors and Cables Contract No: 610534 Page 1

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

SECTION 26 05 19

PART 1 - GENERAL

1.1 SUMMARY

Section Includes:

Copper building wire rated 600 V or less. Metal-clad cable, Type MC, rated 600 V or less. Connectors, splices, and terminations rated 600 V and less.

1.2 DEFINITIONS

MOCP: Maximum overcurrent protection.

MCA: Minimum circuit ampacity.

Exposed: On or attached to the surface or behind panels designed to allow access. Raceways and cables in unfinished basements in accessible underfloor areas or attics; or behind, above, or below panels designed to allow access; and that may be removed without damage to the building structure or finish are considered exposed.

Concealed: Rendered inaccessible by the structure of finish of the building. Raceways and cables supported or located within hollow frames or permanently enclosed by the finish of buildings are considered concealed.

1.3 ACTION SUBMITTALS

Product Data: For each type of product.

PART 2 - PRODUCTS

2.1 COPPER BUILDING WIRE

Description: Flexible, insulated and uninsulated, drawn copper current-carrying con- ductor with an overall insulation layer or jacket, or both, rated 600 V or less.

Manufacturers: Subject to compliance with requirements, available manufacturers of- fering products that may be incorporated into the Work include, but are not limited to the following:

Southwire Company. Okonite.

Standards: Shasta County Department of Public Works 26 05 19 Shasta County Jail Door Replacement Project Low-Voltage Electrical Power Conductors and Cables Contract No: 610534 Page 2

Listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and use. Conductor and Cable Marking: Comply with wire and cable marking accord- ing to UL's "Wire and Cable Marking and Application Guide."

Conductors: Copper, complying with ASTM B3 for bare annealed copper and with ASTM B8 or ASTM B496 for stranded conductors.

Conductor Insulation:

Type THHN and Type THWN-2: Comply with UL 83. Type XHHW-2: Comply with UL 44.

2.2 METAL-CLAD CABLE, TYPE MC (NON-HOSPITAL GRADE)

Description: A factory assembly of one or more current-carrying insulated conductors in an overall metallic sheath.

Manufacturers: Subject to compliance with requirements, available manufacturers of- fering products that may be incorporated into the Work include, but are not limited to the following:

General Cable Technologies Corporation. Southwire Company.

Standards:

Listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and use. Comply with UL 1569. RoHS compliant. Conductor and Cable Marking: Comply with wire and cable marking accord- ing to UL's "Wire and Cable Marking and Application Guide."

Ground Conductor: Insulated.

Conductor Insulation:

Type TFN/THHN/THWN-2: Comply with UL 83. Type XHHW-2: Comply with UL 44. 2.2.6 Armor: Steel, interlocked. Jacket: PVC applied over armor when used in crawl spaces. Suitable for wet or damp locations per CEC 330.10(11). Non-damp or wet locations may use dry location rated MC.

2.3 CONNECTORS AND SPLICES

Description: Factory-fabricated connectors, splices, and lugs of size, ampacity rating, material, type, and class for application and service indicated; listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and use. Shasta County Department of Public Works 26 05 19 Shasta County Jail Door Replacement Project Low-Voltage Electrical Power Conductors and Cables Contract No: 610534 Page 3

Manufacturers: Subject to compliance with requirements, available manufacturers of- fering products that may be incorporated into the Work include, but are not limited to the following:

3M Electrical Products. Greaves. Hubbell Power Systems, Inc. Ideal Industries, Inc. ILSCO. NSi Industries LLC. Thomas & Betts Corporation; A Member of the ABB Group.

Jacketed Cable Connectors: For steel and aluminum jacketed cables, zinc die-cast with set screws, designed to connect conductors specified in this Section.

Lugs: One piece, seamless, designed to terminate conductors specified in this Section.

Material: Copper. Type: One or two-hole with standard or long barrels. Termination: Compression.

Splices shall be in accordance with the CEC and UL Listing. Above Ground Splices for No. 10 AWG and Smaller:

Solderless, screw-on, reusable pressure cable type, with integral insulation, approved for copper and aluminum conductors. The integral insulator shall have a skirt to completely cover the stripped con- ductors. The number, size, and combination of conductors used with the connector, as listed on the manufacturer's packaging, shall be strictly followed.

PART 3 - EXECUTION

3.1 INSTALLATION

Comply with:

CEC Chapter 2 for Wiring and Protection. CEC Chapter 3 for Wiring Methods and Materials. NECA 1: Standard Practices for Good Workmanship in Electrical Construc- tion. NECA 101 Standard for Installing Steel Conduits (RMC, IMC, EMT)

The contractor shall verify MOCP and MCA requirements with the listing and label- ing of each piece of equipment or device delivered to the field and determine if the feeder or branch circuit is compliant with the listing and labeling. Comply with CEC 110.3 and 422.60. The contractor shall inform the EEOR of any discrepancies.

It is assumed that all terminations in the field shall have minimum rated 75°C rated terminals. The contractor shall field verify all terminals for connection in compliance Shasta County Department of Public Works 26 05 19 Shasta County Jail Door Replacement Project Low-Voltage Electrical Power Conductors and Cables Contract No: 610534 Page 4

with CEC 110.14. The contractor shall inform the Engineer of Record of any termi- nals deviating from 75°C. All conductors are rated for 75°C on plans unless otherwise noted.

3.2 CONDUCTOR MATERIAL APPLICATIONS

Branch Circuits and Feeders: THHN/THWN-2 Copper; solid for No. 12 AWG and smaller; stranded for No. 10 AWG and larger.

3.3 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

Feeders: Concealed or exposed: Type THHN/THWN-2, single conductors in raceway.

Branch Circuits:

General:

Branch circuits shall be routed as single conductors in raceway from the panelboard until reaching the room, space, device, or equipment served. The use of flexible raceway to equipment, appliances, surface and lay-in luminaires and devices shall be limited to 6’-0”. The use of metal-clad cable to equipment and appliances is prohib- ited. Metal-clad cable may be used to serve surface and lay-in luminaires and devices where lengths shall not exceed 20’-0” from the junction box served by the raceway.

Exposed Branch Circuits not readily visible without removal of an access panel: Type THHN/THWN-2 or XHHW-2, single conductors in raceway. Exposed Branch Circuits readily visible: Type THHN/THWN-2 or XHHW-2, single conductors in raceway. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN/THWN-2 or XHHW-2, single conductors in raceway or Metal- clad cable, Type MC. Branch Circuits Concealed in Concrete: Type THHN/THWN-2 or XHHW-2, single conductors in raceway.

Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application. Com- ply with CEC Article 400.

3.4 INSTALLATION OF CONDUCTORS AND CABLES

Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.

Use manufacturer-approved pulling compound or lubricant where necessary; com- pound used must not deteriorate conductor or insulation. Do not exceed manufactur- er's recommended maximum pulling tensions and sidewall pressure values. Shasta County Department of Public Works 26 05 19 Shasta County Jail Door Replacement Project Low-Voltage Electrical Power Conductors and Cables Contract No: 610534 Page 5

Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

Install exposed cables parallel and perpendicular to surfaces of exposed structural members and follow surface contours where possible.

Wiring within Enclosures: Separate power-limited and non-power-limited conductors as recommended by manufacturer with a minimum separation of 0’-6”. Install con- ductors parallel with or at right angles to sides and back of the enclosure. Bundle, lace, and train conductors to terminal points with no excess. Connect conductors that are terminated, spliced, or interrupted in any enclosure associated with fire-alarm sys- tem to terminal blocks. Mark each terminal according to system's wiring diagrams. Make all connections with approved crimp-on terminal spade lugs, pressure-type ter- minal blocks, or plug connectors.

Cable Taps: Use numbered terminal strips in junction, pull, and outlet boxes; cabinets; or equipment enclosures where circuit connections are made.

Color-Coding: Color-code Division 27 and Division 28 conductors differently from normal building power wiring.

3.5 CONNECTIONS

Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A-486B.

Make splices, terminations, and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than un- spliced conductors.

Use oxide inhibitor in each splice, termination, and tap for aluminum conduc- tors. Comply with CEC 110.14

Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.

3.6 IDENTIFICATION

Identify and color-code conductors and cables according to Section 260553 "Identifi- cation for Electrical Systems."

3.7 FIELD QUALITY CONTROL

Testing Agency: Engage a qualified testing agency to perform tests and inspections.

Perform tests and inspections:

After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors for compliance with requirements. Shasta County Department of Public Works 26 05 19 Shasta County Jail Door Replacement Project Low-Voltage Electrical Power Conductors and Cables Contract No: 610534 Page 6

END OF SECTION 26 05 19 Shasta County Department of Public Works 26 05 29 Shasta County Jail Door Replacement Project Hangers and Supports for Electrical Systems Contract No: 610534 Page 1

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

SECTION 26 05 29

PART 1 - GENERAL

1.1 SUMMARY

Section Includes:

Steel slotted support systems. Conduit and cable support devices. Mounting, anchoring, and attachment components, including powder-actuated fasteners, mechanical expansion anchors, concrete inserts, clamps, through bolts, toggle bolts, and hanger rods.

PART 2 - PRODUCTS

2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

Conduit and Cable Support Devices: Galvanized Steel hangers, clamps, and associ- ated fittings, designed for types and sizes of raceway or cable to be supported.

Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:

Mechanical-Expansion Anchors: Insert-wedge-type, stainless steel, for use in hardened portland cement concrete, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used. Clamps for Attachment to Steel Structural Elements: MSS SP-58 units are suitable for attached structural element. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM F3125/F3125M, Grade A325. Toggle Bolts: Stainless-steel springhead type. Hanger Rods: Threaded galvanized steel.

PART 3 - EXECUTION

3.1 APPLICATION

Comply with the following standards for application and installation requirements of hangers and supports, except where requirements on Drawings or in this Section are stricter:

NECA 1 (Good Workmanship Standards). NECA 101 (Metallic Raceway Standards). NECA 105 (Metal Tray Standards). NECA 111 (Nonmetallic Raceway Standards). California Electric Code 300.19 and Table 300.19 (A) for vertical cable sup- ports. Shasta County Department of Public Works 26 05 29 Shasta County Jail Door Replacement Project Hangers and Supports for Electrical Systems Contract No: 610534 Page 2

Maximum Support Spacing and Minimum Hanger Rod Size for Raceways: Space sup- ports for EMT, and RMC as required by CEC. Minimum rod size shall be 1/4 inch in diameter.

Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slot- ted or other support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits.

Secure raceways and cables to these supports with two-bolt conduit clamps.

Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication sys- tems above suspended ceilings, and for fastening raceways to trapeze supports.

3.2 SUPPORT INSTALLATION

Comply with NECA 1 and NECA 101 for installation requirements except as speci- fied in this article.

Raceway Support Methods: In addition to methods described in NECA 1, EMT IMC and RMC may be supported by openings through structure members, according to CEC.

Strength of Support Assemblies: Where indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified load- ing limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb.

Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code:

To Wood: Fasten with lag screws or through bolts with minimum 3” embed- ment. To New Concrete: Bolt to concrete inserts. To Masonry: Approved toggle-type bolts on hollow masonry units and expan- sion anchor fasteners on solid masonry units. To Existing Concrete: Expansion anchor fasteners. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick. To Steel: Beam clamps (MSS SP-58, Type 19, 21, 23, 25, or 27), complying with MSS SP-69. To Light Steel: Sheet metal screws. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junc- tion boxes, transformers, and other devices on slotted-channel racks attached to substrate by means that comply with seismic-restraint strength and anchor- age requirements. Shasta County Department of Public Works 26 05 29 Shasta County Jail Door Replacement Project Hangers and Supports for Electrical Systems Contract No: 610534 Page 3

Drill holes for expansion anchors in concrete at locations and to depths that avoid the need for reinforcing bars.

3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.

3.4 PAINTING

Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas im- mediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted sur- faces.

Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.

Touchup: Comply with requirements in Specification Division 09 and Architectural plan sheets for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.

Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A780.

END OF SECTION 26 05 29 Shasta County Department of Public Works 26 05 33 Shasta County Jail Door Replacement Project Raceways and Boxes for Electrical Systems Contract No: 610534 Page 1

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS

SECTION 26 05 33

PART 1 - GENERAL

1.1 REFERENCES

See Specification Section 26 05 44, “SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING”.

1.2 SUMMARY

Section Includes:

Metal conduits and fittings. Metal wireways and auxiliary gutters. Surface raceways. Boxes.

1.3 DEFINITIONS

EMT: Electrical Metallic Tubing.

RMC: Rigid Metallic Conduit.

FMC: Flexible Metal Conduit.

LFMC: Liquid-tight Flexible Metal Conduit.

Concealed: Rendered inaccessible by the structure of finish of the building. Raceways and cables supported or located within hollow frames or permanently enclosed by the finish of buildings are considered concealed.

Exposed: On or attached to the surface or behind panels designed to allow access. Raceways and cables in unfinished basements in accessible underfloor areas or attics; or behind, above, or below

Auxiliary Gutter: A sheet metal enclosure used to supplement wiring spaces at meter centers, distribution centers, switchgear, switchboards, and similar points of wiring systems. The enclosure has hinged or removable covers for housing and protecting electrical wires, cables and busbars. The enclosure is designed for conductors to be laid or set in place after the enclosures have been installed as a complete system (CEC 366.2).

Gutter: A sheet metal enclosure used for wiring spaces at meter centers, distribution centers, switchgear, switchboards, and similar points of wiring systems.

Shasta County Department of Public Works 26 05 33 Shasta County Jail Door Replacement Project Raceways and Boxes for Electrical Systems Contract No: 610534 Page 2

Cabinet: A space in which to mount devices or other equipment. Cabinets and enclo- sures are typically equipped with hinged doors that may be lockable, or gasketed.

Enclosure: a space within an above ground box to which raceways terminate and wire space is given to redirect, splice, or terminate to power distribution blocks (CEC 314.28). Cabinets and enclosures are typically equipped with hinged doors that may be lockable, or gasketed.

Wireway: Sheet metal troughs with hinged or removable covers for housing and pro- tecting electrical wires and cable and in which conductors are laid in place after the raceway has been installed as a complete system (CEC 376.2).

1.4 ACTION SUBMITTALS

Product Data: For all products.

The contractor shall document (by photography) the installation of duct spacers while trenching is open and send to the Electrical Engineer of Record.

PART 2 - PRODUCTS

2.1 METAL CONDUITS AND FITTINGS

Metal Conduit:

Listing and Labeling: Listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and application. RMC: Comply with ANSI C80.1 and UL 6. EMT: Comply with ANSI C80.3 and UL 797. FMC: Comply with UL 1; zinc-coated steel. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.

Metal Fittings:

Comply with NEMA FB 1 and UL 514B. Listing and Labeling: Listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and application. Fittings, General: Listed and labeled for type of conduit, location, and use. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 1203 and CEC. Fittings for EMT:

Material: Steel. Type Indoor:

1. EMT: Setscrew or Compression. 2. RMC: Rigid galvanized threaded. 3. FMC: Steel screw-in.

Shasta County Department of Public Works 26 05 33 Shasta County Jail Door Replacement Project Raceways and Boxes for Electrical Systems Contract No: 610534 Page 3

Expansion Fittings: Steel to match conduit type, complying with UL 651, rated for environmental conditions. Steel expansion fittings shall be outfitted by a braided bonding jumper listed for the use.

Joint Compound for RMC: Approved, as defined in CEC, by authorities having juris- diction for use in conduit assemblies, and compounded for use to lubricate and protect threaded conduit joints from corrosion and to enhance their conductivity.

2.2 METAL WIREWAYS AND AUXILIARY GUTTERS

Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 or Type 3R unless otherwise indicated, and sized according to CEC.

Metal wireways installed outdoors shall be listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and ap- plication.

Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wire- ways as required for complete system.

Wireway Covers: Screw-cover type unless otherwise indicated.

Finish: Manufacturer's standard enamel finish.

2.3 SURFACE RACEWAYS

Listing and Labeling: Surface raceways and tele-power poles shall be listed and la- beled as defined in CEC, by a qualified testing agency, and marked for intended loca- tion and application.

Surface Metal Raceways: Galvanized steel with snap-on covers complying with UL 5. Prime coated, ready for field painting.

2.4 BOXES, ENCLOSURES, AND CABINETS

General Requirements for Boxes, Enclosures, and Cabinets:

Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations.

Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.

Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

Box extensions used to accommodate new building finishes shall be of same material as recessed box.

Device Box Dimensions:

General: 4 inches square by 2-1/8 inches deep.

Shasta County Department of Public Works 26 05 33 Shasta County Jail Door Replacement Project Raceways and Boxes for Electrical Systems Contract No: 610534 Page 4

For fire alarm speaker backboxes: 5-Square boxes unless manufacturer rec- ommends otherwise. For Cat6A cable installation: 5-Square box.

Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weigh- ing 50 lb. Outlet boxes designed for attachment of luminaires weighing more than 50 lb shall be listed and marked for the maximum allowable weight.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

Indoors: Apply raceway products as specified below unless otherwise indicated:

Exposed Conduit not Subject to damage: EMT. Exposed Conduit Subject to damage: GRC. Concealed in Ceilings and Interior Walls and Partitions: EMT. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless steel in institutional and commercial kitchens and damp or wet loca- tions.

Raceway Fittings: Compatible with raceways and suitable for use and location.

Rigid Steel Conduit: Comply with NEMA FB 2.10. EMT: Comply with NEMA FB 2.10. Flexible Conduit: Comply with NEMA FB 2.20.

All data, video, and communications cable bundles shall utilize an enclosed smoke and acoustical pathway device wherever cables penetrate non-fire-rated walls and floors.

3.2 INSTALLATION

Comply with NECA 1 and NECA 101 for installation requirements except where re- quirements on Drawings or in this article are stricter. Comply with CEC limitations for types of raceways allowed in specific occupancies and number of floors.

Wireways shall be installed per CEC Article 376.

Raceways shall be installed in compliance with this Specification Section and relevant CEC Articles listed below:

EMT: CEC Article 358. RMC: CEC Article 344. FMC: CEC Article 348. LFMC: CEC Article 350.

For metallic surface mounted raceways, comply with CEC Articles 386 through 388.

Shasta County Department of Public Works 26 05 33 Shasta County Jail Door Replacement Project Raceways and Boxes for Electrical Systems Contract No: 610534 Page 5

Do not fasten conduits onto the bottom side of a metal deck roof.

Keep raceways at least 6 inches away from parallel runs of flues and steam or hot- water pipes. Install horizontal raceway runs above water and steam piping.

Complete raceway installation before starting conductor installation.

Arrange stub-ups so curved portions of bends are not visible above finished slab.

Install no more than the equivalent of three 90-degree bends in any conduit run except for control wiring conduits, for which fewer bends are allowed. Support within 12 inches of changes in direction.

Make bends in raceway using large-radius preformed ells. Field bending shall be ac- cording to CEC minimum radii requirements. Use only equipment specifically de- signed for material and size involved.

Conceal conduit within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines.

Support conduit within 36” inches of boxes, cabinets and enclosures to which at- tached.

Stub-Ups to Above Recessed Ceilings:

Use 1” EMT for raceway. Use a conduit bushing or insulated fitting to terminate stub-ups not terminated in hubs or in an enclosure. Stub ups shall be installed for every data box location shown in Drawings.

Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors including conductors smaller than No. 4 AWG.

Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of boxes or cabinets. Install insulated throat metal grounding bushings on service con- duits.

Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more.

Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove coatings in the locknut area prior to assembling conduit to enclosure to assure a con- tinuous ground path.

Cut conduit perpendicular to the length. For conduits 2-inch trade size and larger, use roll cutter or a guide to make cut straight and perpendicular to the length.

Shasta County Department of Public Works 26 05 33 Shasta County Jail Door Replacement Project Raceways and Boxes for Electrical Systems Contract No: 610534 Page 6

Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire. Cap underground raceways designated as spare above grade alongside raceways in use.

Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured to center of box unless otherwise indicated.

Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of ma- sonry block and install box flush with surface of wall. Prepare block surfaces to pro- vide a flat surface for a raintight connection between box and cover plate or supported equipment and box.

Horizontally separate boxes mounted on opposite sides of walls, so they are not in the same vertical channel.

Locate boxes so that cover or plate will not span different building finishes.

Support boxes of three gangs or more from more than one side by spanning two fram- ing members or mounting on brackets specifically designed for the purpose.

Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.

Expansion joints:

EMT/GRC: Provide and install an expansion joint every 50’-0 where ambient temperature changes exceed 60F. RNC: Provide and install an expansion joint every 25’-0 where ambient tem- perature changes exceed 60F.

Surface Raceways:

Install surface raceway with a minimum 2-inch radius control at bend points. Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches and with no less than two supports per straight race- way section. Support surface raceway according to manufacturer's written in- structions. Tape and glue are not acceptable support methods.

END OF SECTION 26 05 33

Shasta County Department of Public Works 26 05 44 Shasta County Jail Door Replacement Project Sleeves and Sleeve Seals for Contract No: 610534 Electrical Raceways and Cabling Page 1

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING

SECTION 26 05 44

PART 1 - GENERAL

1.1 SUMMARY

Section Includes:

Sleeves for raceway and cable penetration of non-fire-rated construction walls and floors. Sleeve-seal systems. Sleeve-seal fittings. Conduit sealing bushing. Grout. Silicone sealants.

PART 2 - PRODUCTS

2.1 SLEEVES

Wall Sleeves:

Steel Pipe Sleeves: ASTM A53/A53M, Type E, Grade B, Schedule 40, zinc coated, plain ends.

Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies: Galva- nized-steel sheet; 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint, with tabs for screw-fastening the sleeve to the board.

Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms.

Sleeves for Rectangular Openings:

Material: Galvanized sheet steel. Minimum Metal Thickness:

For sleeve cross-section rectangle perimeter less than 50 inches and with no side larger than 16 inches, thickness shall be 0.052 inch. For sleeve cross-section rectangle perimeter 50 inches or more and one or more sides larger than 16 inches, thickness shall be 0.138 inch.

2.2 SLEEVE-SEAL SYSTEMS

Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. Shasta County Department of Public Works 26 05 44 Shasta County Jail Door Replacement Project Sleeves and Sleeve Seals for Contract No: 610534 Electrical Raceways and Cabling Page 2

Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. Pressure Plates: Carbon steel or Stainless steel. Connecting Bolts and Nuts: Carbon steel, with corrosion-resistant coating or Stainless steel of length required to secure pressure plates to sealing elements.

2.3 SLEEVE-SEAL FITTINGS

Description: Manufactured plastic, sleeve-type, waterstop assembly made for embed- ding in concrete slab or wall. Unit shall have plastic or rubber waterstop collar with center opening to match piping OD.

2.4 CONDUIT SEALING BUSHING

Description: Interior conduit sealing bushing to seal against fluid or gases, providing some support for the cables when the fitting is used in a vertical position. Type CSBI for sealing gas or fluid pressures of 50 psig.

Type CSBE for sealing gas or fluid pressures of 50 psig., lending some verti- cal support. Type CSBG for applications where internal pressure will be high, or if the fitting is used in an inverted position. Slotted PVC coated steel discs. Neoprene sealing ring. Stainless steel socket head cap screws and washers. Hot dipped galvanized malleable or ductile iron locking collars on Type CSBG. Aluminum or brass/bronze pressure discus (metal plates) on Type CSBI and CSBE bushings. Blank fittings for sealing empty conduit. One or multiple holes per the application. Operating temperature -40 deg F to 200 deg F.

2.5 GROUT

Description: Nonshrink; recommended for interior and exterior sealing openings in non-fire-rated walls or floors.

Standard: ASTM C1107/C1107M, Grade B, post-hardening and volume-adjusting, dry, hydraulic-cement grout.

Design Mix: 5000-psi, 28-day compressive strength.

Packaging: Premixed and factory packaged.

2.6 SILICONE SEALANTS

Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric seal- ants of grade indicated below. Shasta County Department of Public Works 26 05 44 Shasta County Jail Door Replacement Project Sleeves and Sleeve Seals for Contract No: 610534 Electrical Raceways and Cabling Page 3

Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces that are not fire rated.

Silicone Foams: Multicomponent, silicone-based liquid elastomers that, when mixed, expand and cure in place to produce a flexible, nonshrinking foam.

PART 3 - EXECUTION

3.1 SLEEVE INSTALLATION FOR NON-FIRE-RATED ELECTRICAL PENETRATIONS

Comply with NECA 1.

Comply with NEMA VE 2 for cable tray and cable penetrations.

Sleeves for Conduits Penetrating Above-Grade Non-Fire-Rated Concrete and Ma- sonry-Unit Floors and Walls:

Interior Penetrations of Non-Fire-Rated Walls and Floors:

Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Seal space outside of sleeves with mortar or grout. Pack sealing mate- rial solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect material while curing.

Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed or unless seismic criteria require different clearance. Install sleeves for wall penetrations unless core-drilled holes or formed open- ings are used. Install sleeves during erection of walls. Cut sleeves to length for mounting flush with both surfaces of walls. Deburr after cutting. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches above finished floor level. Install sleeves during erection of floors.

Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies:

Use circular metal sleeves unless penetration arrangement requires rectangu- lar sleeved opening. Seal space outside of sleeves with approved joint compound for gypsum board assemblies.

3.2 SLEEVE-SEAL-SYSTEM INSTALLATION

Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at raceway entries into building.

Install type and number of sealing elements recommended by manufacturer for race- way or cable material and size. Position raceway or cable in center of sleeve. Assem- ble mechanical sleeve seals and install in annular space between raceway or cable and Shasta County Department of Public Works 26 05 44 Shasta County Jail Door Replacement Project Sleeves and Sleeve Seals for Contract No: 610534 Electrical Raceways and Cabling Page 4

sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

Install raceway sealing fittings at accessible locations according to CEC and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings according to CEC.

Install devices to seal raceway interiors at accessible locations. Locate seals so no fit- tings or boxes are between the seal and the following changes of environments. Seal the interior of all raceways at the following points:

Where conduits pass from warm to cold locations, such as boundaries of re- frigerated spaces. Where an underground service raceway enters a building or structure. Conduit extending from interior to exterior of building. Conduit extending into pressurized duct and equipment. Conduit extending into pressurized zones that are automatically controlled to maintain different pressure set points. Where otherwise required by CEC.

3.3 SLEEVE-SEAL-FITTING INSTALLATION

Install sleeve-seal fittings in new walls and slabs as they are constructed.

Assemble fitting components of length to be flush with both surfaces of concrete slabs and walls. Position waterstop flange to be centered in concrete slab or wall.

Secure nailing flanges to concrete forms.

Using grout, seal the space around outside of sleeve-seal fittings.

3.4 CONDUIT SEALING BUSHING

Install at all panelboards within the building.

Install at switchgear slabs outside of the building.

Install within pullboxes where a change in grade is present.

Install blank fittings at empty raceway.

3.5 CORING THROUGH EXISTING CONCRETE OR CONSTRUCTED MASONRY UNITS

Identify spot for drilling.

Use Sub-Scanner to detect any danger in the hole location. Do not core drill through structural reinforcements. Ensure no foreign materials to the concrete exist in the core location. Shasta County Department of Public Works 26 05 44 Shasta County Jail Door Replacement Project Sleeves and Sleeve Seals for Contract No: 610534 Electrical Raceways and Cabling Page 5

If core is near other services (electrical, gas, plumbing, etc.), drill a pilot hole before coring to ensure core does not interfere with other services.

END OF SECTION 26 05 44 Shasta County Department of Public Works 26 27 26 Shasta County Jail Door Replacement Project Wiring Devices Contract No: 610534 Page 1

WIRING DEVICES

SECTION 26 27 26

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

See specification section 260293 “LIGHTING CONTROL DEVICES” for CEC Title 24 compliant devices and systems shown on plans.

1.2 SUMMARY

Section Includes:

Specification-grade receptacles, 125 V, 20 A. GFCI receptacles, 125 V, 20 A. Toggle switches, 120/277 V, 20 A. Wall plates.

Section does not Include:

CEC Title 24 compliant devices and systems shown on plans. Refer to 1.1 RELATED DOCUMENTS in this section.

1.3 DEFINITIONS

EMI: Electromagnetic interference.

GFCI: Ground-fault circuit interrupter.

Pigtail: Short lead used to connect a device to a branch-circuit conductor.

1.4 ACTION SUBMITTALS

Product Data: For each type of product.

Products: As indicated on plans and in specifications. Equals are allowed based on shop drawings below.

Shop Drawings:

For standard wiring devices:

1.5 SUBMITTAL DATA SHEETS FOR EACH PRODUCT.

INFORMATIONAL SUBMITTALS

Field quality-control reports. Shasta County Department of Public Works 26 27 26 Shasta County Jail Door Replacement Project Wiring Devices Contract No: 610534 Page 2

CLOSEOUT SUBMITTALS

Operation and Maintenance Data: For wiring devices to include in all manu- facturers' packing-label warnings and instruction manuals that include label- ing conditions.

PART 2 - PRODUCTS

2.1 GENERAL WIRING-DEVICE REQUIREMENTS

Wiring Devices, Components, and Accessories: Listed and labeled as defined in CEC, by a qualified testing agency, and marked for intended location and use.

Comply with CEC.

RoHS compliant.

Comply with NEMA WD 1.

Devices that are manufactured for use with modular plug-in connectors may be substi- tuted under the following conditions:

Connectors shall comply with UL 2459 and shall be made with stranding building wire. Devices shall comply with requirements in this Section.

Device Color:

Wiring Devices Connected to Normal Power System: As selected by Archi- tect unless otherwise indicated or required by CEC or device listing. Wiring Devices Connected to Essential Electrical System: Red.

Wall Plate Color: For plastic covers, match device color.

Source Limitations: Obtain each type of wiring device and associated wall plate from single source from single manufacturer.

2.2 SPECIFICATION GRADE RECEPTACLES, 125 V, 20 A

Duplex Receptacles, 125 V, 20 A:

Description: Two pole, three wire, and self-grounding. Configuration: NEMA WD 6, Configuration 5-20R. Standards: Comply with UL 498 and FS W-C-596.

2.3 SPECIFICATION GRADE GFCI RECEPTACLES, 125 V, 20 A

Duplex GFCI Receptacles, 125 V, 20 A:

Description: Integral GFCI with "Test" and "Reset" buttons and LED indicator light. Two pole, three wire, and self-grounding. Shasta County Department of Public Works 26 27 26 Shasta County Jail Door Replacement Project Wiring Devices Contract No: 610534 Page 3

Configuration: NEMA WD 6, Configuration 5-20R.

Standards: Comply with UL 498, UL 943 Class A, and FS W-C-596.

2.4 SPECIFICATION GRADE TOGGLE SWITCHES, 120/277 V, 20 A

Single-Pole Switches, 120/277 V, 15 A:

Standards: Comply with UL 20 and FS W-S-896.

2.5 WALL PLATES

Single Source: Obtain wall plates from same manufacturer of wiring devices.

2.5.2 Single and combination types shall match corresponding wiring devices.

Plate-Securing Screws: Metal with head color to match plate finish. Third option in "Material for Finished Spaces" Subparagraph below is also available in Type 430 but is susceptible to rust and corrosion even in finished spaces. Material for Finished Spaces: Steel with white baked enamel, suitable for field painting. Material for Finished Spaces subject to high impact: 0.035 inch-thick, satin finished Type 302 stainless steel. Material for Unfinished Spaces: Galvanized steel. Material for Damp Locations: Cast aluminum with spring-loaded lift cover and listed and labeled for use in wet and damp locations.

Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with Type 3R, weather-resistant, die-cast aluminum with while-in-use lockable cover.

PART 3 - EXECUTION

3.1 INSTALLATION

Comply with NECA 1, including mounting heights listed in that standard, unless oth- erwise indicated.

Comply with CEC 404.7. Switches shall be installed so the closed position is up.

Coordination with Other Trades:

Protect installed devices and their boxes. Do not place wall finish materials over device boxes, and do not cut holes for boxes with routers that are guided by riding against outside of boxes. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. Install wiring devices after all wall preparation, including painting, is com- plete. Shasta County Department of Public Works 26 27 26 Shasta County Jail Door Replacement Project Wiring Devices Contract No: 610534 Page 4

Conductors:

Do not strip insulation from conductors until right before they are spliced or terminated on devices. Strip insulation evenly around the conductor using tools designed for the pur- pose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. The length of free conductors at outlets for devices shall comply with CEC, Article 300, without pigtails. Existing Conductors:

Cut back and pigtail or replace all damaged conductors. Straighten conductors that remain and remove corrosion and foreign matter. Pigtailing existing conductors is permitted, provided the outlet box is large enough.

Device Installation:

Replace devices that have been in temporary use during construction and that were installed before building finishing operations were complete. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, two-thirds to three-fourths of the way around terminal screw. Use a torque screwdriver when a torque is recommended or required by man- ufacturer. When conductors larger than No. 12 AWG are installed on 15- or 20-A cir- cuits, splice No. 12 AWG pigtails for device connections. Tighten unused terminal screws on the device. When mounting into metal boxes, remove the fiber or plastic washers used to hold device-mounting screws in yokes, allowing metal-to-metal contact. At receptacle locations serving the MDF or an IDF, provide SPD type recep- tacle(s). Where data and power devices are paired together on plans, power devices shall be consistently installed to the left of a data device. Grounding in patient care spaces shall be provided and installed per CEC 517.10 and 517.13.

Receptacle Orientation:

Retain first subparagraph below if the ground pin position is important for consistency. Trade and professional literature is inconsistent in recommending benefits of either orientation. Shasta County Department of Public Works 26 27 26 Shasta County Jail Door Replacement Project Wiring Devices Contract No: 610534 Page 5

Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and re- mount outlet boxes when standard device plates do not fit flush or do not cover rough wall opening.

Arrangement of Devices: Unless otherwise indicated, mount flush, with long dimen- sion vertical and with grounding terminal of receptacles on top. Group adjacent switches under single, multigang wall plates.

3.2 GFCI RECEPTACLES

Feed through GFCI receptacles are not allowed unless specifically keynoted on plans. Downstream receptacles shall not be protected by an upstream device.

3.3 IDENTIFICATION

Comply with Section 260553 "Identification for Electrical Systems."

Identify each receptacle with panelboard identification and circuit number. Use hot, stamped, or engraved machine printing with black-filled lettering on face of plate, and durable wire markers or tags inside outlet boxes.

3.4 FIELD QUALITY CONTROL

Test Instruments: Use instruments that comply with UL 1436.

Test Instrument for Receptacles: Digital wiring analyzer with digital readout or illumi- nated digital-display indicators of measurement.

Perform the following tests and inspections:

In healthcare facilities, prepare reports that comply with NFPA 99.

Tests for Receptacles:

Line Voltage: Acceptable range is 105 to 132 V. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. Using the test plug, verify that the device and its outlet box are securely mounted.

Test straight-blade convenience outlets in patient-care areas for the retention force of the grounding blade according to NFPA 99. Retention force shall be not less than 4 oz.

Wiring device will be considered defective if it does not pass tests and inspections.

Prepare test and inspection reports.

END OF SECTION 26 27 26 Shasta County Department of Public Works Public Contract Code Section 9204 Shasta County Jail Door Replacement Project Appendix A Project No: 610534 Page 1

Shasta County Department of Public Works Public Contract Code Section 9204 Shasta County Jail Door Replacement Project Appendix A Project No: 610534 Page 2

Shasta County Department of Public Works Public Contract Code Section 9204 Shasta County Jail Door Replacement Project Appendix A Project No: 610534 Page 3

Shasta County Department of Public Works Public Contract Code Section 9204 Shasta County Jail Door Replacement Project Appendix A Project No: 610534 Page 4

Shasta County Department of Public Works Exhibit “A” Shasta County Jail Door Replacement Project Scope of Work Contract No: 610534 Page 1

EXHIBIT ”A”

SCOPE OF WORK

Phase 1 – Fiscal Year 2020/2021

1.1. Furnish and install fifty-four (54) new, 12-gauge, hollow detention steel doors with 4” x 24” view windows. Doors will be sized to fit existing door opening. Doors will have three new cast stainless steel full mortise hinges, Southern Steel, Model No. #204FMSS or an accepted equal. View window will be glazed with 3/4” thick, clear, ASTM F1915 - Grade 1 polycarbonate laminated glazing. Doors to include an overlapping food pass door with Southern Steel 1010A locks or an accepted equal, keyed alike with five (5) keys provided, and Torx screw on hinges. Existing door strikes to be removed and replaced with new stainless- steel strike plates were existing strikes show excessive wear. Existing door position switch magnets are not to be salvaged or reused but replaced with new magnets. Locks to be keyed as directed by County. Doors will be adjusted to fit correctly in the opening. New doors will be primed and painted by contractor offsite, prior to installation. Floors will be protected by Contractor during construction. Damage to paint or other facilities shall be repaired at Contractors expense.

Existing doors including hinges will be removed at the jamb. Existing hinges will stay with the doors. Existing doors will be placed in a container/dumpster, provided by Contractor.

1.2. Furnish and install two (2) new, 3165LXbHCP-1 sliding-door operators complete with front receiver/release column with manual lock. Contractor will adjust the existing doors with new hangers and guides to work efficiently with the new operators. Existing controls and wiring will be reconnected by Contractor, and are presumed to be functional and in good working order. Interlocks will be re-established by Contractor. Operators will be adjusted, lubricated and fully tested prior to acceptance. Operators will be primed and painted offsite, prior to installation. Existing operator housings will be removed and disposed. Contractor shall grind smooth, apply touchup primer and paint surfaces adjacent to its welding operations. Damage to paint or other facilities shall be repaired at Contractors expense.

1.3. Furnish and install nine (9) new, Southern Steel, Model No. 10120AM-1 x 24VDC locks with two (2) keys provided per each, including adaptor wire harness to connect lock to the existing system. Locks to be keyed as directed by County. The matching surface mounted keeper will be installed on the door for a close interlocking fit. Existing RR Brink locks and Door Position Switches are to be removed and salvaged. Contractor to coordinate salvage with County staff. Holes created by the removal of hardware shall be covered with patch plates concurrent with work on the jamb and door. New Sentinel lock mounting will be installed with shim plates as necessary.

New doors installed as included and described above in Phase 1, Item 1.1 work. Existing doors including hinges will be removed at the jamb. Existing hinges will stay with the doors. Existing doors will be placed in a container/dumpster, provided by Contractor.

1.4. Furnish and install two (2) new, #1300 track, hanger and guide sets for doors approximately 42” wide. Modifications to the existing doors will be made to assure the new hanger and guide Shasta County Department of Public Works Exhibit “A” Shasta County Jail Door Replacement Project Scope of Work Contract No: 610534 Page 2

will work with the new track set. The existing receiver, wall and floor guides will also be replaced. Existing locks will be reused. Track set will be primed and painted by Contractor. Contractor shall grind smooth, apply touchup primer and paint surfaces adjacent to its welding operations. Damage to paint or other facilities shall be repaired at Contractors expense. Existing track set housing and receiver will be disposed of by Contractor.

Phase 2 – Fiscal Year 2021/2022

2.1 Furnish and install fifty-four (54) new, 12-gauge, hollow detention steel doors, and fixtures as described in Phase 1, Item 1.1. work.

2.2 Furnish and install three (3) new, 3165LXbHCP-1 sliding-door operators, and fixtures as described in Phase 1, Item 1.2. work.

Phase 3 – Fiscal Year 2022/2023

3.2 Furnish and install fifty-five (55) new, 12-gauge, hollow detention steel doors, and fixtures as described in Phase 1, Item A. work.

3.3 Furnish and install four (4) new, 3165LXbHCP-1 sliding-door operators, and fixtures as described in Phase 1, Item 1.2. work.

3.4 Furnish and install two (2) new, #1300 track, hanger and guide sets for doors approximately 42” wide. Additional work to be provided as described in Phase 1, Item 1.4. work

GENERAL QUALIFICATIONS, EXCLUSIONS AND CONDITIONS

A. Detention door hard and other fixtures and components will be as described in this Scope of Work or as permitted by relevant specification sections.

B. Contractor shall make electrical connections from new facilities to the existing security system. Contractor shall not be responsible for modifications or repairs to the existing security system.

C. Contractor shall prime and paint new doors and fixtures offsite prior to installation. Damage to painted surfaces shall be repaired at Contractors expense.

Manual Slider Replacement Locations Booking Area Slider Locations (2)

Wood to Metal door Locations (28)

Housing Level 1 Floor 4 Wood to Metal door Housing Level 1 Locations (27) Floor 5 Slider Locations (4)

Wood to Metal door Locations (27)

Sentinel Lock locations (9)

Housing Levels 2 Floor 6 Wood to Metal door Locations (27)

Housing Levels 2 Floor 7 Slider Locations (4)

Wood to Metal door Locations (27)

Housing Level 3 Floor 8 Wood to Metal door Locations (27)

Housing Level 3 Floor 9