HomeMy WebLinkAbout24-S-03 Executed Contract.pdf PROBATION TENANT IMPROVEMENT
200 W PONTIAC WAY, CLOVIS, CA
Contract # 24-S-03
The County of Fresno
Department of Public Works and Planning
2220 Tulare St., 8t" Floor
Fresno, California 93721
PROJECT MANUAL
Pre-bid Conference: Wednesday, January 22, 2025, 10:00 A.M.
Bid Date: Thursday, February 13, 2025
2:00 P.M. (1400 hours and 00 seconds)
Budget/Account— 8871 / 8150 / 91935
co
Development Services & Capital Projects Division
1856 O
FRY, Department of Public Works and Planning
CONTRACT # 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 01
FRESNO, CA. SECTION 009115 - 1
ADDENDUM 01
Contract# 24-S-03
Dated: February 5, 2025
The foregoing documents are amended in the respects as herein set forth. This addendum and
the amendments herein shall become part of said documents and of any contract entered into
pursuant to said documents.
PLEASE ACKNOWLEDGE THIS ADDENDUM ON YOUR PROPOSAL. IF YOU HAVE GIVEN
THE CONTRACT DOCUMENTS TO SOMEONE ELSE, PLEASE FORWARD THIS
ADDENDUM.
2025-02-05
Date Signed
-D AR C�l�
vG LYNV
y
C 769
R 2-31-2025 F
4
CALI���ti
Architect of Record:
Barry Mast, Lic.# C-38769
FRESNO COUNTY
Department of Public Works and Planning
Development Services and Capital Projects Division
m/a 2220 Tulare Street, Eighth Floor
Fresno, CA 93721 (559) 600-4536
bmast(afresnocountyca.gov
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 01
FRESNO, CA. SECTION 009115 - 2
A. BID FORMS AND CONTRACT CONDITIONS
a. Section 0001113 Notice to Bidders
DELETE:
2:00 P.M., (1400 hours and 00 seconds)
Thursday, February 13, 2025
REPLACE with:
2:00 P.M., (1400 hours and 00 seconds)
Thursday, February 20, 2025
b. Section 002113 Instructions to Bidders
i. 1.12 Award of Contract, Paragraphs 1-2
1. DELETE:
The award of the contract, if it is awarded, will be to the lowest
responsible bidder whose proposal complies with all the prescribed
requirements. The award, if made, will be within 54 days after the
opening of proposals.
If the County finds that it will be unable to award the contract within
54 calendar days after the opening of proposals, the Director may
request any or all bidders to extend all terms of their proposal(s) to a
specified date. It is possible that additional extensions may
subsequently be requested. If a bidder does not elect to extend the
terms of their proposal beyond the 54 calendar days following
opening of proposals, or does not respond within 10 days to any
request for an extension, that bidder's proposal will be deemed as
having expired 54 calendar days following opening of the proposals,
and that bidder's proposal will not be considered for award of the
contract.
REPLACE with:
The award of the contract, if it is awarded, will be to the lowest
responsible bidder whose proposal complies with all the prescribed
requirements. The award, if made, will be within 68 days after the
opening of proposals.
If the County finds that it will be unable to award the contract within
68 calendar days after the opening of proposals, the Director may
request any or all bidders to extend all terms of their proposal(s) to a
specified date. It is possible that additional extensions may
subsequently be requested. If a bidder does not elect to extend the
terms of their proposal beyond the 68 calendar days following
opening of proposals, or does not respond within 10 days to any
request for an extension, that bidder's proposal will be deemed as
having expired 68 calendar days following opening of the proposals,
and that bidder's proposal will not be considered for award of the
contract.
B. SPECIFICATIONS
No changes
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 01
FRESNO, CA. SECTION 009115 - 3
C. DRAWINGS:
a. Replace the following sheets as attached. Revision delta 3 changes to the drawings
are as follows:
i. G-101 — DRAWING LIST, sheet A-106 added.
ii. A-102
1. Plan revised and DEMO KEYNOTES, item 14 added to clarify
removal of storage and canopy assemblies. Photos included.
2. Strike out item 25 of GENERAL DEMO NOTES. Duplicate of item
19.
iii. A-103 — Plan revised and SITE PLAN KEYNOTES, item 44 added to
specify new asphalt paving.
b. Add the following sheet as attached.
i. A-106 — PARKING LOT PAVING DETAIL added. See F1/A-106.
D. BID EXPRESS:
a. Replace Deadline with 02/20/2025 02:00 PM PST
b. Replace Bid Security Form Section 004313 — 1 (cont.) with Bid Security Form
Section 004313 — 2
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 02
FRESNO, CA. SECTION 009115 - 1
ADDENDUM 02
Contract # 24-S-03
Dated: February 14, 2025
The foregoing documents are amended in the respects as herein set forth. This addendum and
the amendments herein shall become part of said documents and of any contract entered into
pursuant to said documents.
PLEASE ACKNOWLEDGE THIS ADDENDUM ON YOUR PROPOSAL. IF YOU HAVE GIVEN
THE CONTRACT DOCUMENTS TO SOMEONE ELSE, PLEASE FORWARD THIS
ADDENDUM.
2025-02-14
Date Signed
SEo ARC�IT
-v
C 3 769
R -31-2025OF Q
CA
Architect of Record:
Barry Mast, Lic.# C-38769
FRESNO COUNTY
Department of Public Works and Planning
Development Services and Capital Projects Division
m/a 2220 Tulare Street, Eighth Floor
Fresno, CA 93721 (559) 600-4536
bmastC@fresnocountVca.gov
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 02
FRESNO, CA. SECTION 009115 - 2
A. BID FORMS: PAPER
a. Section 0002113 Instructions to Bidders
1.06. SUBMISSION OF PROPOSAL
DELETE: A Electronic Bid Submittal
The bidder has the option to submit the bid for this Project electronically.
The bidder must either attach an electronic bid bond or provide an original
bid bond (or other form of bid security authorized by Public Contract Code
Section 20129(a)), prior to the bid opening.
Bidders submitting online may use one of the accepted electronic sureties
(Tinubu Surety or Surety 2000) to submit their bid bond; or may submit
cash, cashier's check, certified check, or a bidder bond to Design Services
at 2220 Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid
bonds directly to Design Services must submit their bid bond:
1. Under sealed cover
2. Marked as a bid-bond
3. Identifying the contract number and the bid opening date on the cover
If necessary, please e-mail DesignServices@fresnocountyca.gov or call
(559) 353-4919 or (559) 600-4543, so that arrangements may be made to
hand deliver your bid bond. Each proposal shall be submitted in a sealed
envelope labeled to clearly indicate the contract and contents.
REPLACE with: A. Electronic Bid Submittal
The bidder has the option to submit the bid for this Project electronically.
The bidder must either attach an electronic bid bond or provide an original
bid bond (or other form of bid security authorized by Public Contract Code
Section 20129(a)), prior to the bid opening.
Bidders submitting online may
1. use one of the accepted electronic sureties (Tinubu Surety or Surety
2000) to submit their bid bond; or
2. attach to the online bid a scan of a notarized paper bid, followed by
delivery of the original paper notarized bidder's bond by the admitted
surety insurer so that it is received by Design Services no later than 4:00
PM on the fifth (5th) calendar day after the bid opening.; or
3. submit cash, cashier's check, certified check, or a bidder bond so that it
is received by Design Services prior to the bid opening.
Hardcopy bid bonds shall be
• submitted in a sealed envelope
• addressed to "Department of Public Works and Planning, Office of
the Design Engineer" and
• labeled with
o the name of the bidder,
o contract number,
o name of the project, and
o the statement "Do Not Open Until The Time Of Bid Opening —
BID BOND."
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 02
FRESNO, CA. SECTION 009115 - 3
The address for hand delivery is listed in the Notice to Bidders for the bid
opening (Seventh Floor, Fresno County Plaza Building, 2220 Tulare St.,
Fresno, CA 93721). The address for delivery by mail is Sixth Floor, Fresno
County Plaza Building, 2220 Tulare Street, Fresno, CA 93721).
B. BID FORMS: BID EXPRESS
Bid Security Form Section 004313 — 1 replaced with Bid Security Form
Section 004313 - 1A and replaced Required Documents with Required Documents A.
Updated to add the option of attaching a scan of a notarized paper bid bond.
C. CONTRACT CONDITIONS
No changes
D. SPECIFICATIONS
No changes
E. DRAWINGS
a. Sheet A-103
i. SITE PLAN KEYNOTES, item 35. Revise to indicate 24-foot-wide gate
assembly. Provide sliding gate to match materials, height, and appearance
of adjacent steel fence. Provide a reinforced concrete grade beam along
entire length of sliding gate track.
ii. Provide new concrete curb and asphalt patch adjacent to parking stall 151
at north PUBLIC PARKING area. See also SITE DEMOLITION PLAN, detail
A2/A-102.
iii. Provide new concrete curb and asphalt patch adjacent to parking stall 25 at
south REAR GATE PARKING. See also SITE DEMOLITION PLAN, detail
A2/A-102.
b. Sheet A-105
i. Detail E1.
1. Provide security mesh on secure side of swing gate and 16"
minimum wide on secure side of fence at latch to prevent access to
egress hardware.
2. Revise to provide 3" square posts instead of 3" diameter posts.
ii. Detail A9. Revise to provide 6" high wheel stop per keynote 32, SITE PLAN
KEYNOTES, sheet A-103.
c. Sheet A-201.1, PARTIAL GROUND FLOOR DEMOLITION PLAN, detail A2.
Replace keynote 6 in (E) VIP ROOM [1491 to indicate ceiling tile and grid shall be
removed and replaced.
d. Sheet A-201.2, PARTIAL SECOND FLOOR DEMOLITION PLAN, detail G2. Delete
keynote 5 at rooms 202 thru 218. Existing carpet and base to remain.
e. Sheet A-202.1, PROPOSED PARTIAL GROUND FLOOR PLAN "A", detail A2.
Provide level 3 ballistic rated fiberglass panel below windows behind new gypsum
board, typical full width of window from sill to floor.
f. Sheet A-203.0, GROUND FLOOR REFLECTED CEILING DEMO PLAN, detail J2.
Replace keynote 1 at room between grids 7.9 and 8.0 and between grids E and F
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT ADDENDUM 02
FRESNO, CA. SECTION 009115 -4
(Existing VIP Room 149) to indicate ceiling tile and grid shall be removed and
replaced.
g. Sheet A-601
i. DOOR OPENING SCHEDULE & LEGEND, detail H2
1. Delete DOOR TYPE C
2. Revise DOOR SCHEDULE as follows:
a. MARK 04, revise to DOOR TYPE B
b. MARK 05, revise to DOOR TYPE B
3. Revise HARDWARE SCHEDULE as follows:
a. SET#1. Delete hinge specification. Center pivot hinges in
narrow stile single glaze swing door to be provided as part of
storefront entry system to match existing. Contractor shall
verify.
b. Set#4. Delete surface closer. Provide surface mounted
automatic door operator compatible with push-button
actuator specified.
ii. FINISH LEGEND, FLOORING, F3. Revise to indicate basis of design as
daltile Keystones Colorbody Porcelain 2x2 Mosaic or similar. Color to be
selected from manufacturer standard palette.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT COUNTY ADOPTION AND
CLOVIS, CA ACKNOWLEDGMENT & SEALS
SECTION 000107 - 1
SECTION 000107 - COUNTY ADOPTION AND ACKNOWLEDGEMENT & SEALS
PROBATION TENANT IMPROVEMENT
Contract# 24-S-03
Ernest "Buddy" Mendes, Chairman 41" District
Garry Bredefeld, Vice Chairman 2nd District
Brian Pacheco 1st District
Luis Chavez 3 d District
Nathan Magsig 51" District
Paul Nerland, County Administrative Officer
ite Digitally signed by Steve White
Steve Wh
Date: 2025.01.14 16:14:38
-08'00'
Steven E. White, Director
Department of Public Works and Planning
01-13-2025
Date Signed
G LYNX, F
C_8769
, 2-31-2025 `Q
6 OF CAO1
Architect:
Barry Mast, License #C-38769
FRESNO COUNTY
Department of Public Works and Planning
Development Services and Capital Projects Division
m/a 2220 Tulare Street, Eighth Floor
Fresno, CA 93721 (559) 600-4536
bmast(a-)fresnocountyca.gov
CONTRACT # 24-S-03
PROBATION TENANT IMPROVEMENT COUNTY ADOPTION AND
CLOVIS, CA ACKNOWLEDGMENT & SEALS
SECTION 000107 - 2
1-13-2025
Date Signed
P �
NO.G32283
RENEWAL DATE
06/30/2025
Architectural Consultant:
Robina Wright, License #C32283
Robina Wright Architects &Associates
448 East Olive Ave.
Fresno, CA 93728
(559) 307-7232
robing@robinawrightarchitect.com
CONTRACT # 24-S-03
PROBATION TENANT IMPROVEMENT COUNTY ADOPTION AND
CLOVIS, CA ACKNOWLEDGMENT & SEALS
SECTION 000107 - 3
01/13/2025
Date Signed
Q�,(YESS/ON9
z
w m
No. 35784
Exp. 03-31-26
s�q� S HA �P<)
F OF CAO)
Mechanical Engineer Consultant:
Joelon D. Chinn, License #M35784
JNL Mechanical Design
2050 North Winery Ave., Ste 101
Fresno, CA 93703
(559) 656-1170
CONTRACT # 24-S-03
PROBATION TENANT IMPROVEMENT TABLE OF CONTENTS
CLOVIS, CA SECTION 000110 - 1
TABLE OF CONTENTS
INDEX TO TECHNICAL SPECIFICATIONS AND BID DOCUMENTS
SECTION NUMBER SECTION TITLE Number of Pages
DIVISION 00 — PROCUREMENT CONTRACTING REQUIREMENTS
0001 01 COVER SHEET... ........................................................................... 1
0001 07 COUNTY ADOPTION AND ACKNOWLEDGMENT & SEALS ........ 3
0001 10 TABLE OF CONTENTS .................................................................. 3
0011 13 NOTICE TO BIDDERS.................................................................... 5
0021 13 INSTRUCTIONS TO BIDDERS....................................................... 7
0022 13 BIDDERS' CHECKLIST................................................................... 2
0042 13 PROPOSAL TO THE COUNTY OF FRESNO................................. 2
Bidder's Declaration
Bid Form
0043 13 BID SECURITY FORM.................................................................... 1
00 43 36 SUBCONTRACTOR LIST ............................................................... 5
00 45 19 NON-COLLUSION DECLARATION ................................................ 1
00 46 56 CARB CERTIFICATION .................................................................. 1
0052 13 AGREEMENT................................................................................................... 8
Exhibit A— Self Dealing Transaction Disclosure Form
00 65 36 GUARANTY....................................................................................................... 1
00 72 00 GENERAL CONDITIONS................................................................65
SPECIAL PROVISIONS — "SPECIFICATIONS FOR TENANT IMPROVEMENT
PONTIAC"
SECTION NUMBER SECTION TITLE
DIVISION 02 - EXISTING CONDITIONS
024119 Selective Demolition
DIVISION 03 - CONCRETE
033543 Polished Concrete Finishing
DIVISION 05 - METALS
055213 Pipe and Tube Railings
DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES
064116 Plastic-Laminate-Faced Architectural Cabinets
DIVISION 08 - OPENINGS
081113 Hollow Metal Doors and Frames
085667 Bullet-Resistant Steel Transaction Windows
DIVISION 09 - FINISHES
0955113 Acoustical Panel Ceilings
099123 Interior Painting
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT TABLE OF CONTENTS
CLOVIS, CA SECTION 000110 - 2
DIVISION 10 - SPECIALTIES
102126 Water-Proof Wall Panel System
102800 Toilet Accessories
DIVISION 31 - EARTHWORK
311000 Site Clearing
DIVISION 32 — EXTERIOR IMPROVEMENTS
321216 Asphalt Paving
321313 Cement Concrete Paving
321713 Parking Bumpers
321723 Pavement Markings
323119 Decorative Metal Fences and Gates
INDEX OF DRAWINGS — "PROPOSED TENANT IMPROVEMENT"
G-101 Cover Page
A-101 Overall Site Plan & Existing Path-of-Travel
A-102 Demo Site Plan
A-103 Enlarged Partial Site Plan
A-104 Enlarged Parking Plans
A-105 Site Details
A-200 Overall Floor Plan & (E) Exit Plan
A-201.1 Partial Demolition Plan "A"
A-201.2 Partial Demolition Plan "B"
A-202.1 Partial Floor Plan A
A-202.2 Partial Floor Plan B
A-203.0 Overall Reflected Ceiling Demolition Plan A
A-203.1 Partial Reflected Ceiling Plan A
A-203.2 Partial Reflected Ceiling Plan B
A-501 Accessible Entrance Detail
A-502 Enlarged Restroom Floor Plans
A-503 Enlarged Restroom Floor Plans
A-504 Accessible Details
A-601 Finish & Opening Schedules
A-701 Interior Elevations
A-801 Architectural Details (Caseworks & Partitions)
A-802 Architectural Details
S-101 Typical Metal Stud Connection Details 01
S-102 Typical Metal Stud Connection Details 02
GB101 Green Building Code Mandatory Checklist
GB102 Green Building Code Mandatory Checklist
GB103 Green Building Code Mandatory Checklist
P1.0 GN, Legend, Schedules, and Plumbing Plan First Floor
P1.1 Plumbing Plan Second Floor
M1.0 GN, Legend, Schedules, and Mechanical Plan First Floor
M1.1 Mechanical Plan Second Floor
E-100 Electrical Notes
E-200 Electrical Site Plan
E-301 Ground Floor Lighting Plan
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT TABLE OF CONTENTS
CLOVIS, CA SECTION 000110 - 3
E-302 Second Floor Lighting Plan
E-303 Lighting Control Diagram and Lighting Schedule
E-401 Ground Floor Power Plan
E-402 Second Floor Power Plan
E-500 Single Line Diagram (For Reference Only)
E-600 Panel Schedule
E-700 Title 24 Compliance Form
FA-OA Fire Alarm — Cover Sheet
FA-01 Fire Alarm — Partial Site Plan
FA-02 Fire Alarm — Partial Site Plan
FA-03 Fire Alarm — Partial Site Plan
FA-04 Fire Alarm — Partial Site Plan
FA-05 Fire Alarm — Partial Second Floor
FA-06 Fire Alarm — Partial Second Floor
FA-07 Fire Alarm — Partial Second Floor
FA-08 Fire Alarm — Partial Second Floor
END OF TABLE OF CONTENTS
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT NOTICE TO BIDDERS
CLOVIS, CA. SECTION 0001113- 1
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA
NOTICE TO BIDDERS
Sealed proposals will be received at:
https://www.bidexpress.com/businesses/36473/home
and at the Fresno County Department of Public Works and Planning, Office of the Design
Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA
93721 until
2:00 P.M., (1400 hours and 00 seconds)
Thursday, February 13, 2025
at which time the bidding will be closed.
If you have any questions about bid submission, please contact us at
DesignServices(a)fresnocountyca.gov or call (559) 353-4919 or (559) 600-4543.
Promptly following the closing of the bidding all timely submitted bids will be publicly
opened and viewable via a livestream (the link for which will be posted at
http://www.fresnocountyca.gov/planholders) for construction in accordance with the
project specifications therefor, to which special reference is made as follows:
PROBATION TENANT IMPROVEMENT
200 W. PONTIAC WAY, CLOVIS, CA
Contract No. 24-S-03
The work to be done, in general, consists of a tenant improvement to an existing 39,609
square foot two-story office building for the Probation Department. Exterior work includes
resealing and restriping of the existing parking, security fencing, and accessibility
upgrades to the path of travel and barrier removal. Interior work includes office remodel,
ceiling and lighting replacement, and restroom renovations. The work does not include
the 64,252 square foot high bay warehouse attached to the office building.
A pre-bid conference will be held at 10.00 a.m., on January, 22, 2025. A discussion of the
project will be held and the project site will be open for examination. Contractors should
meet at 200 W. Pontiac Way, Clovis, CA 93612. Attendance at the pre-bid is mandatory
for prime contractors; attendance by subcontractors is encouraged, but not required. The
scheduled pre-bid will be the only opportunity for prospective bidders to visit the site in
Contract: #24-S-03
PROBATION TENANT IMPROVEMENT NOTICE TO BIDDERS
CLOVIS, CA. SECTION 0001113- 2
the presence of County staff, and requests for individual site visits with County staff will
not be granted.
This project is subject to the contracting requirements and implementing regulations as
amended in Title 13, Section 2449 General Requirements for In-Use Off-Road Diesel-
Fueled Fleets, of the California Code of Regulations (13 CCR § 2449(i)). Bidders must
submit a valid Certificate of Reported Compliance (CRC) issued by the California Air
Resources Control Board at the time of bidding. Bidders are responsible for submitting
their listed subcontractors' CRCs and any supporting documentation within five (5)
calendar days of bid opening. Failure to submit the required CRCs may render a bid non-
responsive.
Bidders may fill out a Request to be Added to Planholders list:
https://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-
Bidding-Opportunities/Request-to-Be-Added-to-the-Planholders-List-Form
Requesters will then be listed as a planholder for the project on the website and receive
notifications and addenda issued for the project.
Prospective bidders may also select the project on
https://www.bidexpress.com/businesses/36473/home. Those that demonstrate interest in
the project will be added to the planholders list, and receive notifications and addenda
issued for the project.
Electronic copies, in ".pdf" file format, of the official project plans and specifications, bid
books and proposal sheets, as well as cross sections and such additional supplemental
project information as may be provided, are available to view, download, and print at
http://www.fresnocountVca.gov/planholders.
If a bidder is unable to submit a bid via Bid Express, Bid Books, which contain bid
proposal sheets necessary to submit a bid, may be obtained within the Project
Manual/Specifications documents posted on the Fresno County website.
Electronic bids shall be submitted via the Bid Express website. Hardcopy bids shall be
submitted in a sealed envelope addressed to the Department and labeled with the name
of the bidder, contract number, name of the project, the contract number, and the
statement "Do Not Open Until the Time of Bid Opening."
Bid security in the amount of ten (10) percent of the amount of the bid, and in the form of
a bid bond issued by an admitted surety insurer licensed by the California Department of
Insurance, cash, cashier's check or certified check shall accompany the bid. You must
either attach an electronic bid bond or provide an original bid bond (or other form of bid
security authorized by Public Contract Code section 20129(a)), prior to the bid opening.
Bid security shall be made in favor of the County of Fresno.
Contract: #24-S-03
PROBATION TENANT IMPROVEMENT NOTICE TO BIDDERS
CLOVIS, CA. SECTION 0001113- 3
Hardcopy bid bonds shall be submitted in a sealed envelope addressed to the
Department and labeled with the name of the bidder, the name of the project and the
statement "Do Not Open Until the Time of Bid Opening — BID BOND"
A Summary of Bids and a list of subcontractors for the apparent low bidder will be posted
at the above listed website, generally within 24 hours of the Bid Opening.
The apparent lowest bidder shall submit a Cost Distribution of the bid, otherwise known
as a "Schedule of Values," (refer to Section 002113 Instructions to Bidders 1.16 Post-Bid
/ Pre-Award Information and Requirements) within eight (8) days of the Bid Opening.
All requests for substitutions (refer to Section 2.45, Substitution of Materials in the
General Conditions) and questions regarding this project shall be in writing and shall be
received by the Department of Public Works and Planning, Design Division, no later than
2:00 P.M. on the tenth (10th) calendar day prior to bid opening. All substitution requests
and questions received after this deadline will not receive a response unless the
Department of Public Works and Planning elects to issue an addendum to revise the bid
opening date. In the event that the bid opening date is revised, the deadline for questions
will be extended to no later than 2:00 P.M. on the tenth (10th) calendar day before the
revised bid opening date. Questions shall be submitted on the "Request for Clarification"
form provided on the project website at:
http://www.fresnocountyca.gov/Departments/Public-Works-and-Planning/Construction-
Bidding-Opportunities/24-S-03-DBH-Probation-Tenant-Replacement/Request-for-
Clarification-Form
Any changes to, or clarification of, the Contract documents and specifications, including
approved substitutions, shall be in the form of a written addendum issued to planholders
of record. Questions that prompt a change or clarification shall be included in the
addendum with the subsequent answer.
Any oral explanation or interpretations provided with regard to this project are not binding.
No contract will be awarded to a contractor who has not been licensed in accordance with
the provisions of the Contractors State License Law, California Business and Professions
Code, Division 3, Chapter 9, as amended, or whose bid is not on the proposal form
included in the contract document. A valid California Contractor's License, Class B
(General Building), is required for this project.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the
county, or counties, in which the work is to be done have been determined by the Director
of the California Department of Industrial Relations. These wages are set forth in the
General Prevailing Wage Rates for this project, available at County of Fresno,
Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno CA
93721-2104 and available from the California Department of Industrial Relations' Internet
web site at http://www.dir.ca.gov/DLSR/PWD. Future effective general prevailing wage
Contract: #24-S-03
PROBATION TENANT IMPROVEMENT NOTICE TO BIDDERS
CLOVIS, CA. SECTION 0001113- 4
rates, which have been predetermined and are on file with the California Department of
Industrial Relations are referenced but not printed in the general prevailing wage rates.
This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
No contractor or subcontractor may be listed on a bid proposal for a public works project
unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5 [with limited exceptions from this requirement for bid purposes only under
Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public
works project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5.
This contract is subject to state contract nondiscrimination and compliance requirements
pursuant to Government Code, Section 12990.
Bids are required for the entire work described herein. Bids will be compared on the
basis of the total lump sum bid.
In addition to the bid bond required by law of all bidders on public works projects, the
successful bidder shall furnish a faithful performance bond, a payment bond and a
warranty bond in accordance with the provisions of Section 2.36 of the General
Conditions.
The successful bidder shall furnish a faithful performance bond in the amount of 100
percent of the contract amount and a payment bond in the amount of 100 percent of the
contract amount. Each bond specified in this Notice (bid bond, faithful performance bond
and payment bond) shall meet the requirements of all applicable statutes, including but
not limited to those specified in Public Contract Code section 20129 and Civil Code
section 3248.
Each bond specified in this Notice shall be issued by a surety company designated as an
admitted surety insurer in good standing with and authorized to transact business in this
state by the California Department of Insurance, and acceptable to the County of Fresno.
Bidders are cautioned that representations made by surety companies will be verified with
the California Department of Insurance. Additionally, the County of Fresno, in its
discretion, when determining the sufficiency of a proposed surety company, may require
the surety company to provide additional information supported by documentation. The
County generally requires such information and documentation whenever the proposed
surety company has either a Best's Key Rating Guide of less than A and a financial size
designation of less than VIII. Provided, however, that the County expressly reserves its
right to require all information and documentation to which the County is legally entitled
from any proposed surety company.
Contract: #24-S-03
PROBATION TENANT IMPROVEMENT NOTICE TO BIDDERS
CLOVIS, CA. SECTION 0001113- 5
Pursuant to Public Contract Code Section 22300, substitution of securities for any
moneys withheld by the County of Fresno to ensure performance under the contract shall
be permitted.
The Board of Supervisors reserves the right to reject any or all bids.
Board of Supervisors, County of Fresno
Paul Nerland, County Administrative Officer
Bernice E. Seidel, Clerk to the Board
Issue Date: January 14, 2025
Contract: #24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 - 1
INSTRUCTIONS TO BIDDERS
1.01 EXPLANATION TO BIDDERS
An explanation desired by bidders regarding the meaning or interpretation of the bid
documents must be requested in writing no later than 10 days prior to the bid opening.
Oral explanations given before the award of the contract will not be binding. Any
interpretation made will be in the form of an addendum to the bid documents, said
addendum will only be issued by the County's Director of Public Works and Planning
("Director"). Any addenda or supplemental information will be published on the Fresno
County website at https://www.fresnocountVca.gov/planholders and the planholders of
record will be notified.
1.02 EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS AND SITE
OF WORK
The bidder is required to examine carefully the proposal, plans, specifications, special
provisions, and contract forms for submitting a proposal. It is mutually agreed that the
submission of a proposal shall be considered prima facie evidence that the bidder has made
such examination and is satisfied with the conditions to be encountered in performing the
work and as to the requirements of the plans, specifications, and special provisions of the
contract documents.
1.03 PROPOSAL GUARANTEE
The bidder shall furnish a proposal guarantee, consisting of a bid bond, cash, certified
check, or cashier's check, for ten percent (10%) of the total amount bid, including additives.
If security is provided in the form of a certified check or cashier's check, the County may
make such disposition of same as will accomplish the purpose for which submitted. Checks
deposited by unsuccessful bidders will be returned as soon as practicable after the bid
opening.
1.04 PREPARATION OF PROPOSALS
The bidder shall prepare a proposal on the blank proposal form furnished by the County.
The bidder's proposal shall be executed by the individual, by one or more partners of the
partnership, or by one or more of the officers of the corporation submitting it. If the proposal
is made by an individual, a name and post office address must be shown. If made by a
partnership, the name of each member of the partnership must be shown. If made by a
corporation, the proposal must show the name of the state under which the corporation was
chartered and the name of the president, vice president, secretary and treasurer.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 - 2
1.05 SUBCONTRACTORS
Every person submitting a bid to perform the work called for in the bid request shall set forth
in this bid:
A. The name and the location of the place of business, and the California contractor's
license number, and the public works contractor registration number issued pursuant
to Section 1725.5 of the Labor Code, of each subcontractor who will perform work or
labor or render service to the general contractor in or about the construction of the
work or improvement in an amount in excess of one-half(1/2) of one percent (1%) of
the general contractor's total bid; and
B. The portion of the work which will be done by each subcontractor.
The attention of bidders is directed to the provisions of Public Contract Code Section 4100
et seq which set forth the consequences and possible penalties which may result from a
failure to comply strictly with the foregoing requirements for listing of subcontractors.
1.06 SUBMISSION OF PROPOSAL
A. Electronic Bid Submittal
The bidder has the option to submit the bid for this Project electronically. The
bidder must either attach an electronic bid bond or provide an original bid bond
(or other form of bid security authorized by Public Contract Code Section
20129(a)), prior to the bid opening.
Bidders submitting online may use one of the accepted electronic sureties
(Tinubu Surety or Surety 2000) to submit their bid bond; or may submit cash,
cashier's check, certified check, or a bidder bond to Design Services at 2220
Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid bonds
directly to Design Services must submit their bid bond:
1. Under sealed cover
2. Marked as a bid-bond
3. Identifying the contract number and the bid opening date on the cover
If necessary, please e-mail DesignServices(a-fresnocountyca.gov or call
(559) 353-4919 or (559) 600-4543, so that arrangements may be made to
hand deliver your bid bond.
Each proposal shall be submitted in a sealed envelope labeled to clearly indicate
the contract and contents.
B. Bid Submittal by Personal Delivery or by Mail
The bidder has the option to submit the bid by personal delivery or by mail.
The bidder shall specify, on the blank Proposal form, a lump sum price in
both words and figures for each bid item, including alternates, additives and
supplemental items. If the bid is not submitted electronically, then all words
and figures shall be written on the Proposal form in ink. In the case of a
discrepancy between the prices written in words and those written in figures,
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 - 3
the written words shall govern. The bidder's proposal shall be signed in ink
by the individual executing the bid on behalf of the bidder.
The required Proposal Guarantee must accompany the proposal.
When sent by mail, a sealed proposal must be addressed to the Fresno
County Department of Public Works and Planning, Office of the Design
Engineer, Sixth Floor, Fresno County Plaza Building, 2220 Tulare Street,
Fresno, CA 93721. All proposals shall be filed prior to the time and at the
place specified in the NOTICE TO BIDDERS. Proposals received after the
time for opening of the proposals will be returned to the bidder unopened.
1.07 IRREGULAR PROPOSALS
Proposals that do not conform to bid requirements may be rejected as nonresponsive.
Proposals shall be considered irregular and may be rejected for various reasons, including
but not limited to the following:
A. The proposal forms furnished by the County are not used or are altered.
B. There are unauthorized additions, conditional or alternate proposals or irregularities
of any kind which tend to make the proposal incomplete or indefinite.
C. The bidder adds any provision reserving the right to accept or reject an award, or to
enter into a contract pursuant to an award.
D. The bid fails to contain a price for each bid component.
1.08 DISQUALIFICATION OF BIDDERS
Any one or more of the following may be considered to constitute sufficient cause for
disqualification of a bidder and rejection of that bidder's proposal:
A. More than one proposal for the same work from an individual, partnership or
corporation.
B. Evidence of collusion among bidders. Participants in such collusion will receive no
recognition as bidders for any future work of the County until such participant shall
have been reinstated as a qualified bidder.
C. Lack of competency or inadequate machinery, plant or other equipment as
considered necessary to perform this project, as may be revealed by financial
statement if required.
D. Unsatisfactory performance record as shown by past work for the County, judged
from the standpoint of workmanship and progress.
E. Prior commitments or obligations which in the judgment of the County might hinder
or prevent the prompt completion of the work.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 -4
F. Failure to pay, or satisfactorily settle, all bills due for labor or materials which remain
pending under any former contract(s) at the time of submittal of the bid for this
project.
G. Failure to comply with any prequalification requirements of the County.
H. Failure to furnish full amount of Proposal Guarantee with bid or failure to sign bid
bond.
1.09 WITHDRAWAL OR REVISION OF PROPOSALS
A bidder may, without prejudice, withdraw a proposal after it has been deposited, provided
the request for such withdrawal is received in writing before the time set for opening
proposals. The request shall be executed by the bidder or the bidder's duly authorized
representative and shall include the name of the individual authorized to receive the
withdrawn proposal. Said individual shall be required to present photo identification prior to
withdrawing the proposal. The bidder may then submit a revised proposal provided it is
received prior to the time set for opening proposals.
1.10 PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Notice to
Bidders. Bidders or their authorized agents are invited to be present.
1.11 BID PROTEST PROCEDURE / RELIEF OF BIDDER
A. BID PROTEST PROCEDURE
Any bid protest must be submitted in writing and delivered by the Bidder by either of
the following means: (1) via e-mail to DesignServices(a-)fresnocountyca.gov; or (2)
via certified mail, return receipt requested to the following address: Design Division,
Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno,
CA 93721.
The bid protest must be received no later than 5:00 p.m. of the seventh (7th)
calendar day following the deadline for submittal of the specific bid document(s)
placed at issue by the protest. Any Bidder filing a protest is encouraged to submit
the bid protest via e-mail, because the deadline is based on the Department's receipt
of the bid protest. A bid protest accordingly may be rejected as untimely if it is not
received by the deadline, regardless of the date on which it was postmarked. The
Bidder's compliance with the following additional procedures also is mandatory:
The initial protest document shall contain a complete statement of the grounds for
the protest, including a detailed statement of the factual basis and any supporting
legal authority.
The protest shall identify and address the specific portion of the document(s) forming
the basis for the protest.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 - 5
The protest shall include the name, address and telephone number of the person
representing the protesting party.
The Department will provide a copy of the initial protest document and any attached
documentation to all other Bidders or proposers who appear to have a reasonable
prospect of receiving an award depending upon the outcome of the protest.
The Board of Supervisors will issue a decision on the protest. If the Board of
Supervisors determines that a protest is frivolous, the party originating the protest
may be determined to be irresponsible and that party may be determined to be
ineligible for future contract awards.
The procedure and time limits set forth herein are mandatory and are the Bidder's
sole and exclusive remedy in the event of a bid protest. Failure by the Bidder to
comply with these procedures shall constitute a waiver of any right to further pursue
the bid protest, including the subsequent filing of a Government Code Claim or legal
proceedings.
B. RELIEF OF BIDDER
A bidder who claims a mistake in their bid must follow the procedures in Public
Contract Code Section 5100 et seq in seeking relief of their bid.
1.12 AWARD OF CONTRACT
The award of the contract, if it is awarded, will be to the lowest responsible bidder whose
proposal complies with all the prescribed requirements. The award, if made, will be within
54 days after the opening of proposals.
If the County finds that it will be unable to award the contract within 54 calendar days after
the opening of proposals, the Director may request any or all bidders to extend all terms of
their proposal(s) to a specified date. It is possible that additional extensions may
subsequently be requested. If a bidder does not elect to extend the terms of their proposal
beyond the 54 calendar days following opening of proposals, or does not respond within 10
days to any request for an extension, that bidder's proposal will be deemed as having
expired 54 calendar days following opening of the proposals, and that bidder's proposal will
not be considered for award of the contract.
The successful bidder will be notified in writing, by letter mailed to the address shown on
their proposal, that their bid has been accepted and that they have has been awarded the
contract.
The right is reserved by the County to reject any or all proposals, to waive technicalities
(such as immaterial bid irregularities), to advertise for new proposals, or to proceed to do
this work otherwise, if in the judgment of the awarding authorities the best interests of the
County will be promoted thereby.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 - 6
1.13 CANCELLATION OF AWARD
The awarding authority reserves the right to cancel the award of any contract at any time
before the execution of said contract by all parties without any liability against the County.
1.14 CONTRACT BONDS
The bidder to whom the award is made shall, within ten days, enter into a written contract
with the County. The bidder shall forfeit the Proposal Guarantee in case the bidder does not
follow through with execution of the written contract within ten days after the contract is
awarded.
The successful bidder shall furnish a faithful performance bond in the amount of 100 percent
(100%) of the contract amount and a payment bond in the amount of 100 percent (100%) of
the contract amount, and one-year Warranty Bond in the amount of 10 percent (10%) of the
contract amount. Said bonds shall be submitted in triplicate.
The payment bond shall contain provisions such that if the Contractor or their
subcontractors shall fail to pay (a) amounts due under the Unemployment Insurance Code
with respect to work performed under the contract, or (b) any amounts required to be
deducted, withheld and paid over to the Employment Development Department and to the
Franchise Tax Board from the wages of the employees of the Contractor and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work
and labor, then the surety will pay these amounts. In case suit is brought upon the payment
bond, the surety will pay a reasonable attorney's fee to be fixed by the court.
The contract form is attached hereto for the Contractor's information only. Execution of the
contract by the successful bidder will not be required until after the bid award is made.
Liability and Workers Compensation Insurance requirements shall be as set forth in the
Agreement.
1.15 BUILDERS RISK INSURANCE
The Contractor shall obtain and maintain in force Builder's Risk Insurance against loss or
damage from all perils. The policy shall cover the entire structure on which the work of this
contract is to be done, up to the full insurable value thereof(except that if the contract is for
remodeling, alteration, repair, or maintenance, then the policy shall cover the value of the
contract therefore), including items of labor and materials connected therewith on the site,
materials in place or to be used as part of the permanent construction including materials
stored and partially paid for by the County as provided in Division 00-General Conditions,
surplus materials, shanties, protective fences, bridges, or temporary structures,
miscellaneous materials and supplies incident to the work , and such scaffolding, stagings,
towers, forms and equipment as are not owned or rented by the Contractor, the cost of
which is included in the cost of the work. EXCLUDED: This insurance does not cover any
tools owned by mechanics, any tools, equipment, scaffolding, staging, towers, and forms
owned or rented by the Contractor, the capital value of which is not included in the cost of
the work, or any structures erected for the Contractor's administration of the project.
All subcontractors shall be insured to the extent of their portion of the work under the
Contractor. The Contractor shall request, and is responsible to confirm with its insurer, that
CONTRACT # 24-S-03
PROBATION TENANT IMPROVEMENT INSTRUCTIONS TO BIDDERS
CLOVIS, CA SECTION 002113 - 7
the County and all subcontractors are named, both as additional insured and as additional
loss payees, on the Builder's Risk insurance policy. The County, Contractor, and all
subcontractors waive all rights, each against the others, for damages arising from perils
covered by the insurance required under the terms of this article, except such rights as they
may have to the proceeds of the Builder's Risk insurance obtained and maintained by the
Contractor. The Contractor shall file a certificate of such insurance with the County upon
issuance of the policy, and with any subcontractors upon its request.
1.16 POST-BID / PRE-AWARD INFORMATION
Within eight (8) calendar days after bid opening, the apparent low bidder shall submit the
following information to the DesignServices(a)_fresnocountyca.gov:
a. A cost distribution of the bid, with costs shown for major items of work as defined by
either the project specification index, the Uniform Construction Index (UCI), or other
method as appropriate for the project and approved by the Engineer.
b. The cost distribution shall distinguish between work to be done by the bidder's own
forces and work that will be subcontracted (including those who are to furnish
materials or equipment fabricated to a special design); all subcontractors shall be
named, regardless of the dollar amount of subcontracted work. Bidders' attention is
also directed to California Public Contract Code Section 4100 et seq regarding
subcontracting.
The County reserves the right to reject any proposed subcontractor, installer, or supplier
who cannot show satisfactory evidence of meeting the qualifications required by the
specification documents. In the event of such rejection, the apparent low bidder shall, within
five working days, submit the name and qualifications of a replacement subcontractor,
installer, or supplier satisfactory to the County. Such replacement submittal shall be in
accordance with all specification requirements.
No adjustment of bid prices shall be made in the event of such replacement.
This information may be used in the evaluation of bids. If the project is awarded, the cost
distribution will be used in determining amounts payable on progress payments and final
payment.
The County may request that bidders other than the apparent low bidder submit similar cost
distribution or qualification information, for the purpose of evaluating bids.
Upon completion of the bid evaluation process, cost distributions or qualification information
submitted by other than the apparent low bidder will be returned upon request.
END OF SECTION
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT BIDDERS CHECKLIST
CLOVIS, CA. SECTION 002213 - 1
BIDDERS' CHECKLIST (BUILDING CONTRACTS)
Because of numerous technical irregularities resulting in rejected proposals for projects, the
following checklist is offered for the bidders' information and use in preparing the proposal.
This checklist is not to be considered as part of the contract documents. Bidders are
cautioned that deleting or not submitting a form supplied in the bid documents (even if the
form does not require signature) may result in an irregular bid.
PROPOSAL/BID SHEET (Section 004213)
Bidder name on each sheet. Price for each item including: each additive, deductive,
supplemental or alternate items. Make no additions such as "plus tax", "plus freight", or
conditions such as "less 2% if paid by 15th". Use ink or typewriter. Acknowledge addenda.
BID SECURITY FORM - Read the Notices and Notes (Section 004313)
Indicate type of bid security provided.
Provide contract license information.
State business name and if business is a:
Corporation - list officers
Partnership - list partners
Joint Venture - list members
If Joint Venture members are corporations or partnerships, list their officers or
partners.
Individual - list Owner's name and firm name style
Signature of Bidder—BID MUST BE SIGNED!
Corporation - by an officer
Partnership - by a partner
Joint Venture - by a member
Individual - by the Owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be
accompanied by a power of attorney authorizing the individual to sign bids, otherwise
the bid may be rejected.
Business Address - Firm's Street Address
Mailing Address - P.O. Box or Street Address
BID SECURITY (PROPOSAL GUARANTEE)
Ten percent (10%) of the total amount bid (to include supplemental or additive items).
Type of Bid Security:
Cash - Not recommended; cash is deposited in a clearing account and is returned to
bidders by County warrant. This process may take several weeks.
Cashier's or Certified Checks - Will be held until the bid is no longer under
consideration. If submitted by a potential awardee, they will be returned when the
contract bonds are submitted and approved.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT BIDDERS CHECKLIST
CLOVIS, CA. SECTION 002213 - 2
Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding
company. Signature of attorney-in-fact should be notarized and the bond should be
accompanied by bonding company's affidavit authorizing attorney-in-fact to execute
bonds. An unsigned bid bond will be cause for rejection. If the bid is submitted
electronically, then the bidder must either attach an electronic bid bond or provide an
original bid bond (or other form of bid security authorized by Public Contract Code
Section 20129(a)), prior to the bid opening, as more thoroughly specified in the
Instructions to Bidders, Section 1.04.A ("Electronic Bid Submittal").
SUBCONTRACTOR LIST (Section 004336)
One firm for each type of work to be subcontracted. Fill out as completely as possible.
Name and location of place of business, California contractor's license number, public works
contractor registration number issued pursuant to Section 1725.5 of the Labor Code, and
description of work to be performed are required to be listed for each subcontractor in
accordance with Public Contract Code section 4104.
NON-COLLUSION DECLARATION (Section 004519)
Must be completed, signed, and returned with bid.
TITLE 13 CARB CERTIFICATION (Section 004556)
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their
bid. Subcontractor certificates will be due no later than 4:00 PM on the fifth (5t") calendar
day after the bid opening if not submitted with the bid.
GUARANTY OF WORK (Section 006536)
Does not need to be submitted with the bid. (Must be signed and submitted by the
successful bidder together with the executed contract and requisite bonds and insurance
certificates, within ten days after award of the Project.)
OTHER
If the bid forms have been removed from the specifications booklet, staple the pages
together.
Make sure the bid envelope is sealed and shows the project name, bid package and
contract number.
If the bid is mailed, allow sufficient time for postal delivery prior to the bid closing time. Bids
received after the scheduled time will be returned unopened. Be sure the statement "DO
NOT OPEN UNTIL TIME OF BID OPENING" is on the envelope.
END OF SECTION
CONTRACT# 24-S-03
General Info
Total:
$2,377,711.00
Number Description
24-S-03 Probation Tenant Improvement
Deadline 200 W. Pontiac Way
02/20/2025 02:00 PM PST The work to be done, in general, consists of a tenant improvement to an existing
39,609 square foot office building for the Probation department. Exterior work includes
Vendor resealing and restriping of the existing parking, security fencing, and accessibility
Fortune-Ratliff General upgrades to the path of travel and barrier removal. Interior work includes office
Contractors, Inc. remodel, ceiling and lighting replacement, and restroom renovations. The work does
not include the high bay warehouse attached to the office building.
Submitted
Allows zero unit prices and labor
02/20/2025 01:58 PM PST
No
Signed by
Allows negative unit prices and labor
Adam Myles Account Holder
Adam Myles No
Opened
02/20/2025 02:13 PM PST By
ilianamartinez@fresnocountyca.gov
Page 1 of 27 02/20/2025
Attachment List
County of Fresno - Project Website
RFC form, bid opening details, any Supplemental Information
including RFC responses, Pre-bid Conference information, etc.
Project Manual (3 MB)
Specifications
Plans (29 MB)
Drawings
Addendum 1
Addendum 1
Addendum 1 - Plan Sheets
Addendum 1 - Plan Sheets
Addendum 2
Addendum 2
Page 2 of 27 02/20/2025
Proposal Form Section 004213 - 1
Proposal to the County of Fresno
Contract Name: Probation Tenant Improvement
Contract No.: 24-S-03
Fund / Subclass / Org / Account / Program or Memo No.: 0400 / 8871 / 8150 / 91935
Work to be performed: The work to be done, in general, consists of a tenant improvement to an existing 39,609 square foot office
building for the Probation department. Exterior work includes resealing and restriping of the existing parking, security fencing, and
accessibility upgrades to the path of travel and barrier removal. Interior work includes office remodel, ceiling and lighting
replacement, and restroom renovations. The work does not include the high bay warehouse attached to the office building.
The work to be done is shown on a set of Specifications, entitled "Probation Tenant Improvement," the special provisions entitled
"Specifications for Tenant Improvement Pontiac," and Plans, entitled "Proposed Tenant Improvement".
Building No.: 663
Project Address:
200 W. Pontiac Way
Clovis, CA 93612
If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and to give the two bonds in the sums to
be determined as aforesaid, each issued by a surety satisfactory to the Awarding Authority, within ten (10) days after the award of
the contract, the Awarding Authority, at its option, may determine that the bidder has abandoned the contract, and thereupon this
proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall
operate and the same shall be the property of the County.
The undersigned, as bidder, declares that all addenda issued with respect to this bid have been received and incorporated into
this Proposal. The bidder's signature on this Proposal also constitutes acknowledgement of all addenda.
The undersigned, as bidder, declares that the only persons, or parties interested in this proposal as principals are those named
herein; that this proposal is made without collusion with any other person, firm or corporation; that the bidder has carefully
examined the annexed proposed form of contract, and the plans therein referred to; and the bidder proposes and agrees if this
proposal is accepted, that the bidder will contract with the County of Fresno to provide all necessary machinery, tools, apparatus
and other means of construction, and to do all the work and furnish all the materials specified in the contract in the manner and
time therein prescribed, and according to the requirements of the County as therein set forth, and that the bidder will take in full
payment therefor the following lump sum price, to-wit:
Page 3 of 27 02/20/2025
Proposal Form Section 004213 - 2 Bid Sheet
$2,377,711.00
Item No. Item Description Item Price Extension
1 Base Bid $2,377,711.00 $2,377,711.00
Total: $2,377,711.00
Page 4 of 27 02/20/2025
Proposal Section 004213 - 2 Acknowledgement of Addendum
Type N/A if no addenda were issued. Click "+" to add additional fields.
Addendum No. *
1
Dated
2/5/25
Type N/A if no addenda were issued. Click "+" to add additional fields. 1
Addendum No. *
2
Dated
2/14/25
Page 5 of 27 02/20/2025
Bid Security Form Section 004313 - 1A
Accompanying this proposal is security (check one only) in an amount equal to at least ten percent (10%) of the total amount of
the bid:
Bond Percentage
10.00%
Guarantee Method
Paper Bid Bond, Certified
Check, Cashier's Check,
Cash, Scan of Paper Bid
Bond
Paper Bid Bond, Certified Check, Cashier's Check, Cash, Scan of Paper Bid Bond
Confirmation *
I have provided a Paper Bid Bond for 10.00% of the bid total amount, to the public works office, prior to the solicitation
deadline.
If Cash Security, Enter Amount
You must either attach an electronic bid bond here or provide an original bid bond (or other form of bid
security authorized by Public Contract Code Section 20129(a)), prior to the bid opening.
Page 6 of 27 02/20/2025
Bid Security Form Section 0014313 - 2
The names of all persons interested in the foregoing proposal as principals are as follows:
Business Name *
Fortune-Ratliff General Contractors, Inc.
Note: If bidder or other interested person is a corporation, state legal name of corporation. If bidder is a co-partnership, state true
name of firm.
Business Owners and Officers Names
Adam Myles VP, Allen Fortune President, Allen Jones
Secretary/Treasurer
Note: If bidder or other interested person is:
• a corporation, list names of the president, secretary, treasurer and manager thereof
• a partnership, list names of all individual co-partners composing firm.
• an individual, state first and last name in full.
Names of Owners and Key Employees
Adam Myles, Owner
Allen Fortune
Allen Jones
Note: List majority owners of your firm. If multiple owners, list all. Also include anyone, including key employees, who are actively
promoting the contract. (SB1439)
Licensed in accordance with an act providing for the registration of Contractors:
Class * Contractor License Expires
B C 8 Number * 8/31/26
496147
DIR Registration Number
1000005076
Page 7 of 27 02/20/2025
Business Address *
352 West Bedford Suite 107, Fresno, CA 93711
Mailing Address
PO Box 26944 Fresno, CA. 93720
Business Phone
(559) 432-1306
Fax Number
Email Address
adamm@fortuneratliff.com
Signature of Bidder
Adam Myles
Dated
2/20/25
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the
officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm
shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co-
partnership; and if bidder is an individual, bidder signature shall be placed above. If signature is by an agent, other than an officer
of a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or
submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized.
Page 8 of 27 02/20/2025
Subcontractors List Section 004336 - 1
SUBCONTRACTORS
The following named subcontractor(s) will perform with labor, or otherwise render services to the general contractor in or about the
construction of the work or improvement in an amount in excess of one-half of one percent of the total bid presented herewith.
Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with the
License Board. Submission of subcontractor's name, location of business and description of work, California contractor's license
number and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code, all are REQUIRED,
by Section 4104 of the California Public Contract Code, to be submitted prior to bid opening. (The "location of business" must
specify the city in which the subcontractor's business is located, and the state if other than California.) All other requested
information shall be submitted, either with the bid or within 24 hours after bid opening.
Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with the
License Board.
FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NON-RESPONSIVE, OR MAY RESULT IN
ASSESSMENT OF A PENALTY AGAINST THE BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA
PUBLIC CONTRACT CODE.
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor:
Mag Engineering
Business Address
PO Box 8442, Fresno, CA 93747
Class
License No.
1033270
DIR Registration No.
1000058093
Item No. or Description of Work
DIV 2 - Demolition Bldg/Site
Dollar Amount: OR Percentage of Total Bid:
Page 9 of 27 02/20/2025
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 1
Subcontractor: *
Ro's Precise Painting
Business Address
1816 Industrial Way, Sanger, CA 93657
Class
License No.
757058
DIR Registration No.
1000000284
Item No. or Description of Work
DIV 3 - Polished Concrete Finishing & DIV 9 - Interior Painting
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 2
Subcontractor:
Fresno FabTech
Business Address
1035 K St., Sanger, CA 93657
Class
Page 10 of 27 02/20/2025
License No.
534626
DIR Registration No.
1000933235
Item No. or Description of Work
DIV 5 - Pipe & Tube Railings
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 3
Subcontractor:
Italish Cabinetry
Business Address
1925 Broadway St., Fresno, CA 93721
Class
License No.
1043233
DIR Registration No.
1000872119
Item No. or Description of Work
DIV 6 - P/L Arch Cabinets & Countertops & DIV 10 Waterproof Wall Panel System
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Page 11 of 27 02/20/2025
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 4
Subcontractor:
Todd Companies
Business Address
PO Box 6820, Visalia, CA 93290
Class
License No.
788798
DIR Registration No.
1000002649
Item No. or Description of Work
Plumbing
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 5
Subcontractor: *
KC & S Construction Specialties
Business Address *
432 Bitritto Way, Unit 3, Modesto, CA 95356
Class
License No.
1048604
Page 12 of 27 02/20/2025
DIR Registration No.
1000063244
Item No. or Description of Work
DIV 8 - HM Doors, Frames & Finish Hardware
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 6
Subcontractor: *
San Joaquin Glass
Business Address
2150 E. McKinley, Fresno, CA 93703
Class
License No.
248167
DIR Registration No.
1000010471
Item No. or Description of Work
DIV 8 - Bullet Resistant Windows & Storefront Doors
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 7
Page 13 of 27 02/20/2025
Subcontractor:
DFS Flooring
Business Address
5468 E. Lamona Ave., Fresno, CA 93727
Class
License No.
999046
DIR Registration No.
1000006695
Item No. or Description of Work
DIV 9 - Carpet Tile/TS Rubber Base/Stair Tread
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 8
Subcontractor:
ASB Construction
Business Address
1148 N. Michelle Drive, Dinuba, CA 93618
Class
License No.
1057664
DIR Registration No.
1000569239
Page 14 of 27 02/20/2025
Item No. or Description of Work
DIV 9 - Gypsum Board/Metal Studs
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 9
Subcontractor:
ASB Construction
Business Address
1148 N. Michelle Drive, Dinuba, CA 93618
Class
License No.
1057664
DIR Registration No.
1000569239
Item No. or Description of Work
DIV 9 - Acoustical Ceilings
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Page 15 of 27 02/20/2025
Subcontractors List Section 004336 - 2
Optional: Vendor is not required to complete.
SUBCONTRACTORS
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor:
Shelco Industries
Business Address
5425 E. Home, St 101, Fresno, CA 93727
Class
License No.
423565
DIR Registration No.
1000007336
Item No. or Description of Work
DIV 10 - Toilet Compartments/Toilet Accessories
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 1
Subcontractor:
DOT Electric
Business Address
1115 E. Oakmont, Fresno, CA 93730
Page 16 of 27 02/20/2025
Class
License No.
935959
DIR Registration No.
1000008270
Item No. or Description of Work
Electrical, Low Voltage, Fire Alarm
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 2
Subcontractor: *
Johnson Fire Protection
Business Address *
432 N. Elko, Visalia, CA 93291
Class
License No.
9450801
DIR Registration No.
1000022773
Item No. or Description of Work
DIV 21 - Fire Sprinkler System
Dollar Amount: OR Percentage of Total Bid:
Page 17 of 27 02/20/2025
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 3
Subcontractor:
A & N Mechanical
Business Address
2024 Janna Ave., Modesto, CA 95350
Class
License No.
1126705
DIR Registration No.
2000006883
Item No. or Description of Work
DIV 23 - HVAC Smoke Detectors/Ducting Modifications
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 4
Subcontractor: *
T & T Pavement Markings
Business Address *
3276 W. Sussex Way, Fresno, CA 93722
Class
Page 18 of 27 02/20/2025
License No.
687921
DIR Registration No.
1000046338
Item No. or Description of Work
DIV 32 - Striping, Signs, Bumpers
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 5
Subcontractor: *
Celtic Construction
Business Address
2491 N. Miami, Fresno, CA 93727
Class
License No.
770330
DIR Registration No.
1000021833
Item No. or Description of Work
DIV 32 - Asphalt Paving, Patch, Clean & Seal, Site Concrete & Truncated Domes
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Page 19 of 27 02/20/2025
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 6
Subcontractor:
Valley Fence Co.
Business Address
3505 Lind Ave., Clovis, CA 93612
Class
License No.
2373348
DIR Registration No.
1000000118
Item No. or Description of Work
DIV 32 - Decorative Metal Fences & Gates
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 7
Subcontractor:
Central Pro Tile
Business Address
13799 Road 35, Madera, CA 93636
Class
License No.
1003131
Page 20 of 27 02/20/2025
DIR Registration No.
1001003777
Item No. or Description of Work
DIV 9 - Ceramic Tile
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Page 21 of 27 02/20/2025
Non-Collusion Declaration Section 004519 - 1
CONTRACT: PROBATION TENANT IMPROVEMENT
CONTRACT NO.: 24-S-03
To the County of Fresno:
NON-COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the (Choose one of the following options):
Owner
If Corporate Officer please list Title:
Vice President
of (Business Name):
Fortune-Ratliff General Contractors, Inc.
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other
bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any
member or agent thereof, and has not paid, and will not pay, any person or entity for that purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability
company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does
execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on
Date: *
2/20/25
at City, State:
Fresno, California
Signature:
Adam Myles
Page 22 of 27 02/20/2025
(See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106)
*NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of the Proposal. Bidders are cautioned
that making a false certification may subject the certifier to criminal prosecution.
Page 23 of 27 02/20/2025
Title 13 CARB Certification Section 004556 - 1
In conformance with Title 13 § 2449(i), bidders will be required to attach copies of valid Certificates of Reported Compliance for
the fleet selected for the contract and their listed subcontractors.
Before May 15th of each year, the prime contractor must collect a new valid Certificate of Reported Compliance for the current
compliance year, as defined in section 2449(n), from all fleets that have an ongoing contract with the prime contractor as of March
1 of that year. Prime contractors must not write contracts to evade this requirement. Annual renewals must be provided to the
Resident Engineer at least one week prior to the expiration date of the current certificate.
https://ww2.arb.ca.gov/resources/fact-sheets/fact-sheet-contracting-requirements
Choose all that apply:
❑Bidder's Certificate of Reported Compliance has been attached to the bid.
✓❑Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4).
✓❑Listed subcontractors' certificates have been attached or will be submitted within five (5) calendar days of the
bid opening.
❑The following subcontractors do not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4):
Subcontractors
FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS DIRECTED MAY RENDER THE BID NON-
RESPONSIVE.
Page 24 of 27 02/20/2025
Guaranty Section 006536 - 1
Optional: Vendor is not required to complete.
CONTRACT NO: 24-S-03
This guaranty shall be executed by the successful bidder in accordance with Section 2.32 of the General Conditions. The bidder
may execute the guaranty on this page at the time of submitting the bid or may, in the alternative, submit it with the insurance
certificates and bonds within ten (10) days after award.
GUARANTY
To the Owner: County of Fresno
The undersigned guarantees the construction and installation of the following work included in this project:
ALL WORK
Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty
workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as
originally intended and in accordance with each individual Work Order Detailed Scope of Work and specifications, due to any of
the above causes, all within 365 calendar days after the date on which the Work under this contract is accepted by the Owner, the
undersigned agrees to reimburse the Owner, upon demand, for its expenses incurred in restoring said work to the condition
contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and
replacing any other work necessary to make such replacement or repairs, or, upon demand by the Owner, to replace any such
material and to repair said work completely without cost to the Owner so that said work will function successfully as originally
contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or
repairs done by the undersigned. In the event the Owner elects to have said work performed by the undersigned, the undersigned
agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable
time after the receipt of demand from the Owner. If the undersigned shall fail or refuse to comply with his or her obligations under
this guaranty, the Owner shall be entitled to all costs and expenses reasonably incurred by reason of said failure or refusal.
Date:
No bid
Name (Printed):
No bid
Signature:
No bid
Title:
No bid
Contractor:
No bid
Page 25 of 27 02/20/2025
Required Documents - A
Name Omission Terms Submitted
File
I am not
CARB Certification of Reported Compliance - enclosing this
Bidder document
Valid CARB Certification of Reported Compliance Does not have a fleet subject to this regulation. because the
- Bidder omission terms
have been
met.
I am not
CARB Certification(s) of Reported Compliance - enclosing this
Subcontractors Due by 4pm on the 5th calendar day after bid document
Valid CARB Certification(s) of Reported opening or no listed subcontractors have a fleet because the
Compliance - Subcontractors subject to this regulation. omission terms
have been
met.
Electronic Bid Bond - Scan of Bid Bond FC Probation
Scan of Notarized Paper Bid Bond with original I have already provided a bid bond, i.e. through Tenant
due by 4pm on the 5th calendar day after the bid an electronic Surety above or to the public works Improvement-
opening. office prior to the deadline. Bid Bond
FR.pdf
3 Required Documents
Page 26 of 27 02/20/2025
Additional Documents (use if needed)
Name Omission Terms Submitted
File
I am not
enclosing this
Not Required - Extra Space if needed document
Not Required - Extra Space if needed Not Required - Extra Space if needed because the
omission terms
have been
met.
I am not
enclosing this
Not Required - Extra Space if needed document
Not Required - Extra Space if needed Not Required - Extra Space if needed because the
omission terms
have been
met.
I am not
enclosing this
Not Required - Extra Space if needed document
Not Required - Extra Space if needed Not Required - Extra Space if needed because the
omission terms
have been
met.
3 Required Documents
Page 27 of 27 02/20/2025
PROBATION TENANT IMPROVEMENT AGREEMENT
CLOVIS, CA SECTION 005213 - 1
AGREEMENT
THIS AGREEMENT is made at Fresno, in Fresno County, California, by and between Fortune-
Ratliff General Contractors, Inc., hereinafter "Contractor", and the County of Fresno, hereinafter
"Owner".
WITNESSETH, the Contractor and the Owner, for the consideration hereinafter named, agree as
follows:
ARTICLE I. The Contractor agrees to furnish all labor, equipment and materials, including tools,
implements, and appliances required, and to perform all the work in a good and workmanlike
manner, free from any and all liens and claims of mechanics, materialmen, subcontractors,
artisans, machinists, teamsters, and laborers required for:
PROBATION TENANT IMPROVEMENT
Contract No. 24-S-03
Located at 200 W. Pontiac Way, Clovis, California, all in strict compliance with the plans, drawings,
and specifications therefore prepared by the Director of the Fresno County Department of Public
Works and Planning and his authorized representatives, hereinafter called the Project Manager,
and other contract documents relating thereto.
ARTICLE II. The Contractor and the Owner agree that the Advertisement (Notice to Bidders), the
Wage Scale, the Proposal hereto attached, the Instructions to Bidders, the General Conditions of
the contract, the Technical Specifications, the Drawings, and the Addenda and Bulletins thereto,
the Contract Bonds and Certificates of Liability and Workers Compensation Insurance, and the
Contract Change Orders, together with this Agreement form the Contract Documents, and they are
as fully a part of the contract as if hereto attached or herein repeated. The Specifications and
Drawings are intended to cooperate so that any work exhibited in the drawings and not mentioned
in the specifications, or vice versa, is to be executed the same as if both are mentioned in the
specifications and set forth in the drawings, to the true intent and meaning of the said drawings
and specifications when taken together. Provided, however, that no part of said specifications that
is in conflict with any portion of this Agreement, or that is not actually descriptive of the work to be
done thereunder, or of the manner in which the said work is to be executed, shall be considered
as any part of this Agreement, but shall be utterly null and void, and anything that is expressly
stated, delineated or shown in or upon the specifications or Detailed Scope of Work shall govern
and be followed, notwithstanding anything to the contrary in any other source of information or
authority to which reference may be made.
ARTICLE III. The Contractor agrees that the work under the contract shall be completed as
determined by the Owner within ONE HUNDRED TWENTY (120) CALENDAR DAYS from the
date shown in the Notice to Proceed. Time of performance shall be deemed as of the essence
hereof and it is agreed that actual damages to the Owner from any delay in completion beyond
the date provided for herein, or any extension thereof until the work is completed or accepted,
shall be all provable damages plus liquidated damages in the amount of ONE THOUSAND
00/100 DOLLARS ($1,000.00) per day; that said liquidated damage was arrived at by a studied
estimate of loss to the Owner in the event of a delay considering the following damage items
which are extremely difficult or impossible to determine: Additional construction expense
resulting from delay of completion including, but not limited to, engineering, inspection, rental
and utilities; provided, however, the Owner may conditionally accept the work and occupy and
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT AGREEMENT
CLOVIS, CA SECTION 005213 - 2
use the same if there has been such a degree of completion as shall in its opinion render the
same safe, fit and convenient for the use for which it is intended and in such cases the Contractor
and Surety shall not be charged for liquidated damages for any period subsequent to such
conditional acceptance and occupation by the Owner but Owner may assess actual damages
caused by failure of total completion during such period. The time during which the Contractor
is delayed in said work by the acts or neglects of the Owner or its employees or those under it
by contract or otherwise, or by the acts of God which the Contractor could not have reasonably
foreseen and provided for, or by storms and inclement weather which delays the work, or by any
strikes, boycotts, or like obstructive action by employee or labor organizations, or by any general
lockouts or other defensive action by employers, whether general, or by organizations of
employers, shall be added to the time for completion as aforesaid.
ARTICLE IV. COMPENSATION: The Owner agrees to make payments on account thereof as
provided in the General Conditions in the total amount of TWO MILLION THREE HUNDRED
SEVENTY-SEVEN THOUSAND SEVEN HUNDRED ELEVEN AND 00/100 DOLLARS
($2,377,711.00) in current funds for the performance of the contract which sum is computed as
follows: TOTAL BID LUMP SUM.
ARTICLE V. The Contractor and the Owner agree that changes in this Agreement or in the work
to be done under this Agreement shall become effective only when written in the form of a
supplemental agreement or change order and approved and signed by the Owner and the
Contractor. It is specifically agreed that the Owner shall have the right to request any alterations,
deviations, reductions, or additions to the contract, plans, and/or specifications and the amount
of the cost thereof shall be added to or deducted from the amount of the contract price aforesaid
by fair and reasonable valuations thereof.
This contract shall be deemed completed when the work is finished in accordance with all
Contract Documents as amended by such changes. No such change or modification shall
release or exonerate any surety upon any guaranty or bond given in connection with this
contract.
ARTICLE VI. In the event of a dispute between the Owner or Project Manager and the
Contractor as to an interpretation of any of the specifications or as to the quality of sufficiency of
material or workmanship, the decision of the Project Manager shall for the time being prevail
and the Contractor, without delaying the job, shall proceed as directed by the Project Manager
without prejudice to a final determination by negotiation, arbitration by mutual consent or
litigation and should the Contractor be finally determined to be either wholly or partially correct,
the Owner shall reimburse him for any added costs he may have incurred by reason of work
done or material supplied beyond the terms of the contract as a result of complying with the
Project Manager's directions as aforesaid. In the event the Contractor shall neglect to prosecute
the work properly or fail to perform any provisions of this contract, the Owner, after three days'
written notice to the Contractor, may, without prejudice to any other remedy it may have, make
good such deficiencies and may deduct the cost thereof from the payment then or thereafter due
to the Contractor, subject to final settlement between the parties as in this paragraph
hereinabove provided.
ARTICLE VII. TERMINATION: If the Contractor should be adjudged a bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver should be appointed
on account of his insolvency, or if he or any of his subcontractors should persistently violate any
of the provisions of the contract, or if he should persistently or repeatedly refuse or should fail,
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT AGREEMENT
CLOVIS, CA SECTION 005213 - 3
except in cases for which extension of time is provided, to supply enough properly skilled
workmen or proper material, or if he should fail to make prompt payment to subcontractors or
for material or labor or persistently disregard laws, ordinances or the instructions of the Project
Manager, then the Owner may, upon the certificate of the Project Manager, when sufficient
cause exists to justify such action, serve written notice upon the Contractor and his surety of its
intention to terminate the contract, such notice to contain the reasons for such intention to
terminate the contract, and unless within five (5) days after the serving of such notice, such
violations shall cease and satisfactory arrangements for correction thereof be made, the contract
shall, upon the expiration of said five days, cease and terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof
upon the surety and the Contractor, and the surety shall have the right to take over and perform
the contract, provided, however, that if the surety within ten (10) days after the serving upon it
of notice of termination does not give the Owner written notice of its intention to take over and
perform the contract or does not commence performance thereof within the ten (10) days stated
above from the date of the serving of such notice, the Owner may take over the work and
prosecute the same to completion by contract or by any other method it may deem advisable for
the account and at the expense of the Contractor, and the Contractor and his surety shall be
liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the
Owner may without liability for so doing, take possession of and utilize in completing the work,
such materials, appliances, plant and other property belonging to the Contractor as may be on
the site or the work and necessary therefore. In such case, the Contractor shall not be entitled
to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of finishing the work,
including compensation for additional managerial and administrative services, such excess shall
be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor
shall pay the difference to the Owner. The expense incurred by the Owner as herein provided,
and damage incurred through the Contractor's default, shall be certified by the Project Manager.
ARTICLE VIII. The Contractor and his subcontractors shall comply with Sections 1770 — 1780
of the California Labor Code and the provisions of Sections 2.52 and 2.55 of the General
Conditions concerning the payment of wages to all workers and mechanics, and the employment
and payment of apprentices by the Contractor or any subcontractor for all work performed under
this Agreement.
ARTICLE IX. The Contractor and his subcontractors shall comply with Sections 1810 to 1815
of the California Labor Code and the provisions of Section 2.51 of the General Conditions,
concerning hours of work and payment of overtime compensation for all work performed under
this Agreement.
The Board of Supervisors hereby specifies that portions of the work can only be performed
outside the regular working hours as defined in the applicable collective bargaining agreement
filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.1, and
that the overtime requirements for Saturdays, and holidays are hereby waived for these portions
of the work, as more particularly described in the specifications. However, this exemption shall
not negate the overtime provisions specified in Labor Code Section 1815.
ARTICLE X. INDEMNIFICATION: To the fullest extent permitted by law, Contractor agrees to
and shall indemnify, save, hold harmless and at County's request, defend County and its officers,
agents and employees, and the Project Manager and their respective officers, agents and
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT AGREEMENT
CLOVIS, CA SECTION 005213 -4
employees, from any and all costs and expenses, attorney fees and court costs, damages,
liabilities, claims and losses occurring or resulting to County, or the Project Manager in
connection with the performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement, and from any and all costs and expenses, attorney fees and
court costs, damages, liabilities, claims and losses occurring or resulting to any person, firm or
corporation who may be injured or damaged by the performance, or failure to perform, of
Contractor, its officers, agents or employees under this Agreement. In addition, Contractor
agrees to indemnify County for Federal, State of California and/or local audit exceptions resulting
from non-compliance herein on the part of Contractor.
In any and all claims against the County, the Project Manager, or any of their respective officers,
agents or employees, initiated 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 set forth in the immediately preceding paragraph 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 workmen's compensation
acts, disability benefit acts or other employee benefit acts.
ARTICLE XI. INSURANCE: Without limiting the Owner's right to obtain indemnification from
Contractor or any third parties, Contractor, at its sole expense, in accordance with the provisions
of Section 2.40 of the General Conditions, shall maintain in full force and effect the following
insurance policies throughout the term of this Agreement, excepting only those policies for which
a longer term is specified:
A. Course of Construction (Builder's All Risk) Insurance, with scope and amount of
coverage as specified in Section 2.40 E.1 of the General Conditions.
B. Commercial General Liability Insurance, with scope and amount of coverage as
specified in Section 2.40 E.2 of the General Conditions.
C. Automobile Liability Insurance, with scope and amount of coverage as specified in Section
2.40 E.2 of the General Conditions.
D. Professional Liability Insurance, with scope and amount of coverage as specified in Section
2.40 E.3 of the General Conditions.
E. Worker's Compensation Insurance, with scope and amount of coverage as specified in
Section 2.40 E. 4 of the General Conditions.
The Certificate of Insurance shall be issued in triplicate, to the County of Fresno, and all other
participating agencies, whether or not said agencies are named herein, who contribute to the
cost of the work or have jurisdiction over areas in which the work is to be performed and all
officers and employees of said agencies while acting within the course and scope of their duties
and responsibilities.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT AGREEMENT
CLOVIS, CA SECTION 005213 - 5
ARTICLE XII. MISCELLANEOUS PROVISIONS:
1. AUDITS AND INSPECTIONS: The Contractor shall at any time during business hours, and
as often as the Owner may deem necessary, make available to the Owner for examination all of
its records and data with respect to the matters covered by this Agreement. The Contractor shall,
upon request by the Owner, permit the Owner to audit and inspect all of such records and data
necessary to ensure Contractor's compliance with the terms of this Agreement. If this
Agreement exceeds ten thousand dollars ($10,000.00), Contractor shall be subject to the
examination and audit of the Auditor General for a period of three (3) years after final payment
under contract (Government Code Section 8546.7).
2. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations
assumed by Contractor under this Agreement, it is mutually understood and agreed that
Contractor, including any and all of Contractor officers, agents and employees, will at all times
be acting and performing as an independent contractor, and shall act in an independent capacity
and not as an officer, agent, servant, employee,joint venture, partner, or associate of the Owner.
Contractor and Owner shall comply with all applicable provisions of law and the rules and
regulations, if any, of governmental authorities having jurisdiction over matters of the subject
thereof. Because of its status as an independent contractor, Contractor shall have absolutely no
right to employment rights and benefits available to Owner's employees. Contractor shall be
solely liable and responsible for providing to, or on behalf of, its employees all legally-required
employee benefits. In addition, Contractor shall be solely responsible and save Owner harmless
from all matters related to payment of Contractor's employees, including compliance with social
security, withholding, and all other regulations governing such matters. It is acknowledged that
during the term of this Agreement, Contractor may be providing services to others unrelated to
the Owner or to this Agreement.
3. DISCLOSURE OF SELF-DEALING TRANSACTIONS: This provision is only applicable if
the Contractor is operating as a corporation (a for-profit or non-profit corporation) or if during the
term of the agreement, the Contractor changes its status to operate as a corporation. Members
of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are
a party to while Contractor is providing goods or performing services under this agreement. A
self-dealing transaction shall mean a transaction to which the Contractor is a party and in which
one or more of its directors has a material financial interest. Members of the Board of Directors
shall disclose any self-dealing transactions that they are a party to by completing and signing a
Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit A and incorporated herein
by reference, and submitting it to the Owner prior to commencing with the self-dealing
transaction or immediately thereafter.
ARTICLE XIII. The Contractor represents that he has secured the payment of Workers
Compensation in compliance with the provisions of the Labor Code of the State of California and
Paragraphs B.3, C.3 and EA of Article 2.40 of the General Conditions, and will continue so to
comply with such statutory and contractual provisions for the duration and entirety of the
performance of the work contemplated herein.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT AGREEMENT
CLOVIS, CA SECTION 005213 -6
This Contract, 24-S-03, was awarded by the Board of Supervisors on April 08, 2025. It
has been reviewed by the Department of Public Works and Planning and is in proper order
for signature of the Chairman of the Board of Supervisors.
IN WITNESS WHEREOF, they have executed this Agreement this 1q-11 day of
/14 a y , 2025
�:� 1�car �¢s►��a Ga+� C �inC COUNTY OF FRESNO
(CONTRACTOR) (OWNER)
By: Zoo, ByE_—.---'
-Ernest"Buddy" Mendes, hairman
Name: of the Board of Supervisors of the
• County of Fresno
Title: �\CQ ��.eS��,�,{
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of
California
By:
Deputy
FOR ACCOUNTING USE ONLY
VARIOUS ORGS.
0400/8871 /8150/91935
END OF SECTION
CONTRACT#24-S-03
PROBATION TENANT IMPROVEMENT SELF-DEALING TRANSACTION
CLOVIS,CA DISCLOSURE FORM
EXHIBIT A- 1
SELF-DEALING TRANSACTION DISCLOSURE FORM
In order to conduct business with the County of Fresno (hereinafter referred to as
"County"), members of a corporation's board of directors of the Consultant, must
disclose any self-dealing transactions that they are a party to while providing goods,
performing services, or both for the County. A self-dealing transaction is defined
below:
"A self-dealing transaction means a transaction to which the corporation is a party and
in which one or more of its directors has a material financial interest."
The definition above will be utilized for purposes of completing this disclosure form.
INSTRUCTIONS
(1) Enter board member's name, job title (if applicable), and date this disclosure is
being made.
(2) Enter the board member's company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being
disclosed to the County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the
transaction; and
b. The nature of the material financial interest in the Corporation's
transaction that the board member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on
applicable provisions of the Corporations Code.
(5) Form must be signed by the board member that is involved in the self-dealing
transaction described in Sections (3) and (4).
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT SELF-DEALING TRANSACTION
CLOVIS,CA DISCLOSURE FORM
l
R EXHIBIT A- 2
(1) Company Board Member Information:
Name: Date:
Job
Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party
to):
(4) Explain why this self-dealing transaction is consistent with the requirements of
Corporations Code 5233 (a):
5 Authorized Signature
Signature: Date:
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GUARANTY
FRESNO, CA SECTION 006536 - 1
PROBATION TENANT IMPROVEMENT
CONTRACT NO: 24-S-03
This guaranty shall be executed by the successful bidder in accordance with Section 2.32 of
the General Conditions. The bidder may execute the guaranty on this page at the time of
submitting the bid or may, in the alternative, submit it with the insurance certificates and bonds
within ten (10) days after award.
GUARANTY
To the Owner: County of Fresno
The undersigned guarantees the construction and installation of the following work included
in this project:
ALL WORK
Should any of the materials or equipment prove defective or should the work as a whole prove
defective, due to faulty workmanship, material furnished or methods of installation, or should
the work or any part thereof fail to operate properly as originally intended and in accordance
with the plans and specifications, due to any of the above causes, all within twelve (12)months
after the date on which this contract is accepted by the Owner, the undersigned agrees to
reimburse the Owner, upon demand, for its expenses incurred in restoring said work to the
condition contemplated in said project, including the cost of any such equipment or materials
replaced and the cost of removing and replacing any other work necessary to make such
replacement or repairs, or, upon demand by the Owner, to replace any such material and to
repair said work completely without cost to the Owner so that said work will function
successfully as originally contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself
or to have such replacements or repairs done by the undersigned. In the event the Owner
elects to have said work performed by the undersigned, the undersigned agrees that the
repairs shall be made and such materials as are necessary shall be furnished and installed
within a reasonable time after the receipt of demand from the Owner. If the undersigned shall
fail or refuse to comply with their obligations under this guaranty, the Owner shall be entitled
to all costs and expenses reasonably incurred by reason of said failure or refusal.
Name (Printed):
J
Signature:
Title:
Date: ALI 1z5 Contractor: }c�A",'tU _ t, lC�✓u;� Uv\ ars dtC
END OF SECTION
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 1
GENERAL CONDITIONS
2.01 IDENTIFICATION OF CONTRACT
A. The Agreement shall be signed by the Contractor and the Owner.
B. The Contract Documents are defined in ARTICLE II of the Agreement.
C. The Contract Documents form the Contract for Construction ("Contract"). This
Contract represents the entire and integrated agreement between the parties
hereto and supersedes all prior negotiations, representations or agreements,
either written or oral. The Contract may be amended or modified only by a
Modification as defined above. The Contract Documents shall not be construed
to create any contractual relationship of any kind between the Architect of
record and the Contractor, but the Architect of record shall be entitled to
performance of the obligations of the Contractor intended for their benefit and
to enforcement thereof. Nothing contained in the Contract Documents shall
create any contractual relationship between the Owner and any Subcontractor
or Sub-subcontractor.
2.02 EXECUTION, CORRELATION, AND INTENT OF CONTRACT DOCUMENTS
A. The Contract Documents are complementary and anything called for by one
shall be supplied as if called for by all, providing it comes clearly within the
scope of the Contract.
B. The intent of the Contract Documents is to include all items necessary for the
proper execution and completion of the Work. Words and abbreviations that
have well-known technical or trade meanings are used in the Contract
Documents in accordance with such recognized meanings.
C. Execution of the Contract by the Contractor is a representation that the
Contractor has visited the site, 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.
D. All work and material shall be the best of the respective kinds specified or
indicated. Should any workmanship or materials be required that are not
directly or indirectly called for in the Contract Documents, but which
nevertheless 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 shall understand the same
to be implied and provide for it in his/her tender as if it were particularly
described or delineated.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 2
2.03 OWNERSHIP AND USE OF DOCUMENTS
All Contract Documents and copies thereof furnished shall remain the property of the
Owner. With the exception of one (1) contract set for each party to the Contract, such
documents are to be returned by Contractor or suitably accounted for to the Owner
upon request at the completion of the Work. Submission or distribution to meet official
regulatory requirements or for other purposes in connection with the Project is not to
be construed as publication in derogation of the Architect's common law copyright or
other reserved rights. The Owner's use of the documents will not increase the
Architect's design liability beyond the Project and the site for which the design was
originally intended.
2.04 DEFINITIONS
The following words, or variations thereof, as used in these documents have meanings
as defined:
A. The Work — The Work comprises the completed construction required of the
Contractor by the Contract Documents, and includes all labor, materials,
equipment and services necessary to produce such construction, and all
materials, other permits and equipment incorporated or to be incorporated in
such construction.
B. The Project—The collective improvements to be constructed by the Contractor
pursuant to the construction of the Sheriff Substation, Vehicle/Evidence
Storage building, parking, and associated site improvements for Fresno
County.
C. Owner — The County of Fresno, State of California, as represented by the
Fresno County Board of Supervisors and so named in the Agreement. The
term Owner additionally includes the Owner's authorized representative (also
known as the Project Manager) for this Project.
D. Architect of record — The Owner and his/her authorized representative, as
defined in Section 2.04C, or a duly California licensed Architect.
E. Contractor—When used in the General Conditions refers to person(s) or entity
(partnership or corporation) so named in Agreement and when used in the
body of the Specifications, refers to the Contractor for that specific work,
whether it be the General Contractor, Subcontractor, or other Contractor. The
term Contractor means the Contractor or the Contractor's authorized
representative.
F. Subcontractor— Person, persons, entity, co-partnership or corporation having
direct contract with Contractor to perform any of the Work at the site. 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.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 3
G. Sub-subcontractor — Person, persons, entity, co-partnership or corporation
having a direct or indirect contract with a Subcontractor to perform any of the
Work at the site (i.e. a second-tier, third-tier or lower-tier Subcontractor). The
term Sub-subcontractor means a Sub-subcontractor or an authorized
representative thereof.
H. Notice to Proceed — A written notice issued by the Owner directing the
Contractor to proceed with construction activities to complete the Project.
I. Technical Specifications — Contains the written requirements for materials,
equipment, systems, standards and workmanship for the Work, and
performance of related services.
J. Days —All days shall be measured in calendar days unless specifically noted
otherwise in these documents or referenced codes.
K. Year— One year shall be measured in terms of 365 calendar days.
2.05 SPECIFICATIONS AND DRAWINGS
A. Precedence —Anything mentioned in the Specifications and not shown on the
Drawings, or shown on the drawings and not mentioned in the specifications,
shall be of like effect as if shown or mentioned in both. Subject to Section 2.02,
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 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 quality and application of materials and non-technical
requirements over materials, the specifications shall take precedence over
Drawings.
B. Division of Specifications — For convenience of reference and to facilitate the
letting of independent contracts, this specification may be separated into
certain sections; such separation shall not operate to oblige the Owner,
Architect or Professional Consultant to establish the limits of any contract
between the Contractor and Sub-Contractor each of whom shall depend upon
his/her own contract stipulations. The General Conditions apply with equal
force to all work, including extra work.
C. Governing Factors—Dimensions figured on drawings shall be followed in every
case in preference to scale of drawings.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 -4
D. Discrepancies— Should the Contractor, at any time, discover a discrepancy in
a drawing or specification, or any variation between dimensions on drawings
and measurements at site, or any lacking of dimensions or other information,
he/she shall report at once to the Project Manager requesting clarification and
shall not proceed with the work affected thereby until such clarification has
been made. If the Contractor proceeds with work affected by such
discrepancies, without having received such clarification, he/she does so at
his/her own risk. Any adjustments involving such circumstances made by the
Contractor, prior to approval by the Project Manager, shall be at the
Contractor's risk and the settlement of any complications or disputes arising
therefrom shall be at the Contractor's sole expense and Contractor shall
indemnify, hold harmless and defend Owner, Owner's representatives, and
Project Manager from any liability or loss with respect to said adjustments.
E. Scope of Drawings — The drawings shall be held to determine the general
character of the Work as well as its details. Parts not detailed shall be
constructed in accordance with best standard practice for work of this class, so
as to afford the requisite strength and logically complete the parts they
compose. Where it is obvious that a drawing illustrates only a part of a given
work or of a number of items, the remainder shall be deemed repetitious and
so construed. The Contractor shall be responsible for all errors made in using
any drawings which have been superseded.
F. Shop Drawings, Product Data and Samples —
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. 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. Samples are physical examples that
illustrate materials, equipment or workmanship, and establish
standards by which the work will be judged.
2. The Contractor shall prepare, review, approve and submit to the Project
Manager, with reasonable promptness and in such sequence as to
cause no delay in the Work or in the work of the Owner or any separate
contractor, all Shop Drawings, Product Data and Samples required by
the Contract Documents.
3. 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, or will do so with reasonable
promptness, and has checked and coordinated the information
contained within such submittals with the requirements of the Work, the
Project, the Work Order and the Contract Documents.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 5
4. The Contractor shall not be relieved of responsibility for any deviation
from the requirements of the Contract Documents by the Architect's
review of Shop Drawings, Product Data or Samples, unless the
Contractor has specifically informed the Project Manager in writing of
such deviation at the time of submission and the Architect has reviewed
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 Architect's review of them.
5. When professional certification of performance criteria of materials,
systems or equipment is required by the Contract Documents, the
Architect 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. Owner may elect to have an
independent certification performed at its own expense. The Owner
shall have final approving authority for performance-based items.
6. 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 Architect on previous submittals.
7. 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 Architect. All such portions of the Work shall be
in accordance with reviewed submittals.
8. Submission of Shop Drawings and Samples to the Project Manager is
required for only those items specifically mentioned in the Specification
Sections. If Contractor submits Shop Drawings for items other than the
above, the Project Manager will not be obligated to distribute or review
them. Contractor shall be responsible for the procuring of Shop
Drawings for his/her own use as he/she may require for the progress of
the Work.
9. 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 the term "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.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 6
10. Drawings: Following Contractor's review and approval, Contractor shall
submit to the Project Manager for approval four (4) minimum to six (6)
maximum prints and/or PDF submission of the same information via
email. (Required delivery methods and quantities of submittals will be
determined at the time of the Pre-Construction Meeting.) The Project
Manager will check the submittal to see if it is complete. If complete,
the Project Manager will forward the drawings to the Owner and the
Architect. The Architect and Owner will check the drawings and note
Architect and Owner comments and affix a stamp to the drawings
indicating the status of acceptance, and will return same to the Project
Manager, each retaining prints for his/her records. The Architect or
his/her consultants, as applicable, will review the Shop Drawings; mark
the prints with required revisions; stamp the prints and indicate "No
Exceptions Taken", "Make Corrections Noted", "Revise and Resubmit",
"Submit Specified Item", or "Rejected", and return the prints. The
Project Manager will return the prints to the Contractor. The Contractor
shall then print and distribute the appropriate number of copies to
his/her job personnel as required. If a drawing is stamped "Rejected"
or"Revise and Resubmit", the Contractor shall correct and resubmit as
outlined above. When stamped "Make Corrections Noted", or similar
instructions, the Contractor shall correct and resubmit for record only,
three (3) prints of each drawing. Also see Technical Specifications,
Division I, General Requirements.
11. Samples: Following Contractor's review and approval, Contractor shall
submit to the Architect, five (5) minimum samples of all materials in
quantities and sizes as specified herein as requested by the Architect.
Submittals shall be given to the Architect at a time determined by the
Contractor, which allows for any necessary resubmittal and which will
not cause any delay in the Work. Samples will be forwarded to the
Architect. If a sample is stamped "Rejected" or"Revise and Resubmit",
one sample so noted will be returned to the Contractor. The Contractor
shall correct and resubmit as outlined above. If a sample is stamped
"Make Corrections Noted", one sample so noted will be returned.
Corrected samples shall be resubmitted for approval as per the original
submittal. Also see Technical Specifications and General
Requirements.
12. Brochures: Following Contractor's review and approval, Contractor
shall submit to the Architect, five (5) copies of all manufacturer's
catalogs or brochures as required. Brochures will be forwarded to the
Architect for review. If a brochure is stamped "No Exception Taken",
two (2)copies will be returned to the Contractor. If stamped "Rejected",
one marked copy and two (2) unmarked copies will be returned.
Corrected copies shall be resubmitted for approval as per the original
submittal. Also see General Requirements.
13. Manufacturer's Instructions: Where any item or work is required by
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 all
concerned parties.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 7
G. Materials—All materials, unless otherwise specified, shall be new and of good
quality, proof of which shall be furnished by the Contractor; in case of doubt as
to kind or quality required, samples shall be submitted to the Architect through
the Project Manager who will specify the kind and use of the material
appropriate to the location and the function of the item in question. Contractor
shall furnish such item accordingly. Before final payment, all material rejected
by the Architect or Project Manager shall be promptly removed from the
premises by the Contractor, whether or not completely installed, and promptly
and properly replaced with correct materials, including any other work adjoining
if disturbed, in accordance with the contract and without expense to the Owner;
the Contractor also shall pay for work of other Contractors as is affected by
such removals and replacements.
2.06 THE ARCHITECT
A. The Owner may delegate all or a portion of its rights and responsibilities to a
California licensed Architect as deemed necessary.
B. The Architect advises the Project Manager in all aspects of the construction
phase of the Project. The Architect's functions include advice and assistance
to the Project Manager in the correct interpretation and application of the
Contract Documents. The Architect is not authorized independently to issue
Addenda, Clarifications, Field Orders, Work Authorizations, or Supplemental
Work Orders, or in any other way to bind the Owner in discussions with the
Contractor.
C. The Contractor shall deliver all correspondence relating to the proper
execution of the Work to the Project Manager. The Project Manager reserves
the right to consult with the Architect and Owner prior to responding to the
Contractor's correspondence.
D. When discussions between the Contractor and the Project Manager occur
either on the site or elsewhere, but the Architect is not present, the Project
Manager reserves the right to consult with the Architect and Owner prior to
issuing his/her final decision or instruction.
E. The Architect shall review or take other appropriate action upon the
Contractor's submittals such as Shop Drawings, Product Data and Samples,
but only for conformance with the design concept of the Work and the
information given in the Contract Documents. Such action shall generally be
taken within ten (10)working days, however under certain circumstances such
as very complex submittals or if large number of submittals are submitted at
one time it may take longer. In this case the Contractor will be notified and
given the opportunity to advise the Architect of priorities. The Architect's
review of a specific item shall not indicate review of an assembly of which the
item is a component.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 8
2.07 THE PROJECT MANAGER
A. The Project Manager is the authorized representative of the Owner in all
aspects of administering the construction contract on behalf of the Owner. All
communications from and to the Contractor will be channeled through the
Project Manager. However, the Project Manager does not have the authority
to bind the Owner in matters affecting adjustments to the time or cost of the
Project as defined in the Agreement for Construction.
B. The Project Manager will be the Owner's representative during the construction
and warranty periods, and until final payment to all contractors is due. The
Project Manager will advise and consult with the Owner. All instructions to the
Contractor shall be forwarded through the Project Manager. The Project
Manager will have authority to act on behalf of the Owner only to the extent
provided in the Contract Documents, unless otherwise modified by written
instrument.
C. The Project Manager will be on site during construction to monitor the progress
and quality of the Work and to determine in general if the Work is proceeding
in accordance with the Contract Documents. On the basis of on-site
observations and communication with the Contractor, the Project Manager will
keep the Owner informed of the progress of the Work, and will endeavor to
guard the Owner against defects and deficiencies in the Work of the
Contractor.
D. The Project Manager shall at all times have access to the Work wherever it is
in preparation and progress. The Contractor shall provide facilities for such
access so that the Project Manager may perform its functions under the
Contract Documents.
E. Based on the Project Manager's observations, and an evaluation of the
Contractor's Application for Payment, the Project Manager will determine the
amount owing to the Contractor and will issue to the Owner Certificates for
Payment incorporating such amount.
F. The Project Manager will be the initial interpreter of the requirements of the
Contract Documents and the initial judge of the performance hereunder by the
Contractor. The Owner will have final authority of all such matters.
G. The Project Manager will render interpretations necessary for the proper
execution or progress of the Work, with reasonable promptness and in
accordance with agreed upon time limits. Either party to the Contract may
make written request to the Project Manager for such interpretations.
H. Claims, disputes and other matters in question between the Contractor and the
Project Manager relating to the execution or progress of the Work or the
interpretation of the Contract Documents shall be referred to the Owner (or
his/her designee).
I. All interpretations and decisions of the Project Manager will be in writing or in
graphic form, and shall be both consistent with the intent of the Contract
Documents and reasonably inferable therefrom.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 9
J. The Project Manager will have the authority to reject, or recommend to the
Owner the rejection, of any work that does not conform to the Contract
Documents. Whenever, in the Project Manager's opinion, it is considered
necessary or advisable for the implementation of the intent of the Contract
Documents, the Project Manager will have authority to require special
inspection or testing of the Work whether or not such work be then fabricated,
installed or completed.
K. The Project Manager will receive from the Contractor and review all Shop
Drawings, Product Data and Samples, and forward same to Architect and
Owner for review.
L. Following consultation with the Owner, the Project Manager will take
appropriate action on changes, and will have authority to order minor changes
in the Work as provided herein.
M. The Project Manager will conduct inspections to determine the date of
Completion, and will receive and forward to the Owner for the Owner's review
written warranties and related documents required by the Contract Documents
and assembled by the Contractor. The Project Manager will issue a final
Project Certificate for Payment upon compliance with the requirements for
completion and final payment. The Project Manager will monitor the warranty
for a period of365 Calendar Days from and after the date of acceptance of the
Work, unless otherwise specified as a longer term.
N. The duties, responsibilities and limitations of authority of the Project Manager
as the Owner's representative during construction, as set forth in the Contract
Documents, will not be modified or extended without written consent of the
Owner, the Contractor and the Project Manager, which consent shall not be
unreasonably withheld. Failure of the Contractor to respond within ten (10)
business days to a written request shall constitute consent by the Contractor.
O. In case of the termination of the employment of the Project Manager, the
Owner may appoint a successor Project Manager, whose status and duties
under the Contract Documents shall be the same as those of the former Project
Manager.
2.08 OWNER
A. Information and Services Required of the Owner
1. Unless otherwise provided in the Contract Documents, the Owner 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.
2. Information or services under the Owner's control shall be furnished by
the Owner with reasonable promptness to avoid delay in the orderly
progress of the Work.
3. The Owner shall forward all instructions to the Contractor through the
Project Manager.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 10
B. Owner's Right to Stop the Work
If the Contractor fails to correct defective work as required by Section 2.42
herein or persistently fails to carry out the Work in accordance with the Contract
Documents, the Owner, by a written order signed personally or by an agent
specifically so empowered by the Owner 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 Owner to stop the Work shall not give rise
to any duty on the part of the Owner to exercise this right for the benefit of any
contractor or any other person or entity, except to the extent required by
Section 2.12.C.
C. Owner's Right to Carry Out the Work
If the Contractor defaults or neglects to carry out the Work in accordance with
the Contract Documents, and fails after written notice from the Owner to correct
such default or neglect with diligence and promptness, the Owner may, after
an additional written notice and without prejudice to any other remedy the
Owner may have, make good such deficiencies. In such case an appropriate
Contract 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 the Architect or other professionals
made necessary by such default, neglect or failure. Such action by the Owner
and the amount charged to the Contractor are both subject to the prior approval
of the Architect. If the payments then or thereafter due the Contractor are not
sufficient to cover such amount, the Contractor shall pay the difference to the
Owner, or Owner may require payment by the surety on the performance or
warranty bonds as appropriate. Such action shall, in no way, affect the status
of either party under contract, nor be held as a basis of any claim by the
Contractor for damages or extension of time.
2.09 CONTRACTOR RESPONSIBILITIES
A. Review of Contract Documents and Field Conditions
1. The Contractor shall carefully study and compare the Contract
Documents and shall at once report to the Project Manager any
discrepancy or inconsistency that may be discovered. The Contractor
shall not be liable to the Owner or the Project Manager for any damage
resulting from any such inconsistencies or discrepancies in the
Contract Documents unless the Contractor recognized such
inconsistencies or discrepancies and knowingly failed to report it to the
Project Manager. 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.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 11
2. Neither the Owner nor the Project Manager or Architect assume any
responsibility for an understanding or representation made by any of
their agents or representation prior to the execution of the Agreement
unless (1) such understanding or representations are expressly stated
in the Agreement, and (2) the Agreement expressly provides that
responsibility therefor is assumed by the Owner.
3. Failure by the Contractor to acquaint himself/herself with all available
information will not relieve him/her from responsibility for estimating
properly the difficulty or cost of successfully performing the Work.
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. Any inconsistencies or
discrepancies discovered by the Contractor shall be reported to the
Project Manager at once.
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 in the
Contract Documents. RFI's shall be submitted to the Project Manager
only from the Contractor, or Owner, and not from any subcontractor,
supplier or other vendor, and shall be on a form approved by the Project
Manager. The Contractor shall provide a revised and updated RFI
Priority Schedule on a weekly basis. The RFI Priority Schedule shall
rank RFI's in order of priority and include a brief statement of reason
for priority. Owner initiated RFI's will not be listed on the Contractor's
RFI Priority Schedule. The Owner will provide the Architect a separate
list of Owner initiated RFI's upon request of the Architect. The Architect
will endeavor to respect the order of priorities as requested by the
Contractor or Owner for the overall benefit of the Project. The RFI
process is for information and clarification only and may not be utilized
to obtain approval for changes in Work Order Price or time. Also see
Division 01 - General Requirements.
B. Supervision Procedures
1. The Contractor shall efficiently supervise and direct the Work, using
therein the Contractor's best skill and diligence for which he/she is
remunerated in the Contract Price. The Contractor shall carefully
inspect the site and study and compare the Contract Documents, as
ignorance of any phase of any of the features or conditions affecting
the Contract will not excuse him/her from carrying out its provisions to
its full intent.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 12
2. The Contractor shall employ a competent superintendent and
necessary assistants who shall be in attendance at the Project site
during the progress of the Work. The superintendent shall represent
the Contractor and all communications given to the superintendent
shall be as binding as if given to the Contractor. Important
communications shall be confirmed in writing. Other communications
shall be so confirmed upon written request in each case. The
Superintendent who begins the Project shall remain on the Project until
the Project is completed, as long as the Contractor employs that
person. The Superintendent shall not be replaced without the approval
of the Owner.
3. The Contractor shall be responsible to the Owner for the acts and
omissions of his/her employees, subcontractors and their agents and
employees, and other persons performing any of the Work under a
contract with the Contractor.
4. The Contractor shall at all times enforce strict discipline and good order
among his/her employees and shall not employ on the Work any unfit
person or anyone not skilled in the task assigned to him/her.
5. The Contractor shall not be relieved from his/her obligations to perform
the Work in accordance with the Contract Documents either by the
activities or duties of the Owner or the Architect in his/her administration
of the Contract, or by inspections, tests or approvals required or
performed by persons other than the Contractor.
6. Contractor shall alert and inform their employees that State law
requires that the identities of inmates/wards/patients/clients be kept
confidential. Revealing the identities of inmates/wards/patients/clients
is punishable by law.
C. Construction Procedures
1. Means and Methods — The Contractor shall be solely responsible for
and control of construction means, methods, techniques, sequences,
coordination and procedures for all the Work of this contract.
Additionally, the Contractor shall be responsible for safety precautions
and programs in connection with the Work.
2. Laws of County and State —The Contractor must comply with all laws,
rules, regulations, provisions and ordinances of the County in which the
Work is being done, and all State laws pertaining to the Work.
3. Safeguards — The Contractor shall provide, in conformity with all local
codes and ordinances and as may be required, such temporary walls,
fences, guard-rails, barricades, lights, danger signs, enclosures, etc.,
and shall maintain such safeguards until all work is completed.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 13
4. Housekeeping — Contractor shall keep the premises free of excess
accumulated debris. Clean up as required and as directed by the
Project Manager. At completion of work all debris shall be removed
from the site. Refer to General Requirements for additional
requirements.
5. Labor and Materials — 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.
6. The Contractor shall deliver to the Project Manager, 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.
7. The Contractor, immediately upon receipt of the Notice to Proceed (or
where shop drawings, samples, etc., are required, immediately upon
receipt of review thereof), shall place orders for all materials, work
fabrication, and/or equipment to be employed by him/her in connection
with that portion of the contracted Work. The Contractor shall keep all
materials, work fabrications and/or equipment specified and shall
advise the Project Manager 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.
8. Any worker whose work is unsatisfactory to the Owner or the Architect,
or are considered by the Owner or Architect to be careless,
incompetent, unskilled or otherwise unfit, shall be dismissed from work
under the Contract upon written request to the Contractor from the
Owner or the Architect.
9. Temporary Facilities — Contractor may connect to existing water and
electricity available on the site, provided it is suitable to the Contractor's
requirements. Water and electricity used will be paid by the Owner.
Contractor shall bear all expenses for carrying the water or electricity
to the appropriate locations and to connect or tap into existing lines.
Toilet facilities may be available on a site to the workmen engaged in
the performance of this contract. It shall be the responsibility of the
Contractor to confirm with the Owner the availability of toilet facilities on
the site. The use of such facilities may be revoked in the event of
excess janitorial requirements.
10. Contractor shall not perform any fire hazardous operation adjacent to
combustible materials. Any fire hazardous operation shall have proper
fire extinguisher close by and the adjacent area shall be policed before
stopping work for the day. Contractor shall provide not less than one
OSHA/NFPA Class 6-ABC fire extinguisher for each 9,000 square feet
of Project area or fraction thereof.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 14
11. Contractor shall erect temporary dust separation partitions and floor
mats as necessary to confine dust and debris within area of work.
Contractor shall post signs, erect and maintain barriers and warning
devices for the protection of the general public and Owner personnel.
12. Trenching and Excavation — In accordance with Section 7104 of the
California Public Contract Code, the following provisions shall apply to
any contract involving digging of trenches or other excavations that
extend deeper than four (4) feet below the surface:
a. The Contractor shall promptly, and before the following
conditions are disturbed, notify the Owner, in writing, of any:
i. Material that the Contractor believes may be material
that is hazardous waste, as defined in Section 25117 of
the Health and Safety Code that is required to be
removed to a Class I, Class II, or Class III disposal site
in accordance with provisions of existing law.
ii. Subsurface or latent physical conditions at the Project
site differing from those indicated by information about
the site made available to bidders prior to the deadline
for submitting bids.
iii. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily
encountered and generally recognized as inherent in
work of the character provided for in the contract.
b. The Owner shall promptly investigate the conditions, and if it
finds that the conditions do materially so differ, or do involve
hazardous waste, and cause a decrease or increase in the
Contractor's cost of, or the time required for, performance of any
part of the work, shall issue a Contract Change Order in
accordance with the provisions of Section 2.09 of the General
Conditions.
C. In the event that a dispute arises between the Owner and the
Contractor whether the conditions materially differ, or involve
hazardous waste, or cause a decrease or increase in the
Contractor's cost of, or time required for, performance of any
part of the work, the Contractor shall not be excused from any
scheduled completion date provided for by the contract, but
shall proceed with all work to be performed under the contract.
The Contractor shall retain any and all rights provided either by
contract or by law which pertain to the resolution of disputes and
protests between the contracting parties.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 15
2.10 SUBCONTRACTORS
A. Agreements — Agreements between the Contractor, Subcontractors, and
Subcontractors of lower tier shall be subject to the approval of the Owner, but
in no case does such approval relieve the Contractor of any conditions imposed
by the Contract Documents. The Contractor shall only use those
subcontractors that are required to be listed and included in his/her sealed bid
Subcontractor List, section 004336, unless any proposed substitution is first
approved by the Owner pursuant to statute. The Contractor shall not use any
subcontractor who is ineligible to perform work on a Public Works Project
pursuant to section 1777.1 or 1777.7 of the Labor Code. Notwithstanding any
other provision of the Contract Documents, subcontractors may be added,
deleted or substituted only in accordance with the provisions of Public Contract
Code Section 4100 et seq.
B. Relation with Subcontractor — By an appropriate agreement, written where
legally required for enforceability, the Contractor shall bind every
Subcontractor and require therein that every Subcontractor agrees to be bound
by the terms of the Contract Documents to carry out their provisions insofar as
applicable to their work; and the Contractor further agrees to pay to each
Subcontractor promptly upon issuance of Certificate of Payment, his/her or
their due portion. Said agreement shall preserve and protect the rights of the
Owner and the Architect 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, under the Contract Documents, has against the Owner. 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
Subcontract, copies of the Contract Documents to which the Subcontractor will
be bound by this Paragraph and identify to the Subcontractor any terms and
conditions of the proposed Subcontract which may be at variance with the
Contract Documents. Each Subcontractor shall similarly make copies of
Contract Documents available to their Sub-subcontractors. Nothing contained
herein shall be deemed to create an agency relationship between the Owner
and any Subcontractor or material supplier.
C. Owner's Relation — Neither the acceptance of the name of Subcontractor nor
the suggestion of such name nor any other act of the Owner or Architect nor
anything contained in any Contract Document is to be construed as creating
any contractual relation between the Owner (or Owner's authorized
representatives) and any Subcontractor of any tier nor as creating any
contractual relation between the Architect and any Subcontractor of any tier.
D. All Subcontractors employed by the Contractor shall be appropriately licensed
in conformity with the laws of the State of California.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 16
E. Jurisdictional disputes between Subcontractors or between Contractor and
Subcontractor shall not be mediated or decided by the Owner or the Architect.
The Contractor shall be responsible for the resolution of all such disputes
based upon his/her contractual relationship with his/her Subcontractors.
2.11 OWNER'S RIGHT TO PERFORM WORK AND TO AWARD SEPARATE
CONTRACTS
A. The Owner reserves the right to perform work related to the Project with the
Owner's own forces, and to award separate contracts in connection with other
portions of the Project or other work on the site under these or similar
Conditions of the Contract. If the Contractor claims that the Owner's action
results in delay, damage or additional cost attributable thereto, the Contractor
shall make such claim as provided elsewhere in the Contract Documents.
B. When separate contracts are awarded for different portions of the Project or
other work on the site, the term Contractor in the Contract Documents in each
case shall mean the Contractor who executes each separate Owner-
Contractor Agreement.
C. The Owner shall provide for coordination of the activities of the Owner's own
forces and of each separate contractor with the Work of the Contractor, who
shall cooperate with them. The Contractor shall participate with other separate
contractors and the Owner 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 Owner, until subsequently revised.
D. Unless otherwise provided in the Contract Documents, when the Owner
performs construction or operations related to the Project with the Owner's own
forces, the Owner shall be deemed to be subject to the same obligations and
to have the same rights which apply to the Contractor under the Conditions of
the Contract.
2.12 MUTUAL RESPONSIBILITY
A. The Contractor shall afford the Owner and separate contractors 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.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 17
B. When any part of the Contractor's Work depends upon proper execution or
results of the work of the Owner or any separate contractor, the Contractor
shall, prior to proceeding with the Work, promptly report to the Project Manager
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 Owner's or separate contractor's
work as fit and proper to receive the Work, except as to defects which may
subsequently become apparent in such work by others.
C. If, following the reporting of any discrepancy or defect as required herein
above, the Contractor suffers damage due to disruption or delay caused by the
separate contractor, without fault by the Owner, the Contractor's remedy shall
be limited to seeking recovery from the separate contractor.
D. Any costs caused by defective or ill-timed work shall be borne by the Contractor
responsible therefor.
E. Should the Contractor cause damage to the work or property of the Owner, or
to other work or property on the site, the Contractor shall promptly remedy such
damage as provided herein.
F. 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 dispute. If such separate contractor sues the Owner
on account of any delay or damage alleged to have been caused by the
Contractor, the Owner shall notify the Contractor who shall defend such
proceedings, and if any judgment or award against the Owner (or Owner's
authorized representatives) arises therefrom, the Contractor shall pay or
satisfy such judgment or award in full and shall reimburse the Owner for all
costs which the Owner has incurred in connection with such matter.
2.13 OWNER'S RIGHT TO CLEAN UP
If a dispute arises between the Contractor and separate contractors as to their
responsibility for cleaning up as required in the Contract Documents, the Owner may
clean up and the contractor responsible shall pay Owner such portions of the cost as
the Project Manager shall determine to be just.
2.14 GOVERNING LAW
The Contract shall be governed by the law of the State of California.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 18
2.15 INSPECTION
A. All material and workmanship (if not otherwise designated by the Contract
Documents)shall be subject to inspection, examination, and test by the Owner
and Project Manager at any and all times during manufacture and/or
construction and at any and all places where such manufacture and/or
construction are carried on. The Owner and Project Manager shall have the
right to reject defective material and workmanship or require its correction.
B. The Contractor shall furnish promptly without additional charge, all reasonable
facilities, labor, and materials necessary for the safe and convenient inspection
and tests that may be required by the Owner and Project Manager.
C. Where the Contract Documents, instructions by the Owner, 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
concealed prior to inspection.
D. The Contractor shall give the Project Manager at least two (2) business days
advance notice of the readiness for any Contract compliance inspection by the
Inspector. The Contractor shall give notice as required by all other inspecting
and testing agencies of jurisdiction for Code and regular compliance
inspection. In all cases, the Contractor shall schedule inspections so as not to
delay the Work.
E. If the Project Manager determines that any work requires additional special
inspection beyond that identified in the specifications, the Project Manager will,
upon written authorization from the Owner, instruct the Contractor to order
such special inspection, testing or approval, and the Contractor shall give
notice as provided 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 thereof, including compensation for the Project
Manager's additional services, testing or inspections made necessary by such
failure; otherwise the Owner shall bear such costs, and an appropriate Contract
Change Order shall be issued.
F. Should it be considered necessary or advisable by the Project Manager at any
time, either before acceptance of the entire Work, or after acceptance and
within the guaranty period, to make an examination of work already completed,
by removing or tearing out same, the Contractor shall on request promptly
furnish all necessary facilities, labor, and material. If such work is found to be
defective in any material respect, due to the fault of the Project Manager or
his/her Subcontractors, he/she shall defray all the expenses of such
examination and of satisfactory reconstruction. If, however, such work is found
to meet the requirements of the contract, any compensation deemed
appropriate shall be handled by issuance of a Contract Change Order to the
Contractor and he/she shall, in addition, if completion of the work has been
delayed thereby, be granted a suitable extension of time on account of the
additional work involved.
G. Required certificates of inspection, testing, or approval shall be secured by the
Contractor and the Contractor shall promptly deliver them to the Project
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 19
Manager for review and evaluation of compliance with the appropriate
specifications and standards.
H. When the work is completed, the Contractor shall notify the Project Manager
in writing that the work will be ready for final inspection and test on a definite
date, which shall be stated in such notice.
2.16 TAXES, PERMITS, FEES, AND INDEMNIFICATION FOR PATENT INFRINGEMENT
CLAIM
A. The Contractor shall pay for and include all Federal, State, and local taxes
direct or indirect for the work or portions thereof provided by the Contractor
which are legally enacted at the time the Notice to Proceed is issued, whether
or not yet enacted, and secure and pay all fees and charges for permits and
licenses, unless otherwise specified.
B. Royalty and license fees incidental to the use of any patented material, device,
or process shall be paid by the Contractor and in the event of a claim of alleged
infringement of patent copyright, or Trade Secret rights, the Contractor shall
indemnify, save the Owner (and Owner's authorized representatives) free and
harmless, and defend, at the Contractor's own expense, any and all suits that
may be brought in such connection.
C. Unless otherwise provided in the Contract Documents, the Owner shall secure
and pay for the building permit, permanent utility connection fees, 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.
D. 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.
E. 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. If the Contractor observes that any of the Contract Documents
are at variance therewith in any respect, the Contractor shall promptly notify
the Project Manager in writing, and any necessary changes shall be
accomplished by appropriate Modification.
F. If the Contractor performs any work knowing it to be contrary to any laws,
ordinances, rules, and regulations, without notice to the Project Manager, the
Contractor shall assume full responsibility therefor and shall bear all costs
attributable thereto.
G. Any reference in the Contract Documents to codes, standard specifications, or
manufacturer's instructions, shall mean the latest printed edition of each in
effect at the Contract date.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 20
2.17 CONTRACTOR'S CONSTRUCTION SCHEDULE
A. Within thirty (30) calendar days after receipt of Notice to Proceed, the
Contractor shall submit a Construction Schedule in CPM (Critical Path Method)
form to the Project Manager for approval. The Construction Schedule shall be
sufficiently detailed to accurately depict all the work required by the Contract.
CPM Construction Schedule shall reflect shop drawings; submittals due and
return dates, fabrication and delivery times, cost loading, crew mix, and
equipment loading data. The Contractor shall thereafter adhere to the
Construction Schedule, as updated monthly, or as necessary in accordance
with the Contract Documents, including any scope changes or changes in the
work approved by the Owner during the course of construction.
"Slack" or "float" time on the CPM Construction Schedule is not intended, and
shall not be, for the sole benefit of either the Owner or Contractor.
B. Within fourteen (14) calendar days after the pre-construction conference, the
Contractor shall provide a Submittal and Procurement Schedule indicating time
periods for review of Shop Drawings, Data, Samples, and procurement of
material and equipment required for the Work. Contractor shall allow time for
submittal review in accordance with the General Requirements Section —
Construction Progress Documentation. All items that require review by the
Project Manager and/or are not readily available from stock and requiring more
than thirty-five (35) days lead-time shall be included in the Submittal and
Procurement Schedule. Items listed in the Submittal and Procurement
Schedule shall also be identified as activities on the CPM Construction
Schedule. Contractor shall identify items requiring coordination with work of
separate contractors. The working day to calendar date correlation shall be
based upon the Contractor's proposed work week with adequate allowance for
legal holidays, days lost due to abnormal weather, and any special
requirements of the Project.
C. The Construction Schedule shall be prepared and maintained by the
Contractor.
D. The Owner, Project Manager, Contractor, and other Contractor(s) shall jointly
review the progress of the work weekly. Should this review, in the opinion of
the Project Manager, indicate that the work is behind the schedule established
by currently reviewed Construction Schedule, the Contractor shall either (a)
provide a plan to the Project Manager indicating the steps the Contractor
intends to take in order to recover the time behind schedule and conform to the
reviewed Construction Schedule; or (b) submit a revised Construction
Schedule for completion of the work, remaining within the contract completion
time, to the Project Manager for review by the next weekly meeting. If the
Contractor's recovery or revised schedule requires work to occur during other
than normal working hours, the Contractor will be responsible for any resulting
costs incurred by the Owner, including but not limited to, the costs for
construction management, contract administration, inspection, testing, and
staffing.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 21
E. The Contractor shall deliver copies of his/her daily job logs to the Project
Manager and Owner on a weekly basis or as otherwise agreed to by Owner.
At a minimum, the Contractor's daily job log should include the sub-contractors
working onsite, number of workers and their trade classification, description of
work, visitors, temperature and weather conditions, accidents, delays, and any
other important information pertaining to the Project that day. The Contractor
will schedule and coordinate the Work of all sub-contractors on the Project.
The Contractor will keep the Sub-contractors informed of the Construction
Schedule to enable the Contractor to plan and perform the Work properly.
2.18 RECORDS, DOCUMENTS, AND SAMPLES AT THE SITE
A. The Contractor shall maintain all records of required Review Agencies, County,
or State inspections, and shall promptly notify the Project Manager of the
results of any inspection. Copies of all such records shall be provided to the
Owner.
B. The Contractor shall secure and maintain required certificates of inspection,
testing, or approval and shall promptly deliver them to the Project Manager.
C. The Contractor shall maintain at the Project site, on a daily basis, one (1)
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 reviewed Shop Drawings, Product Data, and
Samples. These shall be available to the Project Manager and the Owner and
reviewed weekly, and shall be delivered to the Project Manager for forwarding
to the Owner upon completion of the Project. The Contractor shall advise the
Project Manager on a current basis of all changes in the Work made during
construction. Payment may be withheld from Contractor for failure to maintain
current Record Documents.
2.19 USE OF SITE
A. The Contractor shall confine operations at the site to areas permitted by law,
ordinances, permits, and the Contract Documents, and shall not unreasonably
encumber the site with any materials or equipment.
B. The Contractor shall coordinate all of the Contractor's operations with, and
secure approval from, the Project Manager before using any portion of the site.
Also see Technical Specifications, Division 01, General Requirements.
2.20 CUTTING AND PATCHING OF WORK
A. 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.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 22
B. The Contractor shall not damage or endanger any portion of the Work or the
work of the Owner, 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 Owner or any separate contractor except with
the written consent of the Owner and of such separate contractor. The
Contractor shall not unreasonably withhold from the Owner or any separate
contractor consent to cutting or otherwise altering the Work.
C. The Contractor in all cases shall exercise extreme care in any 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.
D. 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. All work of such nature 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.
2.21 CLEANING UP
A. The Contractor shall at all times keep the premises 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 Project as well as all the Contractor's
tools, construction equipment, machinery and surplus materials.
B. If the Contractor fails to clean up at the completion of the Work, the Owner may
do so, and the cost thereof shall be paid by the Contractor.
2.22 INDEMNIFICATION
A. To the fullest extent permitted by law, Contractor agrees to and shall indemnify,
save, hold harmless and at Owner's request, defend Owner and its officers,
agents and employees, and the Architect and Consultants and their respective
officers, agents and employees, from any and all costs and expenses, attorney
fees and court costs, damages, liabilities, claims and losses occurring or
resulting to Owner, the Architect or Consultants in connection with the
performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement, and from any and all costs and expenses,
attorney fees and court costs, damages, liabilities, claims and losses occurring
or resulting to any person, firm or corporation who may be injured or damaged
by the performance, or failure to perform, of Contractor, its officers, agents or
employees under this Agreement. In addition, Contractor agrees to indemnify
Owner for Federal, State of California and/or local audit exceptions resulting
from non-compliance herein on the part of Contractor.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 23
B. In any and all claims against the Owner, the Architect or Consultants, or any of
their respective officers, agents or employees, initiated 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 set forth in the immediately preceding paragraph
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 workmen's compensation acts, disability benefit acts or
other employee benefit acts.
2.23 FAIR EMPLOYMENT PRACTICES CLAUSE
Nondiscrimination: In connection with the performance of Work under the contract,
the Contractor agrees (as prescribed in Chapter 6 of Division 3 of Title II of the
Government Code of the State of California, commencing at Section 12900 and by
Labor Code Section 1735) not to discriminate against any employee or applicant for
employment because of race, religious creed, color, national origin, ancestry,
physical disability, mental disability, medical condition, marital status, or sex. The
aforesaid provisions shall include, but not be limited to, the following: employment,
upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
termination, rates of pay or other forms of compensation, and selection for training,
including apprenticeship. The Contractor agrees to post hereafter in conspicuous
places, available for employees and applicants for employment, Notices to be
provided by the County, setting forth the provisions of this discrimination clause. The
Contractor further agrees to insert the foregoing provisions in all subcontracts
hereunder, except subcontracts for standard commercial supplies of raw materials.
2.24 PAYMENT
A. CONTRACT SUM
The Contract Sum is stated in the Owner-Contractor Agreement ("the
Agreement"), Section 005213, and, including authorized adjustments thereto,
is the total amount payable by the Owner to the Contractor for the
performance of the Work under the Contract Documents.
B. SCHEDULE OF VALUES
Before the first Application for Payment, and within eight (8) days of the bid
opening, the Contractor shall submit to Des ignServices(a-fresnocountyca.gov
a Schedule of Values allocated to the various portions of the Work, prepared
in such form and supported by such data to substantiate its accuracy as the
Project Manager may require. This schedule, unless objected to by the Project
Manager, shall be used only as a basis for the Contractor's Applications for
Payment.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 24
C. APPLICATIONS FOR PAYMENT
The Owner will make progress payments to the Contractor upon completion of
portions of the Work, as covered by the Contract Documents, in accordance
with established Owner procedures. Before submitting an Application for
Payment (Final or Partial), the Contractor shall reach an agreement with the
Project Manager(in consultation with the Architect) concerning the percentage
complete of the Work and the dollar value for which the Application for Payment
may be submitted.
1. On or about the twentieth (20th) day of the month in which the work
was performed, the Contractor shall submit to the Project Manager an
itemized Application for Payment, notarized if required, supported by
such data substantiating the Contractor's right to payment as the Owner
or the Project Manager may require, including appropriate updates to
the Construction Schedule, and reflecting retainage, if any, as provided
elsewhere in the Contract Documents. Payment is expressly
conditioned upon submission by the Contractor of conditional and
unconditional waivers and release of lien rights upon progress payment
as the Owner or the Architect may require. Waiver and Release forms
must be submitted on forms approved by the Owner. Copies of said
forms shall comply with Civil Code Section 8132 through 8138,
inclusive.
2. 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 site and, if approved in
advance by the Owner, 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 site
shall be conditioned upon submission by the Contractor of bills of sale
or such other procedures satisfactory to the Owner to establish the
Owner's title to such materials or equipment or otherwise protect the
Owner's interest, including applicable insurance and transportation to
the site for those materials and equipment stored off the site.
3. The Contractor warrants that title to all work, materials, and equipment
covered by an Application for Payment will pass to the Owner 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 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 site or furnishing materials
and equipment for the Project, subject to an agreement under which an
interest therein or an encumbrance thereon is retained by the seller or
otherwise imposed by the Contractor or such other person.
4. On or about the twentieth (201h) day of the month following the month
in which the work was performed, the Owner shall pay to the Contractor
ninety-five percent(95%) of the value of said work in place, as checked
and approved by the Project Manager. The balance of five percent
(5%) of the estimate shall be retained by the Owner until the time of
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 25
final acceptance of said work. In lieu of the five percent(5%) retainage,
the Contractor may substitute securities as provided herein below.
a. If the Owner does not pay the Contractor within thirty (30) days
after receipt of an undisputed and properly submitted payment
request for a progress payment, excluding that portion of the
final payment designated by the contract as retention earnings,
then the Owner shall pay interest to the Contractor as provided
by Public Contract Code Section 20104.50. Said interest
penalty is the sole recourse of Contractor and Contractor shall
have no right to stop the Work until payment of the amount
owing has been received, nor shall the contract completion time
be extended, nor shall the Contract Sum be increased in any
way, including by reason of any costs incurred by Contractor,
except to the extent of said interest payment.
b. Pursuant to Public Contract Code Section 7107, in the event of
a dispute between the Owner and Contractor, the Owner may
withhold from the final payment an amount not to exceed one
hundred and fifty percent (150%) of the disputed amount.
Except as so provided, the Owner shall release the retention
withheld within sixty(60)days after the date of completion of the
Work, as "completion" is defined in Public Contract Code
Section 7107. In the event that retention payments are not
made within the time periods required by Public Contract Code
Section 7107, the Owner may be subject to the interest
provisions of Public Contract Code Section 7107.
5. 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 ensure performance and have said moneys
paid directly to Contractor, or, in the alternative, have the Owner deposit
such moneys directly into an escrow. Upon the closing of any such
escrow, Contractor shall pay to each Subcontractor, not later than
twenty (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 article 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:
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 26
(Begin Escrow Agreement)
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the County of Fresno,
(hereinafter called "Owner"), ,
(hereinafter called "Contractor"); and
, a state or federally chartered bank
in California, (hereinafter called "Escrow Agent").
For the consideration hereinafter set forth, the Owner, 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 Owner pursuant to the Construction
Contract entered into between the Owner and Contractor for
in the amount
of$ and dated (hereinafter referred to
as the "Contract"). Alternatively, on written request of the Contractor, the Owner 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 Owner within ten (10) days of the deposit. The market value of
the securities at the time of the substitution, as valued by the Owner, 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 Owner and Contractor. If the Owner
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
Owner. Securities shall be held in the name of the Owner and shall designate the
Contractor as the beneficial owner.
2. Securities eligible for investment under subdivision (c) of the above-referenced
Section 22300 shall include those listed in Section 16430 of the Government Code,
and shall also include bank or savings and loan certificates of deposit, interest-bearing
demand deposit accounts, and standby letters of credit. Deposit of any other type of
security may be permitted only by mutual agreement of the Contractor and the Owner,
evidenced by an amendment to this agreement executed by all of the parties hereto.
3. Upon the deposit of adequate securities, Owner shall make progress payments to the
Contractor for such funds which otherwise would be withheld from progress payments
pursuant to the Contract provisions.
4. When the Owner, 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 contract is terminated. The
Contractor may direct the investment of the payments into securities. All terms and
conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the Owner pays the Escrow Agent directly.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 27
5. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow
Agent in administering the Escrow Account and all expenses of the Owner. The
Owner, Contractor, and Escrow Agent shall determine these expenses and payment
terms.
6. 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 Owner.
7. 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 Owner to the Escrow Agent that Owner consents to the withdrawal of the amount
sought to be withdrawn by Contractor.
8. The Owner 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 Owner 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 Owner. Escrow Agent
shall not be concerned with the validity of any notice of default given by Owner
pursuant to this paragraph, and shall promptly comply with Owner's instructions to pay
over said escrowed assets. Escrow Agent further agrees not to interplead the
escrowed assets in response to conflicting demands and hereby waives any present
or future right of interpleader.
9. Upon receipt of written notification from the Owner 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.
10. Escrow Agent shall rely on the written notifications from the Owner and Contractor
pursuant to Sections (6), (7), (8), and (9) of this Agreement and the Owner and
Contractor shall hold Escrow Agent harmless from Escrow Agent's release and
disbursement of the securities and interest as set forth above.
11. The venue of any litigation concerning the rights and obligations of the parties to this
agreement shall be the County of Fresno and the parties hereto waive the removal
provisions of Code of Civil Procedure Section 394.
12. The names of the persons who are authorized to give written notice or to receive
written notice on behalf of the Owner and on behalf of Contractor in connection with
the foregoing, and exemplars of their respective signatures are as follows:
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 28
On behalf of Owner: On behalf of Contractor:
Title — Business Manager Title
Name — Lemuel Asprec Name
Signature Signature
Address: 2220 Tulare St, 6t" Floor Address:
Fresno, CA 93721
On behalf of Escrow Agent.
Title
Name
Signature
Address
At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the
Escrow Agent a fully executed counterpart of this Agreement
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers
on the date first set forth above.
Owner: Contractor:
Title — Director, Department of Public Title
Works and Planning
Name
Name — Steven E. White
Signature Signature
Address — 2220 Tulare St, 6t" Floor Address
Fresno, CA 93721
Escrow Agent:
Title
Name
Signature
Address
(End Escrow Agreement)
CONTRACT # 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 29
6. Itemized Breakdown: The Contractor shall submit a financial
breakdown of the work, itemized by crafts or sections as designated by
the Owner. The Contractor's payment shall be based upon the monthly
percentage of completion of these items.
7. Lien Waivers: The Owner may require the Contractor to submit, along
with the progress payment request, notarized lien waivers from each
Subcontractor, materials, or equipment supplier. Lien waivers shall
comply with Civil Code Section 8132, et seq., and the aggregate sum
thereof shall reflect all progress payments previously made.
D. CERTIFICATES FOR PAYMENT
1. The Project Manager shall, within seven (7)days after the receipt of the
Project Application for Payment, review the Project Application for
Payment and either issue a Project Certificate for Payment to the
Owner for such amounts as the Project Manager determines are
properly due, or notify the Contractor in writing of the reasons for
withholding a Certificate provided in Part F of this Section 2.24.
2. The issuance of a Project Certificate for Payment will constitute a
representation by the Project Manager to the Owner that, based on the
Project Manager's observations at the site as provided herein and the
data comprising the Project Application for Payment, the Work has
progressed to the point indicated and that, to the best of the Project
Manager's knowledge, information and belief, the quality and timeliness
of the Work is in accordance with the Contract Documents (subject to
an evaluation of the Work for conformance with the Contract
Documents upon Completion of the Work, to the results of any
subsequent tests required by or performed under the Contract
Documents, to minor deviations from the Contract Documents
correctable prior to completion, and to any specific qualifications stated
in the Certificate); and that based upon all currently available
information, the Contractor is entitled to payment in the amount
certified. However, by issuing a Project Certificate for Payment, the
Project Manager shall not thereby be deemed to represent that the
Project Manager has made exhaustive or continuous on-site
inspections to check the quality or quantity of the Work, has reviewed
the construction means, methods, techniques, sequences, or
procedures, or has made any examination to ascertain how or for what
purpose the Contractor has used the monies previously paid on
account of the Contract Sum.
E. PROGRESS PAYMENTS
1. After the Project Manager has issued a Project Certificate for Payment,
the Owner shall make payment in the manner and within the time
provided in the Contract Documents.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 30
2. The Contractor shall promptly pay each Subcontractor upon receipt of
payment from the Owner, 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 Contract 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.
3. The Project Manager may on request of any Subcontractor, at the
Project Manager's discretion, furnish to that Subcontractor, if
practicable, information regarding the percentages of completion or the
amounts applied for by the Contractor and the action taken thereon by
the Project Manager on account of Work done by such Subcontractor.
4. Neither the Owner nor the Project Manager shall have any 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.
5. Neither certification of a progress payment, delivery of a progress
payment, nor partial or entire use or occupancy of the Project by the
Owner, shall constitute an acceptance of any Work not performed in
accordance with the Contract Documents.
F. PAYMENTS WITHHELD
1. The Project Manager may decline to certify payment and may withhold
the Certificate in whole or in part to the extent necessary to reasonably
protect the Owner, if, in the Project Manager's opinion, the Project
Manager is unable to make representations to the Owner as provided
herein above for Certificates for Payment. If the Project Manager is
unable to make representations to the Owner and certify payment in
the amount of the Project Application, the Project Manager will notify
the Contractor as provided herein. If the Contractor and the Project
Manager cannot agree on a revised amount, the Project Manager will
promptly issue a Project Certificate for Payment for the amount for
which the Project Manager is able to make such representations to the
Owner. The Project Manager may also decline to certify payment or,
because of subsequently discovered evidence or subsequent
observations, the Project Manager may nullify the whole or any part of
any Project Certificate for Payment previously issued to such extent as
may be necessary, in the Project Manager's opinion, to protect the
Owner from loss because of:
a. Defective Work not remedied;
b. Third party claims filed or reasonable evidence indicating
probable filing of such claims, including claims by separate
contractors;
C. Failure of the Contractor to make payments properly to
Subcontractors, or for labor, materials or equipment;
d. Architect's determination, based upon reasonable evidence,
that the Work cannot be completed for the unpaid balance of
the Contract Sum;
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 31
e. Damage to the Owner or another contractor;
f. Architect's determination, based upon reasonable evidence,
that the Work will not be accomplished in compliance with the
Work Order Completion Time;
g. Persistent failure to carry out the Work in accordance with the
Contract Documents;
h. Failure of the Contractor to submit Construction Schedules or
Submittal and Procurement Schedules as required;
i. Failure of the Contractor to maintain record drawings on a
current basis;
j. Failure of the Contractor to submit notarized lien waivers from
each Subcontractor, materials, or equipment supplier;
k. Failure of the Contractor to submit certified payroll reports;
I. Stop notice served upon the Owner.
2. A retention in the amount of one-thousand dollars ($1,000) will be
withheld from the Contractor's monthly progress payment for each and
every required document not submitted in a timely manner by the
Contractor or its subcontractors up to a maximum of ten-thousand
dollars ($10,000). For purposes of this Paragraph, the term "required
document" includes, but is not limited to, certified payrolls, labor
compliance documents, Disadvantaged Business Enterprise
documents, and any other information or documents required to be
submitted by the Contractor or any of its subcontractors under the terms
of this Agreement or pursuant to applicable federal, state, or local laws
or regulations. The retention provided for in this Paragraph shall be in
addition to any other deduction or retention allowed under this
Agreement, and shall be in addition to any other remedy or
consequence provided by law for untimely submission of any required
document. Such retention shall remain in effect only until such time as
the required documents have been submitted by the Contractor or its
subcontractor(s) and have been determined by the Owner to be both
complete and acceptable as to form.
3. When the grounds as noted above are removed, payment shall be
made for amounts withheld on the basis thereof.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 32
G. COMPLETION AND FINAL PAYMENT
1. Following the Contractor's completion of the Work, the Contractor shall
forward to the Project Manager a written notice that the Work is ready
for final inspection and acceptance, and shall also forward to the Project
Manager a final Application for Payment. Upon receipt, the Project
Manager will promptly make such inspection. When the Project
Manager finds the Work acceptable under the Contract documents and
the Contract fully performed, the Project Manager will issue a Project
Certificate for Payment which will certify the final payment due the
Contractor. This certification will constitute a representation that, to the
best of the Project Manager'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. The Project
Manager's certification of said Project Certificate for Payment will
constitute a further representation that the conditions precedent to the
Contractor's being entitled to final payment as set forth herein below
have been fulfilled.
2. Neither the final payment nor the remaining retainage shall become due
until the Contractor submits to the Project Manager (1) an affidavit that
all payrolls, bills for materials and equipment, and other indebtedness
connected with the Work for which the Owner or the Owner'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 Owner. If any
Subcontractor refuses to furnish a release or waiver required by the
Owner, the Contractor may furnish a bond satisfactory to the Owner to
indemnify the Owner against any such lien. The bond cannot be from
the original surety insurer for the Project or any affiliate of the original
surety. If any such lien remains unsatisfied after all payments are
made, the Contractor shall refund to the Owner all monies that the latter
may be compelled to pay in discharging such lien.
3. All provisions of this Agreement, including without limitation those
establishing obligations and procedures, shall remain in full force and
effect notwithstanding the making or acceptance of final payment, and
the making of final payment shall not constitute a waiver of any claims
by the Owner.
4. Upon completion and acceptance of all work whatsoever required, and
upon the release of all claims against the Owner as specified, the
Owner shall file a written Notice of Completion with the County
Recorder as to the entire amount of work performed.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 33
5. Final payment will be released within sixty (60) days after the date of
acceptance of the Work as reflected in the Notice of Completion filed
with the County Recorder's Office; provided, that Owner may withhold
from the final payment, in the event of a dispute between Owner and
Contractor, retentions in, and amount not exceeding, one hundred fifty
percent (150%) of the disputed amount. At the Contractor's option, the
Owner may release retention upon receipt of an unconditional lien
release for the full value of the Work and any of its Contract Change
Orders.
6. All manufacturers'warranties required by the Contract Documents shall
commence on the date of the Notice of Completion for the Work. It
shall be the Contractor's responsibility, through appropriate contractual
arrangements with all subcontractors, materialmen, and suppliers, to
ensure compliance with this requirement.
7. The acceptance by the Contractor of the final payment, after the date
of Notice of Completion of the Project, shall be and shall operate as a
release to the Owner of all claims and of all liability to the Contractor,
under the Contract Documents or otherwise, for all things done or
furnished in connection with this Work, excepting only the Contractor's
claims for interest upon final payment, if such final payment be
improperly delayed. No payments, however, final or otherwise, shall
operate to release the Contractor or his/her sureties from any
obligations under the Contract Documents, including but not limited to
the Performance and Payment Bonds.
2.25 CHANGES TO THE WORK
A. The Owner, without invalidating the Contract, may order changes in the Work
within the general scope of the Contract consisting of additions, deletion, or
other revisions. All such changes in the Work shall be authorized by a Contract
Change Order, and shall be performed under the applicable conditions of the
Contract Documents.
B. CONTRACT CHANGE ORDER: A Change Order issued to add or delete Work
from the Contract. Only an executed Contract Change Order will effectuate
change in either the Contract Sum and/or the contract time. A Change Order
is a written order to the Contractor dually signed to show both the approval of
the Architect and Authorization of the Owner, issued after execution of the
Contract. A Change Order signed by the Contractor indicates the Contractor's
agreement therewith, including any adjustment in the Contract Sum or the
contract time, and the full and final settlement of all costs (direct, indirect, and
overhead) related to the Work authorized by the Change Order.
C. All claims for additional compensation to the Contractor shall be presented in
writing before the expense is incurred, and will be adjusted as provided herein.
No work shall be allowed to lag pending such adjustment, but shall be promptly
executed as directed, even if a disputed claim arises. No claim will be
considered after the work in question has been done unless a Contract Change
Order has been issued or a timely written notice of claim has been made by
Contractor.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 34
D. Costs mean 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 Subcontractor's itemized breakdown, plus not
more than twenty percent (20%) to cover all profits and administration.
1. Under no circumstance will the total sum of allowable mark up for
General Conditions, General Requirements, supervision, overhead
(excluding small tools) and profit, exceed a cumulative total of twenty
percent (20%), including markups for all parties involved in a change.
i. Work done by Contractor's own forces, not including bond and
insurance premiums, shall not exceed a cumulative total of
fifteen percent (15%);
ii. Work done by subcontractors, all tiers, including bond and
insurance premiums, if any, shall not exceed a cumulative total
of fifteen percent (15%);
iii. General Conditions, General Requirements, Supervision,
Overhead and Profit for Contractor on Subcontractor's work,
shall not exceed a cumulative total of five percent (5%).
2. The cost or credit to the Owner resulting from a change in the Work
shall be determined in one or more of the following ways:
i. By mutual acceptance of a lump sum properly itemized and
supported by sufficient substantiating data to permit evaluation;
ii. By unit prices state in the Contract Documents or subsequently
agreed upon;
iii. By cost to be determined in a manner agreed upon by the
parties and a mutually acceptable fixed or percentage fee; or
iv. By the method provided under Article 2.26.
E. The amount of credit to be allowed by the Contractor to the Owner, as
confirmed by the Project Manager, for any deletion or change that results in a
decrease in the Contract Sum will be the amount of the actual cost. 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 on the basis
of the net increase, if any, with respect to that change.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 35
2.26 CHANGES TO THE CONTRACT (EXTRA WORK AT FORCE ACCOUNT)
A. If none of the methods set forth in Section 2.25.D, is agreed upon, the
Contractor, provided that a written order signed by the Owner is received, shall
promptly proceed with the Work involved. The cost of such Work shall then be
determined by the Project Manager, 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, not more than twenty percent
(20%)for all overhead and profit. In such case, and also under Section 2.25.D,
Paragraph 3, the Contractor shall keep and present, in such form as the Owner
or the Project Manager may prescribe, an itemized accounting of actual cost
together with appropriate supporting data for inclusion in a Contract Change
Order. Unless otherwise provided in the Contract Documents, cost shall be
limited to the following:
1. Labor Cost is the cost of labor for the workers (including working
foremen) used in the actual and direct performance of the extra work,
whether employed by the Contractor, or Subcontractors and
Specialized Forces of any tier. Labor Cost shall include:
a. Actual Wages paid to the works, plus employer payments to or
on behalf of the workers for health and welfare, pension,
vacation, and training. If required by the Project Manager,
certified payrolls shall be submitted with extra work reports as
verification of wages paid to the workers.
b. A Labor Surcharge of twenty percent (20%) (thirty five percent
(35%)for demolition work and roofing work)will be added to the
Actual Wages as defined above. The Labor Surcharge shall
constitute full compensation for all payments imposed by State
and Federal laws, including Workers Compensation Insurance,
Social Security, and Unemployment Insurance.
C. Subsistence and Travel Allowance if actually paid to the
workers. Labor Surcharge will not be added to Subsistence and
Travel Allowance.
2. Equipment Cost is the payment made for the equipment actually used
in the performance of the extra work.
a. Equipment valued at three hundred dollars ($300) or less shall
be considered as small tools, and no payment will be made
therefor.
b. Equipment costs will be paid in accordance with the rental rates
listed in the "Cal-Trans Equipment Rental Rates, County of
Fresno, Department of Public Works and Planning," in effect at
the time of bid, available from the Department, Suite 711,
Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA
93721.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 36
C. In the event that any of the equipment to be used is not listed in
the above publication, the rental rate shall be agreed upon in
writing by the Contractor and CM before the extra work is
begun.
3. Materials Cost is the payment made for materials incorporated into the
Work.
a. Materials Cost shall include sales tax, freight, and delivery
charges, less any available discounts whether or not said
discounts are taken.
b. Materials Cost shall be based upon supplier's or manufacturer's
invoice. If invoices or other satisfactory evidence of cost are not
furnished within sixty (60) days of delivery or within fifteen (15)
days after acceptance of the Contract, whichever occurs first,
then the Project Manager shall determine the Materials Cost, in
his/her sole discretion, on the basis of available information and
on his/her considered experience.
4. Specialized Services are those services or items of extra work that, by
agreement of the Contractor and the Project Manager, cannot be
performed by forces of the Contractor of his/her Subcontractors, and
may be performed by a specialist.
a. Specialized Services may be paid for by invoice if the
established practice of the specialized force industry does not
provide complete itemization of Labor, Equipment, and
Materials Costs.
5. Markup for Profit, Home Office and Field Office Overhead, Bond
Premium, insurance, taxes, and supervision will be added to the total
of Labor Cost, Equipment Cost, Materials Cost, and Specialized
Services.
a. Markup will be added only once on any Extra Work at Force
Account, regardless of the number of contractors and
subcontractors involved.
b. It is recognized that individual contractors and subcontractors
have different overhead costs, profit requirements, and bond
premium rates. The amount to be added to Extra Work for
markup shall include compensation for profit, overhead and
bond premium without distinguishing among these items.
C. The markup to be added for Extra Work at Force Account on
this Project shall be fifteen percent (15%) plus 1-1/2% for
Performance and Payment Bonds for Contractor only.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 37
6. Records shall be maintained by the Contractor and Subcontractors in
such a manner as to provide a clear distinction between the costs of
Extra Work paid for on a forced account basis and the costs of other
operations. From these records, the Contractor shall furnish the
Project Manager a completed extra work report for each day's extra
work to be paid for on a force account basis. Extra work reports shall
itemize the materials used, equipment rental charges, and specialized
services costs, and shall provide names or identifications and
classifications of workmen, the hourly rate of pay, and hours worked.
Extra work reports shall be compiled and submitted to the Project
Manager daily for verification and signature. Extra work reports shall
be signed by the Contractor or his/her authorized representative.
7. If the Contractor disputes the Architect's cost determination, the
Contractor may initiate a claim in compliance with the Claims and
Disputes Resolution provisions of these General Conditions.
2.27 SITE CONDITIONS
A. Where investigations have been conducted by the Owner of existing conditions
on a site, including subsurface conditions, such investigations are made for the
purpose of design only and for the information of bidders. The results of such
investigations represent only the statement by the Owner as to the
circumstance and character of materials actually encountered by the Owner
during the investigations. The Owner makes no guarantee or warranty,
express or implied, that the conditions indicated are representative of
conditions existing throughout the site of a Project or any part of it, or that
unanticipated conditions might not occur.
B. All excavation work shall be performed on an "unclassified basis"; that is, such
work shall include the removal of all material encountered including earth or
rock formations, regardless of the type or hardness thereof, or groundwater
conditions in the excavation, the cost of such excavations being included in the
Contract Sum. Unclassified excavation Work includes drilling or blasting
operations.
C. If site conditions are discovered that materially differ from previous information
that the Contractor has received, and that could not have been discovered by
the Contractor through prudent and reasonable investigation prior to
developing the Contract Sum for the Work, the Contractor shall be
compensated for additional costs incurred in working with the unknown site
conditions, but only to the extent that such previously unknown and
undiscoverable site conditions cause the Contractor to incur costs in addition
to the Contract Sum for that portion of the Work. The Contractor must be able
to demonstrate clearly the original Contract Sum for that portion of the Work
(plus any Contract Change Orders applicable to that portion of the Work) and
the additional costs incurred as a direct result of the unknown site conditions.
Only additional costs over and above the amount of the Contract Sum for that
portion of the Work will be compensated upon a recommendation of approval
by the Project Manager.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 38
2.28 REQUEST FOR EQUITABLE ADJUSTMENT
A. If the Contractor considers a Request for Equitable Adjustment is justified for
any increase in the contract time, the Contractor shall promptly, upon first
observance of the condition giving rise to the request, provide the Project
Manager and Owner written notice of such condition and circumstance. This
notice shall be given by the Contractor before proceeding to execute the Work,
except in emergency endangering life or property, in which case the Contractor
shall proceed in accordance with the Emergency provisions of these General
Conditions. No such request shall be valid unless so made. A Contract Change
Order shall be required to authorize any change in the contract time resulting
from such request for equitable adjustment.
B. If the Contractor requests that additional cost or time is involved because of,
but not limited to, (1) any written interpretation pursuant to Section 2.07.G, (2)
any order by the Owner to stop the Work pursuant to Section 2.08 where the
Contractor was not at fault, or any such order by the Project Manager as the
Owner's agent, (3) any written order for a minor change in the Work issued
pursuant to Section 2.29, the Contractor shall make such request for equitable
adjustment as provided in Section 2.28.A.
2.29 MINOR CHANGES IN THE WORK
The Project Manager 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
enacted by written order issued through the Project Manager, and shall be binding on
the Owner and the Contractor. The Contractor shall carry out such written orders
promptly.
2.30 SUCCESSORS AND ASSIGNS
The Owner 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.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 39
2.31 ASSIGNMENT OF MONEYS
The Contractor shall not assign moneys due or to become due him/her under the
contract without the written consent of the Auditor-Controller of Fresno County. Any
assignment of moneys shall be subject to all proper set-offs in favor of the County of
Fresno and to all deductions provided for in the contract and particularly all money
withheld, whether assigned or not, shall be subject to being used by the County of
Fresno for the completion of the work in the event that the Contractor should be in
default therein.
2.32 GUARANTEE OF WORK
A. The Contractor warrants to the Owner that all materials and equipment and the
Work as a whole 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, for a period of 365 Calendar
Days from the date of acceptance of the Work as specified in the Notice of
Completion, unless a longer period is otherwise specified. All manufacturer's
warranties required by the Contract Documents shall commence on the date
of the filing of the Notice of Completion for the Work (which date necessarily
will follow the performance under separate contracts). It shall be the
Contractor's responsibility, through appropriate contractual arrangements with
all subcontractors, materialmen, and suppliers, to ensure compliance with this
requirement. All Work not conforming to these requirements, including
substitutions not properly reviewed and authorized, may be considered
defective. If required by the Project Manager, the Contractor shall furnish
satisfactory evidence as to the kind and quality of materials and equipment.
B. If repairs or changes are required in connection with guaranteed work within
any guaranteed period, which, in the opinion of the Project Manager is
rendered necessary as the result of the use of materials, equipment, or
workmanship which are inferior, defective, or not in accordance with the
Contract Documents, the Contractor shall, promptly upon receipt of notice from
the Owner, and without expense to the Owner, (1) place in satisfactory
condition in every particular all of such guaranteed work, correct all defects
therein; and (2) make good all damage to the building or site, or equipment or
contents thereof, which, in the opinion of the Project Manager, is the result of
the use of materials, equipment, or workmanship which are inferior, defective,
or not in accordance with the Contract Documents; and (3) make good any
work or materials, or the equipment and contents of said building or site
disturbed in fulfilling any such guarantee.
C. If the Contractor disturbs any work guaranteed under another contract in
fulfilling the requirements of the contract or of any guarantee, embraced in or
required thereby, he/she shall restore such disturbed work to a condition
satisfactory to the Project Manager and guarantee such restored work to the
same extent as it was guaranteed under such other contract.
D. The Owner may have the defects corrected if the Contractor, after notice, fails
to proceed promptly to comply with the terms of the guarantee and the
Contractor and his/her surety shall be liable for all costs and expenses incurred
in connection therewith.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 -40
E. All special guarantees applicable to definite parts of the work that may be
stipulated in the Contract Documents shall be subject to the terms of this Article
2.32 during the first (1st) year (365 Calendar Days) of the life of such special
guarantee.
2.33 RESPONSIBILITY FOR DAMAGE
A. Neither the Owner, the Architect, nor any officer or employee of the County,
or officer or employee thereof, within the limits of which the work is being
performed, shall be answerable or accountable in any manner, for any loss or
damage that may happen to the work or any part thereof; or for any of the
materials or other things used or employed in performing the work; or for injury
to any person or persons, either workmen or the public, for damage to property
from any cause which might have been prevented by the Contractor, or his/her
workmen, or anyone employed by him/her, against all of which injuries or
damages to persons and property the Contractor having control over such work
must properly guard.
B. The Contractor shall be responsible for any liability imposed by law for any
damage to any person or property resulting from defects or obstructions or
from any cause whatsoever during the progress of the work or at any time
before the issuance of the Notice of Completion.
C. The Contractor shall indemnify and hold harmless the Owner, the Project
Manager, the Architect, and all of their respective officers and employees, from
all claims, lawsuits or actions of every kind and nature whatsoever, brought for,
or on account of any injuries or damages received or sustained by any person
or persons, resulting from any act or admission by the Contractor or his/her
servants or agents, in the construction of the work or by or in consequence of
any negligence in guarding the same, in improper materials used in its
construction, or by or on account of any act or omission of the Contractor or
his/her agents in the performance of Contractor's obligations under the
Contract Documents. In addition to any remedy authorized by law, so much of
the money due the Contractor under and by virtue of the contract as shall be
considered necessary by the Owner may be retained by the Owner until
disposition has been made of such claims, lawsuits, or actions for damages as
aforesaid.
2.34 WRITTEN NOTICE
Subject to any additional requirements that may be applicable to claims under the
immediately following Article 2.35 RESOLUTION OF CONTRACT CLAIMS AND
DISPUTES, formal service, when required, of 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 sent by registered or
certified mail to the listed address of that entity for the attention of such individual.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 41
2.35 RESOLUTION OF CONTRACT CLAIMS AND DISPUTES
A. A Claim is a demand or assertion, sent by registered mail or certified mail with
return receipt, requested by one (1) of the parties seeking, as a matter of right,
adjustment or interpretation of Contract terms, payment of money, extension
of time, or a request for equitable adjustment or Contract Change Order which
cannot be resolved per provisions of Section 2.25 - CHANGES TO THE
WORK. Any Claim shall be reduced to writing and filed with the Project
Manager, within ten (10) calendar days after the Contractor has notice of the
condition giving rise to the Claim, and final action per Section 2.25-CHANGES
TO THE WORK procedures has taken place or has been declared as such in
writing, by either party. Such ten (10)-day notice of an asserted claim is in
addition to the requirement for prompt notice required per Section 2.25 -
CHANGES TO THE WORK.
B. 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.
C. REQUIREMENTS FOR FILING A CLAIM. Claims shall be submitted to the
Project Manager. Claims must be filed within the time specified above, but in
no event shall any claim be considered by the Project Manager that is filed later
than the date of final payment of the Project. The claim shall be in writing and
shall be a sum certain, if known. If unknown, Contractor shall specify the basis
for establishing the sum certain. 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 Section 2.25 - CHANGES TO
THE WORK. In the case of a continuing delay, only one (1)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. The Contractor shall certify, at the time
of submission of a claim, as follows:
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 42
"I, being the
(MUST BE AN OFFICER) of
(GENERAL 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 made in
good faith; the supporting data is truthful and accurate; the amount
requested accurately reflects the contract adjustment for which the
Contractor believes the Owner is liable; and, further, that I am familiar
with California Penal Code Section 72 and California Government Code
Section 12560, 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."
By:
(Contractor's signature) (Date)
D. Nothing in this Article is intended to extend the time limit or supersede notice
requirements otherwise provided by this contract or by applicable law for the
filing of claims. Any formal claim shall be processed in accordance with the
provisions of Public Contract Code Section 9204 and Section 20104 et. seq.,
each of which establishes a process for resolution of claims, the provisions of
which are consistent with and effectively summarized by the following:
1. The Owner (or his/her designee), shall review the facts pertinent to the
claim, obtain additional information deemed necessary for a decision (if
any), review recommendations of the Project Manager, coordinate with
the contract administrator(if any), and secure assistance from legal and
other advisors, and render a written decision on the claim within forty-
five (45) days of receipt of the claim. If additional information or
documentation is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the Owner (or
his/her designee) and claimant. The Owner's (or his/her designee's)
written response to the claim, as supplemented by any additional
information and/or documentation provided by claimant, shall be
submitted to the claimant within fifteen (15) days after receipt of the
further information and/or documentation or within a period of time no
greater than that taken by the claimant in producing the additional
information, whichever is greater.
a. For claims of over fifty thousand dollars ($50,000) and less
than or equal to three hundred seventy-five thousand
dollars ($375,000), the Owner (or his/her designee), shall
respond in writing to all written claims within sixty (60) days
of receipt of the claim, or may request, in writing, within
thirty (30) days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses
to the claim the Owner (or his/her designees) may have
against the claimant.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 -43
2. If the claimant disputes the written response of Owner (or his/her
designee), or Owner fails to respond within the time prescribed, the
claimant may so notify the Owner(or his/her designee), in writing, either
within fifteen (15) days of receipt of the Owner (or his/her designee's)
response or within fifteen (15)days of the Owner(or his/her designee'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 Owner (or his/her designee) shall
schedule a meet and confer conference within thirty (30) days for
settlement of the dispute.
3. Within ten (10) business days following conclusion of the meet and
confer conference, any unpaid portion of the claim remaining in dispute
shall be submitted to nonbinding mediation, as that term is defined by
Public Contract Code Section 9204(d)(2)(C).
4. If following the conclusion of the meet and confer conference and
mediation process, the claim or any portion thereof remains in dispute,
the claimant 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 claimant submits his/her
written claim pursuant to subdivision (a) until the time the claim is
denied, including any period of time utilized by the meet and confer
conference and mediation process as described in the immediately
preceding Paragraphs 2 and 3 of this Section D.
5. In the event of any perceived conflict between the summary of the
procedure set forth in this Article and the actual provisions of the Public
Contract Code Section 9204 and Section 20104, et seq., the statutory
provisions shall control; and in the event of any perceived conflict
between the provisions of Section 9204 and Section 20104, et seq., the
provisions of Section 9204 shall control.
E. PROCEDURES FOR CIVIL ACTIONS TO RESOLVE DISPUTED CLAIMS.
Non-binding Mediation: Within sixty (60) days, but no earlier than thirty (30)
days, following the filing of a responsive pleading, the court shall submit the
matter to non-binding mediation unless waived by mutual stipulation by both
parties. The mediation process shall provide for the selection within fifteen (15)
days by both parties of a disinterested third person as mediator, shall be
commenced within thirty (30) days of the submittal, and shall be concluded
within fifteen (15)days from the commencement of the mediation unless a time
requirement is extended upon a good cause shown to the court. If the parties
fail to select a mediator within the 15-day period, any party may petition the
court to appoint the mediator.
Judicial Arbitration: If the matter remains in dispute, the case shall be
submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with
Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141.11 of the code. The Civil Discovery Act of 1986
(Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of
the Code of Civil Procedure) shall apply to any proceeding brought under this
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 44
subsection consistent with the rules pertaining to judicial arbitration. Arbitrators
shall be experienced in construction law.
Appeals: As provided by statute (specifically Public Contract Code section
20104.4(b)(3) and Code of Civil Procedure section 1141.21), any party
appealing an arbitration award who does not obtain a more favorable judgment
shall, in addition to payment of costs and fees, also pay the attorneys' fees on
appeal of the other party.
F. CLAIMS AND DISPUTES EXEMPT FROM FILING REQUIREMENTS. The
requirements and procedures imposed by this Article do not apply to:
1. Any claims by the Owner; or
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; or
3. Any claim or dispute relating to stop payment requests or stop notices;
or
4. Any claim or dispute related to the approval, refusal to approve, or
substitution of Subcontractors, regardless of tier, and suppliers.
G. PAYMENT OF UNDISPUTED PORTION OF CLAIM. Owner shall pay claimant
such portion of a claim that is undisputed except as otherwise provided in the
contract.
H. CONTINUE WORK DURING DISPUTE. In the event of any disputed claim or
other dispute between the Owner and the Contractor, the Contractor will not
stop work but will prosecute the work diligently to completion in his/her manner
directed by the Owner, and the dispute shall be resolved by a court of law after
completion of the Work. However, Contractor must submit all disputes in
accordance with the provisions of this Section 2.35.
I. SUIT IN FRESNO COUNTY ONLY. Any litigation arising out of this Contract
shall be brought in Fresno County and Contractor hereby waives the removal
provisions of California Code of Civil Procedure Section 394.
2.36 PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND, AND
WARRANTY BOND
A. The Contractor shall furnish Performance Bond in the amount of one hundred
percent (100%) of the Contract Sum, and Payment Bond in the amount of one
hundred percent (100%) of the Contract Sum and One Year Warranty Bond in
the amount of ten percent (10%) of the Final Contract Sum, which is the
cumulative amount that will have been paid to Contractor for all of the Work
performed under the Contract once the Project has been completed and the
Work has been accepted by the County.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 45
B. All bonds required, whether Bid bonds, Performance, Payment, Warranty, or
other bonds, shall be issued by an admitted surety insurer authorized by the
California Insurance Commissioner to transact surety insurance in the state.
The same admitted surety insurer must issue the Bid Bond, Performance
Bond, Payment Bond, and Warranty Bond. The payment, performance, and
warranty bonds required by these specifications will neither be accepted nor
approved by the Owner unless the bonds are underwritten by an admitted
surety and the requirements of California Code of Civil Procedure section
995.630 are met. The bonds must include a physical mailing address, phone
number, and contract person for the admitted surety insurer. The Owner further
reserves the right to satisfy itself as to the acceptability of the surety and the
form of bond. Upon request of the Owner, the bidder 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 thirty (30) days next preceding
the date of the execution of the bond, in the form of an officers'
certificate as defined in Corporations Code section 173.
2.37 RIGHTS AND REMEDIES
A. The duties and obligations imposed by the Contract Documents and the rights
and remedies available hereunder shall be in addition to, and not a limitation
of, any duties, obligations, rights, and remedies otherwise imposed or available
by law.
B. No action or failure to act by the Owner, or by the Project Manager or Architect,
regarding any deficiency, breach, or default in performance by the Contractor
under the Contract Documents, shall be deemed or construed to constitute
acquiescence of the Owner in connection therewith or with regard to any
subsequent deficiency, breach, or default in performance by the Contractor;
nor shall any such prior act of failure to act by or on behalf of Owner be deemed
or construed as a waiver of any rights in favor of Owner regarding any such
deficiency, breach, or default in performance by the Contractor, regardless of
the similarity to the prior incident or circumstance when no action was taken
regarding any alleged deficiency, breach, or default in performance by the
Contractor.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 46
2.38 TIME, DELAYS, AND LIQUIDATED DAMAGES
A. DEFINITIONS
1. Unless otherwise provided, the contract time is the period of time
allotted in the Contract Documents for completion of the Work,
including authorized adjustments thereto.
2. The Date of Commencement of the Work is the date established in the
Notice to Proceed.
3. The Date of Completion of the Work is the date on which the work is
certified as complete by the Project Manager as specified in the Notice
of Completion.
4. The term "day"as used in the Contract Documents shall mean calendar
day unless specifically designated otherwise.
B. PROGRESS AND COMPLETION
1. Time is of the essence regarding all time limits stated in the Contract
Documents. By executing the Agreement, the Contractor confirms that
the contract time is a reasonable period for performing the Work.
2. The Contractor shall begin the Work on the Date of Commencement.
The Contractor shall not knowingly, except by agreement or instruction
of the Owner in writing, prematurely commence operations on the site
or elsewhere prior to the effective date of insurance required herein to
be furnished by the Contractor. The Date of Commencement of the
Work shall not be changed by the effective date of such insurance.
3. The Contractor shall carry the Work forward expeditiously with
adequate forces and shall achieve Completion of the Work within the
contract time.
C. DELAYS AND EXTENSIONS OF TIME
1. Delays in prosecution of parts or classes of the Work that are not
demonstrated to prevent or delay completion of the entire Project or
specific milestones within the contract time are not "unavoidable
delays" for purposes of this section.
2. 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 event
or circumstances which causes unavoidable delay in the completion of
the Project. Contractor shall be entitled, in the case of unavoidable
delays, to an extension in the contract time, but not to any increase to
the Contract Sum. "Unavoidable delay"for this purpose shall be defined
as follows:
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 47
a. 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 schedule required by
Section 2.17 - CONTRACTOR'S CONSTRUCTION
SCHEDULE; that the Contractor demonstrates that the
unavailability of the materials is in fact the cause for the delay,
and could not have been avoided by an appropriate adjustment
in 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
subsection, the Owner, at its sole discretion, may grant a time
extension.
b. Force Maieure. 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 subparagraph
shall be those caused by acts of God, war, insurrection, civil
disorder, fire, floods, epidemic, or strikes.
C. Unseasonable Weather. An extension of contract time may be
granted due to weather which is unsuitable for the Work
currently in progress, upon the determination of the Owner that
the weather conditions in fact caused the delay in completion of
the Project 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.
d. Time Extensions Due to Contract Change Orders or Work
Authorizations. A time extension may be granted due to
additional work that results in a delay in the Project caused by
the approval by the Owner of a Contract Change Order or Work
Authorization. The Contractor shall be entitled to a contract
time extension Change Order only when the extra Work is
demonstrated by the Contractor to have caused a delay in the
Project.
e. Owner-Caused Delays. In the event that the Project is delayed
by acts of the Owner not authorized by the Contract Documents
which the Contractor demonstrates will or have caused an
unavoidable delay, 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 Sum. Extra time shall be limited to that which is
directly identified as critical by the delay.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 48
4. The Contractor specifically agrees that a time extension as provided
herein is its sole remedy for Owner-caused delays, and agrees to make
no claim or demand for additional damages, nor claim an acceleration
of the time for performance.
5. The Contractor shall not be entitled to any contract time extension nor
Contract Sum adjustment for alleged Owner delays if the Owner has
acted within the time limits specified by the Contract Documents.
D. NOTICE OF DELAYS
1. Contractor shall notify the Project Manager promptly whenever the
Contractor foresees any event or circumstance that may delay the
prosecution of the Work and in Contractor's opinion may provide
grounds for an extension, and shall in any event notify the Project
Manager immediately upon the occurrence of any such delay. The
Contractor shall take immediate steps to prevent, if possible, the
occurrence or continuance of the delay. If this cannot be done, the
Project Manager shall determine how long the delay shall continue and
to what extent the prosecution and completion of the Work are being
delayed thereby. Such notification shall specify with detail the cause
asserted by the Contractor to constitute grounds for an extension.
Failure of the Contractor to submit such a notice within ten (10) days
after the initial occurrence of the event giving rise to the 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
delay.
2. If the Contractor believes that the delay in prosecution in the Work will
result in an unavoidable delay in completion of the entire Project, the
Contractor shall submit evidence to support that belief, together with its
request for a time extension. Such evidence shall include a
demonstration that the delayed portion of the Work will affect the Critical
Path Scheduling of the entire Project. The Contractor shall also submit
a proposed revised Construction Schedule, which accounts for the
delay in completion of the entire Project caused by the delay in
prosecution of part of the Project, and includes a revised Critical Path
demonstrating how the Project will be completed within the proposed
revised contract time.
E. INVESTIGATION; PROCEDURE
1. Upon receipt of a request for Time extension, the Project Manager 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 Project Manager to the Contractor and shall
indicate whether he/she will recommend for or against such extension
to the Owner. The performance of this investigation by the Project
Manager shall not be construed as direction or recommendation to the
Contractor regarding scheduling of the work. Scheduling this work is
the sole responsibility of the Contractor.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 49
2. The Project Manager may, in his/her sole discretion, defer this
recommendation to allow the accumulation of time extensions due to
Work Authorizations into a periodic or final Contract Change Order
request.
3. Upon receiving the Project Manager's recommendation to the Owner
regarding the Contractor's request for a time extension, the Contractor
may either withdraw its application for extension, or request that it be
scheduled for action by the Owner. If the Owner 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.
4. If the Owner approves the time extension Contract Change Order, the
new Construction Schedule submitted by the Contractor and approved
by the Owner shall be deemed to amend the original Construction
Schedule approved by the Owner; thereafter, the amended
Construction Schedule shall have the same force and effect as the
originally approved Progress Schedule.
5. The revised Construction Schedule must be submitted within seven (7)
calendar days of the date on which the Owner approves the change.
6. The Contractor agrees that the Owner's determination as to the
existence of grounds for an extension, and the duration of any such
extension, shall be final and binding upon both Owner and Contractor.
F. DISCRETIONARY TIME EXTENSION FOR BEST INTEREST OF OWNER
1. The Owner reserves the right to extend the contract time for completion
of the Work if the Director of Public Works and Planning or designee
determines that such extension is in the best interest of the Owner.
2. In the event that such discretionary extension is made at the request of
the Contractor, the Owner shall have the right to charge to the
Contractor all or any part, as the Board may deem proper, of the actual
cost to the Owner 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.
3. In the event such extension is ordered over the objection of the
Contractor, the Contractor shall be entitled to a Contract Change Order
adjusting the price paid to reflect the actual costs incurred by the
Contractor as a direct and proximate result of the delay, upon his/her
written application therefor, accompanied by such verification of costs
as the Project Manager requires. Only additional direct costs incurred
at the site will be reimbursable by Contract Change Order.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 50
G. LIQUIDATED DAMAGES
1. If the Work is not completed by Contractor in the time specified in the
Work Order, or within any period of extension authorized pursuant to
this Article, the Contractor acknowledges and admits that the Owner
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 Owner that the Contractor shall pay to the Owner
as fixed and liquidated damages, and not as a penalty, the sum
specified in Section 005213, Agreement, Article III 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 thereof, and that the Owner may deduct said sums from any
monies due or that may become due to the Contractor.
2. This liquidated damages provision shall apply to all delays of any nature
whatsoever, save and except only unavoidable delays approved by the
Owner pursuant to the provisions of Article 2.38.C.2 hereinabove, or
discretionary time extensions approved by the Board of Supervisors
pursuant to the provisions of Article 2.38.F hereinabove.
H. EXTENSION OF TIME NOT A WAIVER
1. Any extension of contract time granted pursuant to this Article shall not
constitute a waiver by the Owner, nor a release of the Contractor, from
his/her obligations to perform the Work within the allotted contract time.
2. Granting of a time extension due to one (1) circumstance on one (1)
request therefore shall not constitute a granting by the Owner 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.
2.39 PROTECTION OF PERSONS AND PROPERTY
A. SAFETY PRECAUTIONS AND PROGRAMS
The Contractor shall be responsible for initiating, maintaining, and supervising
all safety precautions and programs in connection with the Work.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 51
B. SAFETY OF PERSONS AND PROPERTY
The Contractor shall take all reasonable precautions for the safety of, and shall
provide all reasonable protection to prevent damage, injury, or loss to:
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, and that is under the care, custody,
or control of the Contractor or any of the Contractor's Subcontractors
or Sub-subcontractors;
3. Other property at the 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 Owner or other separate contractors.
C. 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.
D. 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 owners and users of adjacent
facilities.
E. 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.
F. The Contractor shall promptly remedy all damage or loss to any property
referred to above caused in whole or in part by the Contractor, any
Subcontractor, any Sub-subcontractor, anyone directly or indirectly employed
by any of them, or anyone for whose acts any of them may be liable, and for
which the Contractor is responsible under the above noted clauses, except
damage or loss attributable solely to the acts or omissions of the Owner, the
Project Manager, or anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable, and not attributable in
any degree to the fault or negligence of the Contractor. The foregoing
obligations of the Contractor are in addition to the Contractor's obligations
under the Indemnification provisions provided herein.
G. The Contractor shall designate a responsible member of the Contractor's
organization at the site whose duty shall be the prevention of accidents. This
person shall be the Contractor's superintendent unless otherwise designated
by the Contractor in writing to the Owner and the Project Manager.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 52
H. The Contractor shall not load or permit any part of the Work to be loaded in a
manner that could endanger its safety or pose a risk to anyone working at the
Project site.
I. EMERGENCIES
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
the provisions herein for Changes in the Work.
2.40 INSURANCE
A. CONTRACTOR'S INSURANCE
1. 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 a contract and thereafter
fails to comply strictly with the insurance requirements, will be deemed to be in default
of its obligations.
2. Contractor shall procure and maintain for the duration of the Contract, and for three
(3) years thereafter, insurance against claims for injuries to persons or damages to
property which may arise from, or in connection with, the performance of the work
hereunder by the Contractor, his agents, representatives, employees, or
subcontractors. The cost of such insurance shall be included in the Contractor's bid.
3. No later than ten (10) calendar days following the Award of the Contract, and prior to
execution of the Agreement for Construction by the Owner, the Contractor shall submit
certificates of insurance, signed by an authorized agent of the insurer, attesting to
insurance coverage of the Contractor as required by this Article.
B. MINIMUM SCOPE AND LIMITS OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00
01 covering CGL on an "occurrence" basis, including products and completed
operations, property damage, bodily injury, and personal & advertising injury with
limits no less than five million dollars ($5,000,000) per occurrence and an annual
aggregate of ten million dollars ($10,000,000). If a general aggregate limit applies,
either the general aggregate limit shall apply separately to this project/location
(ISO CG 25 03 or 25 04) or the general aggregate limit shall be three times the
required occurrence limit.
2. Automobile Liability: Insurance Services Office (ISO) Form CA 0001 covering
Code 1 (any auto), with limits no less than five million dollars ($5,000,000) per
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 53
accident for bodily injury and property damage. Coverage should include owned
and non-owned vehicles used in connection with this Agreement and all applicable
endorsements. This requirement can be obtained through an umbrella policy.
3. Workers' Compensation insurance as required by the State of California, with
Statutory Limits, and Employers' Liability insurance with a limit of no less than one
million dollars ($1,000,000) per accident for bodily injury or disease.
4. If Contractor is a licensed professional or employs professional staff, (e.g.,
Architect, Engineer, Surveyor, etc.)in providing services, Professional Liability with
limits no less than one million dollars ($1,000,000) per occurrence or claim, and
three million dollars ($3,000,000) annual aggregate.
5. Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special
Perils) coverage form, with limits equal to the completed value of the project and
no coinsurance penalty provisions.
If Contractor maintains broader coverage and/or higher limits than the minimums shown
above, the Owner requires and shall be entitled to the broader coverage and/or the higher
limits maintained by the Contractor. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to the Owner.
Self-Insured Retentions
Self-insured retentions must be declared to and approved by the Owner. At the option of
the Owner, either: the Contractor shall obtain coverage to reduce or eliminate such self-
insured retentions as respects the Owner, its officers, officials, employees, and volunteers;
or the Contractor shall provide a financial guarantee satisfactory to the Owner
guaranteeing payment of losses and related investigations, claim administration, and
defense expenses. The policy language shall provide, or be endorsed to provide, that the
self-insured retention may be satisfied by either the named insured or Owner.
C. OTHER INSURANCE PROVISIONS
Contractor's insurance policies are to contain, or be endorsed to contain, the following
provisions:
1. The coverage shall contain no special limitations on the scope of protection
afforded to the Owner, its officers, officials, employees, or volunteers.
2. The County of Fresno, its officers, officials, employees, and volunteers are to be
named individually and collectively, as additional insureds on the CGL policy with
respect to liability arising out of work or operations performed by or on behalf of
the Contractor including materials, parts, or equipment furnished in connection with
such work or operations and automobiles owned, leased, hired, or borrowed by or
on behalf of the Contractor. The coverage shall contain no special limitations on
the scope of protection afforded to the Owner, its officers, officials, employees, or
volunteers.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 54
3. The insurer shall agree to waive all rights of subrogation against the Owner, its
officers, officials, employees, and volunteers for losses arising from work
performed by the Contractor for the Owner.
4. For any claims related to this project, the Contractor's insurance coverage shall be
primary insurance coverage at least as broad as ISO CG 20 01 04 13 as respects
the Owner, its officers, officials, employees, and volunteers. Any insurance or self-
insurance maintained by the Owner, its officers, officials, employees, or volunteers
shall be excess of the Contractor's insurance and shall not contribute with it.
5. Any failure to comply with reporting provisions of the policies shall not affect
Coverage provided to the Owner, its officers, officials, employees, agents,
Engineers, Consulting Engineers, or volunteers.
6. 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.
7. All Contractor's insurance policies for coverage required under this agreement
shall not be cancelled or changed, such as a reduction in coverage, without a
minimum of thirty (30) days advance written notice given to Owner. The 30-day
notice of cancellation applies to all reasons for cancellation, including cancellation
for non-payment of premiums.
8. The insurer shall agree to waive all rights of subrogation against the Owner, its
officers, officials, employees, and volunteers for losses arising from work
performed by the Contractor for the Owner.
9. The Builder's Risk (Course of Construction) policy shall be an "All Risk" (Special
Perils) coverage form, with limits equal to the completed value of the project and
no coinsurance penalty provisions.All subcontractors shall be insured to the extent
of their portion of the work under the Contractor. The Contractor shall request,
and is responsible to confirm with its insurer, that the County of Fresno and all
subcontractors are named, both as additional insured and as additional loss
payees, on the Builder's Risk insurance policy. The Contractor and all
subcontractors waive all rights, each against the others, for damages arising from
perils covered by the insurance required under the terms of this article, except
such rights as they may have to the proceeds of the Builder's Risk insurance
obtained and maintained by the Contractor.
D. ACCEPTABILITY OF INSURERS
Contractor shall obtain the policies and coverages specified herein from an admitted
insurer in good standing with and authorized to transact business in this state by the
California Department of Insurance, and having a Best's rating of no less than A FSC
Vill.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 55
E. SUBCONTRACTORS
Contractor shall include all Subcontractors as insured under its policies or shall furnish
separate certificates and endorsements for each Subcontractor.
F. EVIDENCE OF COVERAGE
Within ten (10) days of bid award, Contractor shall furnish the Owner with original
Certificates of Insurance including all required amendatory endorsements (or copies of the
applicable policy language effecting coverage required by this Article 2.40) and a copy of
the Declarations and Endorsement Page of the CGL policy listing all policy endorsements
to Owner. However, failure to obtain the required documents prior to the work beginning
shall not waive the Contractor's obligation to provide them. The Owner reserves the right
to require complete, certified copies of all required insurance policies, including
endorsements, required by these specifications, at any time.
Certificates of Insurance and Endorsements for all policies must be signed by a person
authorized by the insurer to bind coverage on its behalf, indicate the name and address
of the official who will administer this contract, state that such insurance coverages have
been obtained and are in full force and effect, and clearly indicate 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 Owner.
Commercial General Liability Endorsements must name the County of Fresno, its officers,
agents and employees, individually and collectively, as additional insured, but only insofar
as the operations under this Agreement are concerned; that such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance,
maintained by Owner, its officers, agents and employees, shall be excess only and not
contributing with insurance provided under Contractor's policies herein.
2.41 UNCOVERING WORK
A. This Section shall apply to any Work installed and covered up by the
Contractor that is required by the Building Code or other statutory or
regulatory requirement to undergo inspection or special inspection and/or
testing approval by an appropriate official representing the Owner or other
public authority having jurisdiction to conduct such inspection and/or testing.
Work covered up by the Contractor, Contractor's Subcontractors, or
Suppliers prior to inspection/special inspection and/or testing approval shall
be uncovered and repaired or replaced after inspection approval at the sole
expense of the Contractor. This shall apply to all labor and material needed
to complete both physical and cosmetic repairs, and any additional
inspection costs associated with restoring the Work.
B. This Section also shall apply to any Work installed and covered up by the
Contractor, Contractor's Subcontractors, or Suppliers that is determined by
the Owner or its Project Manager, during construction or within the Warranty
period, to be defective, broken, or inoperative. Work covered up by the
Contractor, Contractor's Subcontractors, or Suppliers that is found to be
defective, broken, or inoperative shall be uncovered and repaired or
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 56
replaced at the sole expense of the Contractor. This shall apply to all labor
and material needed to complete both physical and cosmetic repairs, and
any additional inspection costs associated with restoring the Work.
2.42 CORRECTION OF WORK
A. The Contractor shall promptly correct all Work rejected by the Project Manager
as defective or as failing to conform to the Contract Documents, whether or not
fabricated, installed, or completed. The Contractor shall submit a plan of
action, within twenty-four (24) hours of notification of the rejected work by the
Project Manager, for correcting the rejected work. The Contractor shall bear all
costs of correcting such rejected Work, including compensation for the
additional architectural and/or engineering services made necessary thereby.
B. If, within 365 Calendar Days after the date of acceptance of the Work as
specified in the Notice of Completion, or designated portion thereof, or within
365 Calendar Days after acceptance by the Owner 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, any of the
Work is found by Owner 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 Owner to do so, unless the Owner has previously given the
Contractor a written acceptance of such condition. This obligation shall survive
both final payment for the Work or designated portion thereof and termination
of the Contract. The Owner shall give such notice promptly after discovery of
the condition.
C. The Contractor shall, at his/her sole expense, remove from the site all portions
of the Work that are defective or nonconforming and which have not been
corrected under Articles 2.32, 2.42.A, and 2.42.13, unless the Owner waives
removal.
D. If the Contractor fails to submit a plan of action, within twenty-four (24) hours
of notification of the rejected work by the Project Manager, for correcting the
rejected work, or fails to correct defective or nonconforming Work as provided
herein in Articles 2.32, 2.42.A, and 2.42.B, the Owner may correct it in
accordance with Article 2.08.C.
E. If the Contractor does not take action under the plan to initiate such correction
of such defective or nonconforming Work within ten (10) days of written notice
from the Project Manager, the Owner may remove it and may store the
materials or equipment at the expense of the Contractor. If the Contractor does
not pay the cost of such removal and storage within ten (10) days thereafter,
the Owner may, upon ten (10) additional days' written notice, sell such Work
at auction or at private sale and shall account for the proceeds thereof, after
deducting all the costs that should have been borne by the Contractor,
including compensation for the Project Manager, Architect, or other
Professional's additional services made necessary thereby. If such proceeds
of sale do not cover all costs that the Contractor should have borne, the
difference shall be charged to the Contractor and an appropriate Supplemental
Work Order shall be issued. If the payments then or thereafter due the
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 57
Contractor are not sufficient to cover such amount, the Contractor shall pay the
difference to the Owner.
F. The Contractor shall bear the cost of making good all work of the Owner or
separate contractors destroyed or damaged by such correction or removal.
G. Nothing contained in this Section 2.42 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 Section 2.32 hereof. The
establishment of the time periods noted in this Section 2.42, 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 defective or nonconforming 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
defective or nonconforming Work.
2.43 ACCEPTANCE OF DEFECTIVE OR NONCONFORMING WORK
If the Owner prefers to accept defective or nonconforming Work, the Owner may do
so instead of requiring its removal and correction, in which case a Contract Change
Order will be issued to reflect a reduction in the Contract Sum where appropriate and
equitable. Such adjustment shall be given effect whether or not final payment has
been made. The Project Manager shall determine the amount of reduction in the
Contract Sum.
2.44 TERMINATION BY THE OWNER
A. 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 Owner, 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 applicable laws, ordinances, rules,
regulations, or orders of 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,
neglect, or violation with diligence and promptness, the Owner upon
certification by the Project Manager that sufficient cause exists to justify such
action, may, after an additional written notice and without prejudice to any other
remedy the Owner may have, terminate the Contract and take possession of
all materials, equipment,tools, construction equipment, and machinery thereon
owned by the Contractor and may finish the Work by whatever methods the
Owner may deem expedient. In such case, the Contractor shall not be entitled
to receive any further payment until the Work is finished.
B. If the unpaid balance of the Contract Sum exceeds the costs of finishing the
Work, including compensation for the Project Manager's and Architect's
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 58
additional services made necessary thereby, Contractor will only be paid for
his/her actual unpaid costs from such excess. If such costs exceed the unpaid
balance, the contractor shall pay the difference to the Owner. The amount to
be paid to the Contractor or to the Owner, as the case may be, shall be certified
by the Project Manager, upon application, in the manner provided in Section
2.24 and this obligation for payment shall survive the termination of the
Contract.
2.45 SUBSTITUTION OF MATERIALS
A. When a specific manufacturer, trade name, or material is specified, or
indicated, it is to establish a standard of quality and shall not be construed as
limiting competition. The intent of the Contract Documents is to specify high-
grade standard material and equipment, and it is not the intent of these
Contract Documents to exclude or omit the products of any responsible
manufacturer, if such products are equally acceptable in terms of quality,finish,
performance, durability, and serviceability, in the judgment of the Owner and
the Architect, to those specified herein. Wherever an article, or any class of
materials, is specified by the trade name or by the name of any particular
patentee, manufacturer, or dealer, it shall be taken as intending to mean and
specify the article of material described or any other equal thereto in quality,
finish, performance, durability, and serviceability, in the judgment of the Owner
and the Architect, for the purpose for which it is or they are intended.
B. If the Contractor desires to use material or equipment other than that specified,
he/she shall submit a request for approval of such substitution, in writing, to
DesignServices(a)-fresnocountyca.gov by no later than ten (10)days prior to bid
opening. Substitution requests will not be considered if received after the time
stipulated.
C. The Owner does not guarantee that alternative articles, components,
materials, or equipment other than the item specified by trade name or other
specific identification, will fit within the design parameters of the Project without
alteration of the Project design by the Contractor.
D. The Owner has the right to reject any proposed alternative material which
requires alteration of the project design which impacts the safety of the public
or the user of a completed facility. If the proposed alternative material requires
alteration of the design of the Project or any aspect thereof, and said alterations
are acceptable to the Owner,the Contractor shall be responsible for performing
said alterations at no additional cost to the Owner.
E. Submittals for approval of substitute materials shall contain sufficient detailed
information, descriptive brochures, drawings, samples, or other data as is
necessary to provide a detailed side-by-side comparison to the specified
materials. It is the sole responsibility of the Contractor to submit complete
descriptive and technical information so the Project Manager can make proper
appraisal. Lack of either proper or sufficient information shall constitute cause
for rejection. Reference to product data will not be acceptable.
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 59
F. It is the Contractor's responsibility to confirm and correlate all quantities and
dimensions, and coordinate with all trades whose work may be affected by the
requested substitution.
2.46 REFERENCE TO STANDARDS
A. Reference to known standards shall mean and intend the latest edition or
amendment published prior to date of these Specifications, unless specifically
indicated otherwise, and to such portions of it that relate and apply directly to
the material or installation called for on the Project.
C. Where material is specified solely by reference to standard specifications, the
Contractor shall, if requested by the Project Manager, submit to the Project
Manager for his/her 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.
2.47 SPECIFICATIONS
A. The Specifications are organized into Divisions, Sections, and Trade headings
based on the Construction Specifications Institute's Master format and the
Master format numbering system. This organization shall not control the
Contractor in dividing the Work among Subcontractors or in establishing the
extent of the Work to be performed by any trade. The Contractor shall be
responsible for examining all Sections of the Specifications for interrelated
items of the Work, and for furnishing each item identified or specified.
B. No responsibility will be assumed by the Owner, Architect, or the Project
Manager for omissions or duplications by the Contractor in the completion of
the Contract due to any alleged discrepancy in the arrangement of the material
in these Specifications, nor shall any such segregation of work and materials
operate to make the Project Manager an arbiter in defining the limits to the
agreements between the Contractor and his/her Subcontractors or suppliers.
C. The misplacement, addition, or omission of any letter, word, or punctuation
mark shall in no way damage the true spirit, intent, or meaning of these
Specifications.
D. The words "shown", "indicated", "noted", "scheduled" or words of that effect
shall be understood to mean that reference is made to Drawings
accompanying these Specifications.
E. Where reference herein is made to colors or finishes "as selected", the
reference is to the Architect with concurrence by the Owner.
2.48 APPROVED APPLICATORS
A. Where specific instructions in these Specifications require that a particular
product and/or materials be installed and/or applied by an "approved
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 60
applicator" of the manufacturer, it shall be the Contractor's responsibility to
ensure that any Subcontractors used for such work be approved applicators.
B. Contractor accordingly shall bear any and all costs, and shall reimburse Owner
for any such costs incurred by Owner, resulting from Contractor's failure to
insure the use of an "approved applicator".
2.49 DELIVERY AND STORAGE OF MATERIALS
A. Deliver all manufactured materials in the original packages, containers, or
bundles (with the seals intact), bearing the name or identification mark of all
manufacturers.
B. 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.
C. Store all materials in such manner as necessary to properly protect same from
damage, as materials or equipment damaged by handling, weather, dirt or from
any other cause will not be acceptable.
D. Store materials so as to cause no obstructions (i.e. stored off all sidewalks and
other walkways, roadways, and underground services). The Contractor shall
be responsible for protecting from damage all material and equipment
furnished under the Contract.
2.50 QUALITY OF WORK
A. Where not more specifically described in any of the various Sections of these
Specifications, the quality of work 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 of the work (including any finish),
and for successful operation as intended of the Project and the component
thereof corresponding to that work.
B. All Work shall be executed by mechanics skilled in their respective lines of
work.
C. When completed, all parts shall have been durably and substantially built and
shall present a neat, finished appearance.
2.51 HOURS OF WORK
A. 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 Sections 1810-1815 inclusive, of the Labor Code of the State of
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 61
California, all the provisions of which are deemed to be incorporated herein as
if set forth in full; and it is further expressly stipulated that for each and every
violation of said last named stipulation, said Contractor shall forfeit, as a
penalty to the Owner, fifty dollars ($50.00) 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 any of said provisions of the Labor Code.
B. Notwithstanding the above stipulations, 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 (1) week shall be permitted on the Project upon
compensation for all hours worked in excess of eight (8) hours per day at not less
than one and a half(1 1/2) times the basic rate of pay.
2.52 WAGE RATES AND RELATED LABOR COMPLIANCE REQUIREMENTS
A. This Project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations (DIR), including the obligation to submit
certified payroll records directly to the DIR Compliance Monitoring Unit (CMU)
at least monthly using the CMU's eCPR system. Detailed information may be
obtained on the State of California's Department of Industrial Relations
website, www.dir.ca.gov/dlse/cmu/CMU.
The Contractor shall also submit certified payroll records of the Contractor,
Subcontractors, and all Sub-subcontractors of any tier to the Inspector of
Record at least monthly.
B. Contractor shall, and shall cause each of its Subcontractors (as defined in
Labor Code section 1722.1) to provide written proof that they are currently
registered with the California Department of Industrial Relations at the time of
bid submittal, and have paid the applicable annual fee and are thereby qualified
to submit a bid and to perform public work pursuant to Labor Code section
1725.5, prior to award of this Contract or any subcontract hereunder. No bid
shall be accepted, nor shall this Contract or any subcontract hereunder, be
entered into without such proof.
C. Pursuant to Section 1770-1780 of the Labor Code of the State of California,
the Director of the Department of Industrial Relations has determined the
general prevailing rates of wages and rates for legal holidays and overtime in
the locality in which this work is to be performed, which under Labor Code
Section 1773.1 are deemed to include employer payments for health and
welfare, pension, vacation, travel time, and subsistence pay, and
apprenticeship or other authorized training programs, for each craft or type of
worker or mechanic needed to perform this contract. Said wage rates are
available only at the Fresno County Department of Public Works and Planning,
Design Division, and will be made available to any interested person upon
request. Minimum wage rates for this Project, as predetermined by the
Secretary of Labor, are set forth in the Special Provisions. If there is a
difference between the minimum wage rates predetermined by the Secretary
of Labor and the Prevailing Wage Rates predetermined by the Director of the
Department of Industrial Relations of the State of California for similar
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 62
classifications of labor, the contractor and his subcontractors shall pay not less
than the higher wage rate.
D. It shall be mandatory upon the Contractor to whom the Contract is awarded,
and upon any Subcontractor under him/her, to pay not less than the said
specified rates to all laborers, workers, 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. The Contractor to whom the Contract is
awarded shall post a copy of the determination of prevailing wages at the job
site. The Contractor shall require all Subcontractors to comply with Sections
1770-1780 of the Labor Code of the State of California and shall insert into
every subcontract the requirements contained therein.
E. The Contractor shall comply with Labor Code Section 1775. In accordance
with said Section 1775, it is hereby further agreed that the Contractor shall
forfeit to the Owner, as a penalty, fifty dollars ($50.00)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
him/her, or by any Subcontractor under him/her. 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 by
him/her in connection with the public work. The records shall be open at all
reasonable hours to the inspection of the Owner, to its officers and agents, and
to the Division of Labor Law Enforcement of the State Department of Industrial
Relations, its deputies and agents, or as otherwise provided by applicable law
(including but not limited to Labor Code 1776).
F. 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 Owner, who 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.
2.53 APPLICATION OF HIGHEST STANDARDS AND REQUIREMENTS
Whenever two (2) or more standards or requirements appear in these General
Conditions or in any other part of the Contract Documents that form the Contract, the
highest standard or requirement shall be applied and followed in the performance
under this Contract.
2.54 NONDISCRIMINATION IN EMPLOYMENT
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 63
Contractor shall comply with all Federal and State Laws prohibiting discrimination in
employment, including the following:
A. California Labor Code Section 1735, which prohibits discrimination in
employment on any basis listed in subdivision (a) of Section 12940 of the
Government Code, as those bases are defined in Sections 12926 and 12926.1
of the Government Code, except as otherwise provided in Section 12940 of
the Government Code, and applies to all employers, employment agencies and
labor organizations.
B. Title VII of the Federal 1964 Civil Rights Act (42 U.S.C. Section
2000e - 2000e - 17)which prohibits employment discrimination on the basis of
race, color, sex, religion, or national origin, and applies to all employers that
employ at least fifteen (15)workers during each working day in each of twenty
(20) or more calendar weeks in the current or preceding year.
C. In addition to these two (2) laws of general application listed in the immediately
preceding paragraphs A and B, there are other Federal and State laws that
prohibit employment discrimination in particular cases.
D. The Owner is an Affirmative Action Employer and expects all of its contractors
and suppliers to familiarize themselves with, and comply with, all applicable
laws relating to employment discrimination.
E. 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
10115 et seq. and all applicable regulations. Contractor further agrees that,
when required, Contractor shall ensure compliance by all Subcontractors and
shall complete all forms required by all agencies exercising jurisdiction over
the Project.
2.55 APPRENTICES
A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California,
the Director of the Department of Industrial Relations has determined the
general prevailing rate of wages in the locality for each craft or type of worker
needed to execute the work. Said wage rates pursuant to Section 1773.2 of
the Labor Code are on file with the Clerk of the Fresno County Board of
Supervisors, and will be made available to any interested person on request.
A copy of this wage scale may also be obtained at the following Web Site:
https://www.dir.ca.pov/OPRU.
B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing
in this Article shall prevent the employment of properly registered apprentices
upon public works. Every such apprentice shall be paid the standard wage paid
to apprentices under the regulations of the craft or trade at which he/she is
employed, and shall be employed only at the work of the craft or trade to which
he/she is registered.
C. Only apprentices, as defined in Section 3077, who are in training under
apprenticeship standards and written apprentice agreements under Chapter 4
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 64
(commencing at Section 3070), Division 3, of the Labor Code, are eligible to
be employed on public works. The employment and training of each apprentice
shall be in accordance with the provisions of the apprenticeship standards and
apprentice agreements under which he/she is training.
2.56 PROVISIONS REQUIRED BY LAW DEEMED INSERTED
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.
2.57 DRUG-FREE WORKPLACE CERTIFICATION
A. The Contractor shall comply with Government Code Section 8355 in matters
relating to providing a drug-free workplace.
B. 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).
C. The Contractor shall establish a Drug-Free Awareness Program as required
by Government Code 8355(a)(2), to inform employees about all of the
following:
1. The dangers of drug abuse in the workplace,
2. The Contractor's policy for 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.
D. Provide as required by Government Code 8355(c), that everyone who provides
work under the Agreement:
1. Will receive a copy of the company's drug-free policy statement, and
2. Will agree to abide by the terms of the Contractor's statement as a
condition of employment on the contract.
2.58 BUILDING PERMIT AND OTHER PERMITS
The Building permit shall be obtained and paid for by the Owner. All other required
permits are the responsibility of the Contractor to obtain. Fees for all other required
CONTRACT# 24-S-03
PROBATION TENANT IMPROVEMENT GENERAL CONDITIONS
CLOVIS, CA SECTION 007200 - 65
permits shall be reimbursed to the Contractor at actual cost when the County is
presented with a valid receipt.
2.59 CODES AND REGULATIONS
All work, materials, and equipment shall be in full compliance with the California
Building Code; California Plumbing Code; California Electrical Code; California
Mechanical Code; California Fire Code; California Energy Code; as those codes may
be amended from time to time; Cal/OSHA Safety Regulations; and all Federal, State,
and Local laws, ordinances, regulations and Fresno County Charter provisions in
effect and applicable in the performance of the work.
END OF SECTION
CONTRACT # 24-S-03
Table of Contents
CONTRACT#24-S-03
Specifications for Tenant Improvement Pontiac
RW No. 2024_03 Tenant Improvement- Pontiac
SECTION NUMBER SECTION TITLE
DIVISION 2 -Existing Conditions
024119 1 1 Selective Demolition
DIVISION 3- CONCRETE
0335431 1 Polished Concrete Finishing
DIVISION 5 - METALS
055213 Pipe And Tube Railings
DIVISION 6-WOOD,PLASTICS,AND COMPOSITES
064116 1 1 Plastic-Laminate-Faced Architectural Cabinets
DIVISION 08-OPENING
081113 1 1 Hollow Metal Doors and Frames
0856671 Bullet-Resistant Steel Transaction Windows
DIVISION 09- FINISHES
095113 Acoustical Panel Ceilings
099123 Interior Painting
DIVISION 10- SPECIALTIES
102126 Water-Proof Wall Panel System
102800 Toilet Accessories
DIVISION 31 -EARTHWORK
311000 1 1 Site Clearing
DIVISION 32 - EXTERIOR IMPROVEMENTS
321216 Asphalt Paving
321313 Cement Concrete Paving
321713 Parking Bumpers
321723 Pavement Markings
323119 Decorative Metal Fences And Gates
TABLE OF CONTENTS
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 024119 - SELECTIVE DEMOLITION
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. Demolition and removal of selected portions of building or structure.
2. Demolition and removal of selected site elements.
3. Salvage of existing items to be reused or recycled.
1.2 DEFINITIONS
A. Remove: Detach items from existing construction and legally dispose of them off-site unless
indicated to be removed and salvaged or removed and reinstalled.
B. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall
where indicated.
C. Existing to Remain: Existing items of construction that are not to be permanently removed and that
are not otherwise indicated to be removed,removed,and salvaged,or removed and reinstalled.
1.3 FIELD CONDITIONS
A. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with
selective demolition.
B. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work.
1. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect
and Owner. Hazardous materials will be removed by Owner under a separate contract.
C. Utility Service: Maintain existing utilities indicated to remain in service and protect them against
damage during selective demolition operations.
1. Maintain fire-protection facilities in service during selective demolition operations.
1.4 WARRANTY
A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged
during selective demolition,by methods and with materials so as not to void existing warranties.
SELECTIVE DEMOLITION 024119 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
PART 2 -PRODUCTS
2.1 PEFORMANCE REQUIREMENTS
A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning
selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.
B. Standards: Comply with ANSFASSE A10.6 and NFPA 241.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify that utilities have been disconnected and capped before starting selective demolition
operations.
B. Survey existing conditions and correlate with requirements indicated to determine extent of selective
demolition required.
C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function
or design are encountered, investigate, and measure the nature and extent of conflict. Promptly
submit a written report to Architect.
D. Perform an engineering survey of condition of building to determine whether removing any element
might result in structural deficiency or unplanned collapse of any portion of structure or adjacent
structures during selective building demolition operations.
3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS
A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect
them against damage.
B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect,
and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be
selectively demolished.
1. Arrange to shut off indicated utilities with utility companies.
2. If services/systems are required to be removed, relocated, or abandoned, provide temporary
services/systems that bypass area of selective demolition and that maintain continuity of
services/systems to other parts of building.
3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems,
equipment,and components indicated to be removed.
a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or
plug remaining piping with same or compatible piping material.
b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or
compatible piping material.
SELECTIVE DEMOLITION 024119 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
C. Equipment to Be Removed: Disconnect and cap services and remove equipment.
d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove,
clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment
operational.
e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove
equipment and deliver to Owner.
f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug
remaining ducts with same or compatible ductwork material.
g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork
material.
3.3 PREPARATION
A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to
ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and
used facilities.
B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to
people and damage to adjacent buildings and facilities to remain.
C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to
preserve stability and prevent movement, settlement, or collapse of construction and finishes to
remain, and to prevent unexpected or uncontrolled movement or collapse of construction being
demolished.
3.4 SELECTIVE DEMOLITION, GENERAL
A. General: Demolish and remove existing construction only to the extent required by new construction
and as indicated. Use methods required to complete the Work within limitations of governing
regulations and as follows:
1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting
methods least likely to damage construction to remain or adjoining construction. Use hand
tools or small power tools designed for sawing or grinding, not hammering and chopping, to
minimize disturbance of adjacent surfaces. Temporarily cover openings to remain.
2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing
finished surfaces.
3. Do not use cutting torches until work area is cleared of flammable materials. At concealed
spaces, such as duct and pipe interiors, verify condition and contents of hidden space before
starting flame-cutting operations. Maintain portable fire-suppression devices during flame-
cutting operations.
4. Locate selective demolition equipment and remove debris and materials so as not to impose
excessive loads on supporting walls, floors,or framing.
5. Dispose of demolished items and materials promptly.
B. Reuse of Building Elements: Project has been designed to result in end-of-Project rates for reuse of
building elements as follows. Do not demolish building elements beyond what is indicated on
Drawings without Architect's approval.
SELECTIVE DEMOLITION 024119 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
C. Removed and Salvaged Items:
1. Clean salvaged items.
2. Pack or crate items after cleaning. Identify contents of containers.
3. Store items in a secure area until delivery to Owner.
4. Transport items to Owner's storage area designated by Owner.
5. Protect items from damage during transport and storage.
D. Removed and Reinstalled Items:
1. Clean and repair items to functional condition adequate for intended reuse.
2. Pack or crate items after cleaning and repairing. Identify contents of containers.
3. Protect items from damage during transport and storage.
4. Reinstall items in locations indicated. Comply with installation requirements for new materials
and equipment. Provide connections, supports, and miscellaneous materials necessary to make
item functional for use indicated.
E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during
selective demolition. When permitted by Architect, items may be removed to a suitable, protected
storage location during selective demolition and cleaned and reinstalled in their original locations
after selective demolition operations are complete.
3.5 DISPOSAL OF DEMOLISHED MATERIALS
A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or
otherwise indicated to remain Owner's property, remove demolished materials from Project site and
legally dispose of them in an EPA-approved landfill.
1. Do not allow demolished materials to accumulate on-site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and
areas.
3. Remove debris from elevated portions of building by chute, hoist, or other device that will
convey debris to grade level in a controlled descent.
B. Burning: Do not burn demolished materials.
C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.
3.6 CLEANING
A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition
operations. Return adjacent areas to condition existing before selective demolition operations began.
END OF SECTION 024119
SELECTIVE DEMOLITION 024119 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 033543 -POLISHED CONCRETE FINISHING
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes polished concrete finishing,including staining and scoring.
1. Concrete for polished concrete, including formwork, reinforcement, concrete materials,
mixture design, placement procedures, initial finishing, and curing is specified in
Section 033000 "Cast-in-Place Concrete."
1.3 DEFINITIONS
A. Concrete Polishing - The process of utilizing industrial diamonds to grind and polish a concrete
surface with the application of an impregnating hardeners and sealers that will densify, polish
and seal the floor.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Polishing Schedule: Submit plan showing polished concrete surfaces and schedule of polishing
operations for each area of polished concrete before start of polishing operations. Include
locations of all joints, including construction joints.
C. Samples for Initial Selection: For each type of product requiring color selection.
D. Samples for Verification: For each type of exposed color.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer.
B. Material Certificates: For each of the following, signed by manufacturers:
1. Stain materials.
2. Liquid floor treatments.
1.6 QUALITY ASSURANCE
1.7 Installer Qualifications: A firm experienced in performing polished concrete finishing similar in
material, design, and extent to that indicated for this Project, whose work has resulted in
POLISHED CONCRETE FINISHING 033543 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
applications with a record of successful in-service performance, and that employs workers trained
by manufacturer.
A. Source Limitations for Polished Concrete Finishing Materials: Obtain concrete floor liquid
treatment products of one manufacturer with resources to provide products of consistent quality in
physical properties and resulting appearance.
B. Field Sample Panels: After approval of verification sample and before casting concrete, produce
field sample panels to demonstrate the approved range of selections made under Sample
submittals. Produce a minimum of three sets of full-scale panels, approximately 48 by 48 inches
minimum,to demonstrate the expected range of finish,color, and appearance variations.
1. Locate panels as indicated or, if not indicated, as directed by Architect.
2. Maintain field sample panels during construction in an undisturbed condition as a standard
for judging the completed Work.
3. Demolish and remove field sample panels when directed.
1.8 FIELD CONDITIONS
A. Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other
construction activities.
PART 2 -PRODUCTS
2.1 STAIN MATERIALS
A. Penetrating Acetone Stain: Prepackaged blends of concentrated powdered metallic pigments
formulated specifically for dilution with acetone.
1. Basis-of-Design Product: Subject to compliance with requirements, provide Euclid
Chemical Company (The); an RPM company; INCRETE VIBRA-STAIN SB or a
comparable product by one of the following:
a. Bomat Products, Inc.
b. QC Construction Products.
C. Scofield,L. M. Company.
2.2 LIQUID FLOOR TREATMENTS
A. Penetrating Liquid Floor Treatments for Polished Concrete Finish: Clear, waterborne solution of
inorganic silicate or siliconate materials and proprietary components; odorless; that penetrates,
hardens, and is suitable for polished concrete surfaces.
1. Basis-of-Design Product: Subject to compliance with requirements, provide Euclid
Chemical Company (The); an RPM company; PRO-POLISH DENSIFIER or a
comparable product by one of the following:
POLISHED CONCRETE FINISHING 033543 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
a. Bomat Products,Inc.
b. L&M Construction Chemicals,Inc.
C. ARDEX Americas; PC 50 Lithium Densifier
2.3 RELATED MATERIALST
A. Joint Sealants: Provide joint sealants, backings, and other related materials that are compatible
with one another and with joint substrates under conditions of service and application, as
demonstrated by joint-sealant manufacturer,based on testing and field experience.
B. Joint Sealant: Single-Component Polyurethane: Provide the following:
1. Urethane, S, NS, 35, T, NT: Single-component, non-sag, plus 35 percent and minus 35
percent movement capability, nontraffic-use, urethane joint sealant; ASTM C 920, Type S,
Grade NS, Class 35,Uses NT,M,A, and O.
a. Basis-of-Design Product: Subject to compliance with requirements, provide Euclid
Chemical Company_(The), an RPM company; EUCOLASTIC INS or a comparable
product by one of the following:
1) Bomat Products,Inc.
2) LymTal International Inc.
2. Urethane, S, P, 50, T, NT: Single-component, pourable, plus 50 percent and minus 50
percent movement capability, traffic-use, urethane joint sealant; ASTM C 920, Type S,
Grade NS, Class 50,Uses T,M,A, and O.
a. Basis-of-Design Product: Subject to compliance with requirements, provide Euclid
Chemical Company_(The); an RPM company; EUCOLASTIC 1 SL or a comparable
product by one of the following:
1) Bomat Products,Inc.
2) LymTal International Inc.
C. Semirigid Polyurea Joint Filler: Two-component, semirigid, 100 percent solids, aromatic polyurea
with a Type A shore durometer hardness range of 64 to 68 according to ASTM D 2240, and
meeting requirements of ACI 302.
1. Basis-of-Design Product: Subject to compliance with requirements, provide Euclid
Chemical Company (The); an RPM company; EUCO QWIKJOINT UVR 65 or a
comparable product by one of the following:
a. Bomat Products, Inc.
b. MAPEI Corporation.
POLISHED CONCRETE FINISHING 033543 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
PART 3 -EXECUTION
3.1 PREPARATION
A. Surface Preparation And Cleaning :
1. Utilizing non-powered, hand-held tools and only mild cleaning chemicals that will not
damage or mar concrete surface, remove remaining saw cut residue, form glue, texture
overspray,paint drippings, and other built-up material on the floor surface.
2. Power-sweep floor area with dust-free equipment.
3. Treat oil spots with oil emulsifier and oil absorbent materials to remove oils from below
concrete surface. Scrub oil spot areas and remove liquids with vacuum.
4. Scrub floor with automatic scrubber capable of a minimum of 80 pounds head pressure,
each head to be equipped with cleaning combo or light grit brushes and a neutral pH
cleaning detergent that is compatible with the liquid densifier/sealer. Remove liquid as
floor is scrubbed. Scrub floor a second and final time with clean water only and remove
liquid as floor is scrubbed. Allow slab to air dry.
B. Prior to commencement of polished concrete finishing, test floors to receive polished concrete
finishing for moisture vapor emission in accordance with ASTM F 1869"Standard Test Method
for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium
Chloride"". Rate shall not exceed 5 lbs. per 1,000 square feet in 24 hours prior to commencement.
3.2 POLISHING
A. Polishing Process Timing: Allow concrete floor slab to cure minimum of 28 days prior to
commencing polished concrete finishing.
B. Polish: Level 3: High sheen, 1500 grit.
C. Apply polished concrete finish system to cured and prepared slabs to match accepted mockup.
1. Machine grind floor surfaces to receive polished finishes level and smooth and to depth
required to reveal aggregate to match approved mockup.
2. Once concrete has been polished to 400 grit resin tooling level or equivalent, mix and spray
apply one coat of specified penetrating acetone stain in accordance with manufacturer's
written instructions. Scrub floor surface to remove excess residual pigment and allow
adequate drying time before applying liquid densifier sealer.
3. Continue polishing with progressively finer-grit diamond polishing pads to gloss level, to
match approved mockup.
4. Control and dispose of waste products produced by grinding and polishing operations.
5. Neutralize and clean polished floor surfaces.
3.3 JOINT FILLING
A. Prepare,clean, and install joint filler according to manufacturer's written instructions.
POLISHED CONCRETE FINISHING 033543 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1. Defer joint filling until concrete has aged at least six months. Do not fill joints until
construction traffic has permanently ceased.
A. Remove dirt, debris, saw cuttings, laitance, curing compounds, sealers and other foreign materials
from. Leave contact faces of joints clean and dry.
1. Clean inner joint walls mechanically using dustless dry-cut saw, or similar tool, to the full
depth of saw cuts and 2 inch minimum depth in construction joints so as to remove any
form release agents, curing compounds, sealer residues, and other surface contaminations
that may interfere with bond of the specified joint filler material. Then clean dust and debris
from mechanically prepared joints by vacuuming joint.
B. Install semirigid joint filler full depth in saw-cut joints and at least 2 inches (50 mm.) deep in
formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. Concave
joints are not acceptable.
1. Mix and install sealant and filler in accordance with manufacturer's recommendations.
2. Use primer if recommended for specific application.
3. Install semirigid joint filler full depth in saw-cut joints.
a. Construction Joints Through Slab
4. Fill joint with dry-bagged silica sand to within 2 inches of slab surface.
a. Insert compressible backer rod to a minimum depth of 2 inches below slab surface.
C. Overfill joint and trim joint filler flush with top of joint after hardening.
3.4 REPAIRS,PROTECTION,AND CLEANING
A. Repair damaged finished surfaces of polished cast-in-place architectural concrete when approved
by Architect. Match repairs to color, texture, and uniformity of surrounding surfaces and to
repairs on approved mockups.
1. Remove and replace polished cast-in-place architectural concrete that cannot be repaired to
Architect's approval.
B. Protect polished cast-in-place architectural concrete from staining, laitance, and contamination
during remainder of construction period.
C. Protect surfaces of polished cast-in-place architectural concrete from contamination by oil, grease,
hydraulic fluid,paint, adhesives, flux, and other contaminants.
1. Diaper all hydraulic powered equipment to avoid staining of concrete.
2. Do not park vehicles on colored floor.
3. Do not perform pipe cutting on colored floor.
4. Do not store metals subject to oxidation on colored floor.
5. Inform all trades that concrete slab is a finished surface and must be protected.
POLISHED CONCRETE FINISHING 033543 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
END OF SECTION 033543
POLISHED CONCRETE FINISHING 033543 - 6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 055213 -PIPE AND TUBE RAILINGS
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. Steel pipe railings.
B. See Section 055100 "Metal Stairs" for steel tube railings associated with metal stairs.
1.2 PERFORMANCE REQUIREMENTS
A. Delegated Design: Design railings, including comprehensive engineering analysis by a
qualified professional engineer,using performance requirements and design criteria indicated.
B. Structural Performance: Railings shall withstand the effects of gravity loads and the following
loads and stresses within limits and under conditions indicated:
1. Handrails and Top Rails of Guards:
a. Uniform load of 50 lbf/ft. (0.73 kN/m)applied in any direction.
b. Concentrated load of 200 lbf(0.89 kN)applied in any direction.
C. Uniform and concentrated loads need not be assumed to act concurrently.
2. Infill of Guards:
a. Concentrated load of 50 lbf(0.22 kN) applied horizontally on an area of 1 sq. ft.
(0.093 sq. m).
b. Infill load and other loads need not be assumed to act concurrently.
C. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals
and other materials from direct contact with incompatible materials.
1.3 ACTION SUBMITTALS
A. Product Data: For the following:
1. Manufacturer's product lines of mechanically connected railings.
2. Railing brackets.
3. Grout, anchoring cement, and paint products.
B. Shop Drawings: Include plans, elevations, sections, details,and attachments to other work.
C. Samples: For each type of exposed finish required.
PIPE AND TUBE RAILINGS 055213 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
D. Delegated-Design Submittal: For installed products indicated to comply with performance
requirements and design criteria, including analysis data signed and sealed by the qualified
professional engineer responsible for their preparation.
1.4 INFORMATIONAL SUBMITTALS
A. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified
testing agency, according to ASTM E 894 and ASTM E 935.
PART2 -PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, [provide products by one of the
following] [available manufacturers offering products that may be incorporated into the
Work include,but are not limited to,the following]:
I. Steel Pipe and Tube Railings:
a. Pisor Industries,Inc.
b. Wainer, R&B, Inc.; a division of the Wagner Companies.
2.2 METALS, GENERAL
A. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as
supported rails unless otherwise indicated.
2.3 STEEL AND IRON
A. Tubing: ASTM A 500 (cold formed) or ASTM A 513.
B. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight(Schedule 40), unless
another grade and weight are required by structural loads.
C. Plates, Shapes, and Bars: ASTM A 36/A 36M.
2.4 MISCELLANEOUS MATERIALS
A. Fasteners: Provide the following:
1. Hot-Dip Galvanized Railings: Type 304 stainless-steel or hot-dip zinc-coated steel
fasteners complying with ASTM A 153/A 153M or ASTM F 2329 for zinc coating.
B. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors capable
of sustaining, without failure, a load equal to six times the load imposed when installed in unit
PIPE AND TUBE RAILINGS 055213 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
masonry and four times the load imposed when installed in concrete, as determined by testing
according to ASTM E 488,conducted by a qualified independent testing agency.
C. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy
welded.
D. Etching Cleaner for Galvanized Metal: Complying with MPI#25.
E. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer
complying with MPI#79 and compatible with topcoat.
2.5 FABRICATION
A. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of
approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed
surfaces.
B. Form work true to line and level with accurate angles and surfaces.
C. Welded Connections: Cope components at connections to provide close fit, or use fittings
designed for this purpose. Weld all around at connections,including at fittings.
1. Use materials and methods that minimize distortion and develop strength and corrosion
resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove flux immediately.
4. At exposed connections, finish exposed surfaces smooth and blended so no roughness
shows after finishing and welded surface matches contours of adjoining surfaces.
D. Bend members in jigs to produce uniform curvature without buckling or otherwise deforming
exposed surfaces.
E. Close exposed ends of railing members with prefabricated end fittings.
F. Provide wall returns at ends of wall-mounted handrails unless otherwise indicated.
G. Brackets,Flanges,Fittings, and Anchors: Provide wall brackets, flanges,miscellaneous fittings,
and anchors to interconnect railing members to other work unless otherwise indicated.
1. At brackets and fittings fastened to plaster or gypsum board partitions, provide crush-
resistant fillers to transfer loads through wall finishes.
2.6 STEEL AND IRON FINISHES
A. Galvanized Railings:
1. Hot-dip galvanize steel and iron railings, including hardware, after fabrication.
2. Comply with ASTM A 123/A 123M for hot-dip galvanized railings.
PIPE AND TUBE RAILINGS 055213 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3. Comply with ASTM A 153/A 153M for hot-dip galvanized hardware.
B. Preparing Galvanized Railings for Shop Priming: After galvanizing, thoroughly clean railings
of grease, dirt, oil, flux,and other foreign matter, and treat with etching cleaner.
C. Primer Application: Apply shop primer to prepared surfaces of railings unless otherwise
indicated. Comply with requirements in SSPC-PA 1, "Paint Application Specification No. 1:
Shop,Field, and Maintenance Painting of Steel," for shop painting.
D. High-Performance Coating: Apply epoxy intermediate and polyurethane topcoats to prime-
coated surfaces. Comply with coating manufacturer's written instructions and with
requirements in SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and
Maintenance Painting of Steel," for shop painting. Apply at spreading rates recommended by
coating manufacturer.
1. Color: As selected by Architect from manufacturer's full range.
PART 3 -EXECUTION
3.1 INSTALLATION
A. Set railings accurately in location, alignment, and elevation; measured from established lines
and levels and free of rack.
1. Do not weld, cut, or abrade surfaces of railing components that have been coated or
finished after fabrication and that are intended for field connection by mechanical or
other means without further cutting or fitting.
2. Set posts plumb within a tolerance of l/16 inch in 3 feet.
3. Align rails so variations from level for horizontal members and variations from parallel
with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet.
B. Corrosion Protection: Coat concealed surfaces of aluminum that will be in contact with grout,
concrete,masonry,wood, or dissimilar metals,with a heavy coat of bituminous paint.
C. Anchor posts in concrete by inserting into [reset metal pipe sleeves and grouting annular space.
D. Anchor railing ends at walls with round flanges anchored to wall construction.
E. Anchor railing ends to metal surfaces with flanges bolted to metal surfaces.
F. Attach railings to wall with wall brackets. Use type of bracket with flange tapped for
concealed anchorage to threaded hanger bolt.
G. Secure wall brackets and railing end flanges to building construction as follows:
1. For concrete and solid masonry anchorage,use drilled-in expansion shields and hanger or
lag bolts.
2. For hollow masonry anchorage,use toggle bolts.
PIPE AND TUBE RAILINGS 055213 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3. For wood stud partitions, use hanger or lag bolts set into studs or wood backing between
studs. Coordinate with carpentry work to locate backing members.
4. For steel-framed partitions, use toggle bolts installed through flanges of steel framing or
through concealed steel reinforcements.
3.2 ADJUSTING AND CLEANING
A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and
abraded areas of shop paint, and paint exposed areas with the same material as used for shop
painting to comply with SSPC-PA 1 for touching up shop-painted surfaces.
B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair
galvanizing to comply with ASTM A 780.
END OF SECTION 055213
PIPE AND TUBE RAILINGS 055213 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 064116 -PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. High Pressured Decorative Plastic Laminate Casework
2. Solid Surface counter tops.
3. Hardware typically furnished by the casework manufacturer.
4. Shelving
5. Structural supports incorporated into wood casework.
6. Factory finishing
1.2 REFERENCE
A. Minimum standards for work in this section shall be in conformity with the Woodwork Standards,
latest edition.
B. NEMA LD-3,High Pressure Decorative Laminate, latest edition.
C. ANSI 208.1,Particle Board, latest edition.
D. ANSI 208.2,MDF, latest edition.
1.3 SUBMITTALS
A. Shop Drawings
1. Submit shop drawings in conformance with the requirements of the Architectural Woodwork
Standards,
2. Furnish a Woodwork Institute Certified Compliance Label on the first page of the shop
drawings.
3. Submit two copies, one of which will be returned with reviewed notations. Make corrections
noted(if any)and distribute required copies prior to the start of work.
B. Samples
1. Submit a sample in the specified finish of each hardware item that will be visible at exposed
surfaces when the job is complete.
1.4 FIELD CONDITIONS
A. Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet work is
complete, and HVAC system is operating and maintaining temperature and relative humidity at
occupancy levels during the remainder of the construction period.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
PART 2 -PRODUCTS
2.1 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS
A. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork Standards"
for grades of architectural plastic-laminate cabinets indicated for construction, finishes, installation,
and other requirements.
B. Grade: Premium
C. Type of Construction: Frameless.
D. Cabinet,Door, and Drawer Front Interface Style: Flush overlay.
E. High-Pressure Decorative Laminate: NEMA LD 3, grades as indicated or if not indicated, as required
by woodwork quality standard.
1. Manufacturers: Subject to compliance with requirements, available manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the
following:
a. Abet Laminati,Inc.
b. Formica Corporation.
C. Lamin-Art, Inc.
d. Panolam Industries International,Inc.
e. Wilsonart International; Div. of Premark International,Inc.
F. Laminate Cladding for Exposed Surfaces:
1. Horizontal Surfaces: Grade HGS.
2. Postformed Surfaces: Grade HGP.
3. Vertical Surfaces: Grade HGS.
4. Pattern Direction: Vertically for drawer fronts, doors, and fixed panels.
G. Materials for Semiexposed Surfaces:
1. Surfaces Other Than Drawer Bodies: High-pressure decorative laminate, NEMA LD 3,
Grade CLS.
2. Drawer Sides and Backs: Thermoset decorative panels with PVC or polyester edge
banding.
3. Drawer Bottoms: Thermoset decorative panels.
H. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of
exposed laminate surfaces complying with the following requirements:
1. As selected by Architect from laminate manufacturer's full range in the following categories:
a. Solid colors, matte finish.
b. Solid colors with core same color as surface, matte finish.
C. Wood grains, matte finish.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
d. Patterns: matte finish.
2.2 WOOD MATERIALS
A. Wood Products: Provide materials that comply with requirements of referenced quality standard for
each type of woodwork and quality grade specified unless otherwise indicated.
1. Wood Moisture Content: 5 to 10 percent.
B. Composite Wood and Agrifiber Products: Provide materials that comply with requirements of
referenced quality standard for each type of woodwork and quality grade specified unless otherwise
indicated.
1. Medium-Density Fiberboard: ANSI A208.2, Grade 130.
2. Softwood Plywood: DOC PS 1.
3. Thermoset Decorative Panels: Particleboard or medium-density fiberboard finished with
thermally fused, melamine-impregnated decorative paper and complying with requirements of
NEMA LD 3, Grade VGL, for test methods 3.3, 3.4, 3.6, 3.8, and 3.10.
2.3 CABINET HARDWARE AND ACCESSORIES
A. General: Provide cabinet hardware and accessory materials associated with architectural cabinets
except for items specified in Section 087111 "Door Hardware(Descriptive Specification)."
B. Butt Hinges: 2-3/4-inch (70-mm), five-knuckle steel hinges made from 0.095-inch- (2.4-mm-) thick
metal, and as follows:
1. Semiconcealed Hinges for Flush Doors: BHMA A156.9,B01361.
C. Frameless Concealed Hinges (European Type): BHMA A156.9, B01602, 100 degrees of
opening,self-closing.
D. Wire Pulls: Back mounted, solid metal, [4 inches(100 mm)long,5/16 inch in diameter.
E. Catches: Magnetic catches,BHMA A156.9,B03141
F. Adjustable Shelf Standards and Supports: BHMA A156.9, B04071; with shelf rests,B04081
G. Shelf Rests: BHMA A156.9,B04013; metal.
H. Drawer Slides: BHMA A156.9.
1. Grade 1 and Grade 2: Side mounted and extending under bottom edge of drawer type; with
polymer rollers.
2. Grade 1HD-100 and Grade 1HD-200: Side mounted; full-extension type; zinc-plated-steel
ball-bearing slides.
3. For drawers not more than 3 inches high and not more than 24 inches wide,provide Grade 2.
4. For drawers more than 3 inches high but not more than 6 inches high and not more than 24
inches wide,provide Grade 1.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
5. For drawers more than 6 inches high or more than 24 inches wide,provide Grade 1HD-100.
6. For computer keyboard shelves,provide Grade 1.
7. For trash bins not more than 20 inches high and 16 inches wide,provide Grade 1HD-100.
I. Door Locks: BHMA A156.11,E07121.
J. Drawer Locks: BHMA A156.11,E07041.
K. Door and Drawer Silencers: BHMA A156.16,L03011.
L. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with
BHMA A156.18 for BHMA finish number indicated.
1. Dark, Oxidized, Satin Bronze, Oil Rubbed: BHMA 613 for bronze base; BHMA 640 for steel
base; submit sample to Architect.
2. Satin Brass,Blackened,Bright Relieved, Clear Coated: BHMA 610 for brass base; BHMA 636
for steel base.
2.4 MISCELLANEOUS MATERIALS
A. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber kiln dried to less
than 15 percent moisture content.
B. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage.
Provide metal expansion sleeves or expansion bolts for post-installed anchors. Use nonferrous-metal
or hot-dip galvanized anchors and inserts at inside face of exterior walls and at floors.
2.5 FABRICATION
A. Complete fabrication, including assembly and hardware application, to maximum extent possible
before shipment to Project site. Disassemble components only as necessary for shipment and
installation. Where necessary for fitting at site,provide ample allowance for scribing, trimming, and
fitting.
B. Shop-cut openings to maximum extent possible to receive hardware, appliances, electrical work, and
similar items. Locate openings accurately and use templates or roughing-in diagrams to produce
accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs.
C. Install glass to comply with applicable requirements in Section 088000 "Glazing" and in GANA's
"Glazing Manual." For glass in wood frames, secure glass with removable stops.
PART 3 -EXECUTION
3.1 PREPARATION
A. Before installation, condition cabinets to average prevailing humidity conditions in installation areas.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3.2 INSTALLATION
A. Grade: Install cabinets to comply with same grade as item to be installed.
B. Install cabinets level, plumb, true, and straight. Shim as required with concealed shims. Install level
and plumb to a tolerance of 1/8 inch in 96 inches.
C. Scribe and cut cabinets to fit adjoining work,refinish cut surfaces, and repair damaged finish at cuts.
D. Anchor cabinets to anchors or blocking built in or directly attached to substrates. Secure with
countersunk, concealed fasteners and blind nailing. Use fine finishing nails or finishing screws for
exposed fastening, countersunk and filled flush with woodwork.
E. Cabinets: Install without distortion so doors and drawers fit openings properly and are accurately
aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered
operation. Complete installation of hardware and accessory items as indicated.
1. Install cabinets with no more than 1/8 inch in 96-inch sag, bow, or other variation from a
straight line.
2. Fasten wall cabinets through back, near top and bottom, and at ends not more than 16 inches
(400 mm) o.c. with No. 10 wafer-head screws sized for not less than 1-1/2-inch (38-mm)
penetration into wood framing,blocking,or hanging strips.
END OF SECTION 064116
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 081113 -HOLLOW METAL DOORS AND FRAMES
PART 1 -GENERAL
1.1 SUMMARY
A. Section includes hollow-metal work.
1.2 DEFINITIONS
A. Minimum Thickness: Minimum thickness of base metal without coatings according to
NAAMM-HMMA 803 or SDI A250.8.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Shop Drawings: Include elevations, door edge details, frame profiles, metal thicknesses,
preparations for hardware, and other details.
C. Samples for Initial Selection: For units with factory-applied color finishes.
D. Samples for Verification: For each type of exposed finish required.
E. Schedule: Prepared by or under the supervision of supplier,using same reference numbers for
details and openings as those on Drawings.
1.4 INFORMATIONAL SUBMITTALS
A. Product test reports.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, available manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the
following:
1. Amweld International, LLC.
2. Apex Industries, Inc.
3. Ceco Door Products; an Assa Abloy Group company.
4. Commercial Door&Hardware Inc.
HOLLOW METAL DOORS AND FRAMES 081113 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
5. Concept Frames, Inc.
6. Curries Company; an Assa Abloy Group company.
7. Hollow Metal Inc.
8. Hollow Metal Xpress.
9. National Custom Hollow Metal.
10. North American Door Cora.
2.2 REGULATORY REQUIREMENTS
A. Fire-Rated Assemblies: Complying with NFPA 80 and listed and labeled by a qualified
testing agency acceptable to authorities having jurisdiction for fire-protection ratings
indicated,based on testing at positive pressure according to NFPA 252 or UL 10C.
B. Fire-Rated,Borrowed-Light Assemblies: Complying with NFPA 80 and listed and labeled by
a testing and inspecting agency acceptable to authorities having jurisdiction for fire-protection
ratings indicated,based on testing according to NFPA 257 or UL 9.
2.3 INTERIOR DOORS AND FRAMES
A. Standard-Duty Doors and Frames: SDI A250.8, Level 1. At locations indicated in the Door
and Frame Schedule.
1. Physical Performance: Level C according to SDI A250.4.
2. Doors:
a. Type: As indicated in the Door and Frame Schedule.
b. Thickness: 1-3/4 inches .
C. Face: Uncoated, cold-rolled steel sheet, minimum thickness of 0.032 inch (0.8
mm).
d. Edge Construction: Model 1,Full Flush.
e. Core: [standard.
3. Frames:
a. Materials: Uncoated, cold-rolled steel sheet, minimum thickness of 0.042 inch
(1.0 mm).
b. Construction: Knocked down
4. Exposed Finish: Factory.
2.4 EXTERIOR HOLLOW-METAL DOORS AND FRAMES
A. Heavy-Duty Doors and Frames: SDI A250.8, Level 2. At locations indicated in the Door
and Frame Schedule
1. Physical Performance: Level B according to SDI A250.4.
2. Doors:
HOLLOW METAL DOORS AND FRAMES 081113 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
a. Type: As indicated in the Door and Frame Schedule.
b. Thickness: 1-3/4 inches(44.5 mm).
C. Face: Metallic-coated steel sheet, minimum thickness of 0.042 inch (1.0 mm),
with minimum A40(ZF 120) coating.
d. Edge Construction: [Model 1,Full Flush] [Model 2,Seamless].
e. Core: [Polystyrene] [Polyurethane] [Polyisocyanurate] [Manufacturer's
standard insulation material].
3. Frames:
a. Materials: Metallic-coated steel sheet, minimum thickness of 0.053 inch (1.3
mm),with minimum A40 (ZF 120) coating.
b. Construction: Knocked down.
4. Exposed Finish: [Prime] [Factory].
2.5 FRAME ANCHORS
A. Jamb Anchors:
1. Masonry Type: Adjustable strap-and-stirrup or T-shaped anchors to suit frame size,
not less than 0.042 inch (1.0 mm) thick, with corrugated or perforated straps not less
than 2 inches (51 mm)wide by 10 inches (254 mm) long; or wire anchors not less than
0.177 inch(4.5 mm)thick.
2. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less than
0.042 inch(1.0 mm)thick.
3. Compression Type for Drywall Slip-on Frames: Adjustable compression anchors.
4. Postinstalled Expansion Type for In-Place Concrete or Masonry: Minimum 3/8-inch-
(9.5-mm-) diameter bolts with expansion shields or inserts. Provide pipe spacer from
frame to wall,with throat reinforcement plate,welded to frame at each anchor location.
2.6 MATERIALS
A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable
for exposed applications.
B. Hot-Rolled Steel Sheet: ASTM A 1011/A 1011M, Commercial Steel (CS), Type B; free of
scale,pitting, or surface defects;pickled and oiled.
C. Metallic-Coated Steel Sheet: ASTM A 653/A 653M,Commercial Steel(CS), Type B.
D. Frame Anchors: ASTM A 879/A 879M, Commercial Steel (CS), 04Z (12G) coating
designation;mill phosphatized.
1. For anchors built into exterior walls, steel sheet complying with
ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot-dip galvanized according to
ASTM A 153/A 153M, Class B.
E. Inserts,Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M.
HOLLOW METAL DOORS AND FRAMES 081113 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
F. Power-Actuated Fasteners in Concrete: From corrosion-resistant materials.
G. Grout: ASTM C 476, except with a maximum slump of 4 inches (102 mm), as measured
according to ASTM C 143/C 143M.
H. Mineral-Fiber Insulation: ASTM C 665, Type I(blankets without membrane facing).
1. Glazing: Section 088000 "Glazing."
2.7 FABRICATION
A. Fabricate hollow-metal work to be rigid and free of defects,warp, or buckle. Accurately form
metal to required sizes and profiles, with minimum radius for metal thickness. Where
practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project
site, clearly identify work that cannot be permanently factory assembled before shipment.
B. Hollow-Metal Doors:
1. Exterior Doors: Provide weep-hole openings in bottoms of exterior doors to permit
moisture to escape. Seal joints in top edges of doors against water penetration.
2. Astragals: Provide overlapping astragal on one leaf of pairs of doors where required by
NFPA 80 for fire-performance rating or where indicated.
C. Hollow-Metal Frames: Where frames are fabricated in sections due to shipping or handling
limitations, provide alignment plates or angles at each joint, fabricated of same thickness
metal as frames.
1. Sidelight Frames: Provide closed tubular members with no visible face seams or
joints, fabricated from same material as door frame. Fasten members at crossings and
to jambs by butt welding.
2. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners
unless otherwise indicated.
3. Grout Guards: Weld guards to frame at back of hardware mortises in frames to be
grouted.
4. Floor Anchors: Weld anchors to bottoms of jambs with at least four spot welds per
anchor; however, for slip-on drywall frames,provide anchor clips or countersunk holes
at bottoms of jambs.
5. Jamb Anchors: Provide number and spacing of anchors as follows:
a. Masonry Type: Locate anchors not more than 16 inches (406 mm) from top and
bottom of frame. Space anchors not more than 32 inches (813 mm) o.c., to
match coursing,and as follows:
1) Two anchors per jamb up to 60 inches(1524 mm)high.
2) Three anchors per jamb from 60 to 90 inches(1524 to 2286 mm)high.
3) Four anchors per jamb from 90 to 120 inches(2286 to 3048 mm)high.
4) Four anchors per jamb plus one additional anchor per jamb for each 24
inches (610 mm) or fraction thereof above 120 inches(3048 mm)high.
HOLLOW METAL DOORS AND FRAMES 081113 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
b. Stud-Wall Type: Locate anchors not more than 18 inches (457 mm) from top
and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and
as follows:
1) Three anchors per jamb up to 60 inches (1524 mm)high.
2) Four anchors per jamb from 60 to 90 inches(1524 to 2286 mm)high.
3) Five anchors per jamb from 90 to 96 inches(2286 to 2438 mm)high.
4) Five anchors per jamb plus one additional anchor per jamb for each 24
inches (610 mm)or fraction thereof above 96 inches(2438 mm)high.
C. Compression Type: Not less than two anchors in each frame.
d. Postinstalled Expansion Type: Locate anchors not more than 6 inches (152 mm)
from top and bottom of frame. Space anchors not more than 26 inches (660 mm)
O.C.
6. Door Silencers: Except on weather-stripped frames, drill stops to receive door
silencers.
a. Single-Door Frames: Drill stop in strike jamb to receive three door silencers.
b. Double-Door Frames: Drill stop in head jamb to receive two door silencers.
D. Hardware Preparation: Factory prepare hollow-metal work to receive templated mortised
hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to
SDI A250.6,the Door Hardware Schedule, and templates.
1. Reinforce doors and frames to receive nontemplated, mortised, and surface-mounted
door hardware.
2. Comply with applicable requirements in SDI A250.6 and BHMA A156.115 for
preparation of hollow-metal work for hardware.
E. Stops and Moldings: Provide stops and moldings around glazed liter and louvers where
indicated. Form corners of stops and moldings with [butted] [or] [mitered] hairline joints.
1. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of
hollow-metal work.
2. Multiple Glazed Lites: Provide fixed and removable stops and moldings so that each
glazed lite is capable of being removed independently.
3. Provide fixed frame moldings on outside of exterior and on secure side of interior doors
and frames.
4. Provide loose stops and moldings on inside of hollow-metal work.
5. Coordinate rabbet width between fixed and removable stops with glazing and
installation types indicated.
2.8 STEEL FINISHES
A. Factory Finish: SDI A250.3.
1. Color and Gloss: [As selected by Architect from manufacturer's full range.
HOLLOW METAL DOORS AND FRAMES 081113 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.9 ACCESSORIES
A. Mullions and Transom Bars: Join to adjacent members by welding or rigid mechanical
anchors.
B. Grout Guards: Formed from same material as frames, not less than 0.016 inch (0.4 mm)
thick.
PART 3 -EXECUTION
3.1 INSTALLATION
A. Hollow-Metal Frames: Install hollow-metal frames of size and profile indicated. Comply
with SDI A250.11 or NAAMM-HMMA 840 as required by standards specified.
1. Set frames accurately in position; plumbed, aligned, and braced securely until
permanent anchors are set. After wall construction is complete, remove temporary
braces,leaving surfaces smooth and undamaged.
a. At fire-rated openings,install frames according to NFPA 80.
b. Where frames are fabricated in sections because of shipping or handling
limitations, field splice at approved locations by welding face joint continuously;
grind, fill, dress, and make splice smooth,flush, and invisible on exposed faces.
C. Install frames with removable stops located on secure side of opening.
d. Install door silencers in frames before grouting.
e. Remove temporary braces necessary for installation only after frames have been
properly set and secured.
f. Check plumb, square, and twist of frames as walls are constructed. Shim as
necessary to comply with installation tolerances.
g. Field apply bituminous coating to backs of frames that will be filled with grout
containing antifreezing agents.
2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor,
and secure with postinstalled expansion anchors.
3. Metal-Stud Partitions: Solidly pack mineral-fiber insulation inside frames.
4. Masonry Walls: Coordinate installation of frames to allow for solidly filling space
between frames and masonry with grout.
5. Concrete Walls: Solidly fill space between frames and concrete with mineral-fiber
insulation.
6. In-Place Concrete or Masonry Construction: Secure frames in place with postinstalled
expansion anchors. Countersink anchors, and fill and make smooth, flush, and
invisible on exposed faces.
7. In-Place Metal or Wood-Stud Partitions: Secure slip-on drywall frames in place
according to manufacturer's written instructions.
8. Installation Tolerances: Adjust hollow-metal door frames for squareness, alignment,
twist, and plumb to the following tolerances:
HOLLOW METAL DOORS AND FRAMES 081113 -6
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
a. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a
line 90 degrees from jamb perpendicular to frame head.
b. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a
horizontal line parallel to plane of wall.
C. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of
jambs on parallel lines, and perpendicular to plane of wall.
d. Plumbness: Plus or minus 1/16 inch(1.6 mm),measured at jambs at floor.
B. Hollow-Metal Doors: Fit hollow-metal doors accurately in frames, within clearances
specified below. Shim as necessary.
1. Non-Fire-Rated Steel Doors:
a. Between Door and Frame Jambs and Head: 1/8 inch (3.2 mm) plus or minus
1/32 inch(0.8 mm).
b. Between Edges of Pairs of Doors: 1/8 inch (3.2 mm) to 1/4 inch (6.3 mm) plus
or minus 1/32 inch(0.8 mm).
C. At Bottom of Door: [3/4 inch (19.1 mm)] [5/8 inch (15.8 mm)] plus or minus
1/32 inch(0.8 mm).
d. Between Door Face and Stop: 1/16 inch (1.6 mm) to 1/8 inch (3.2 mm) plus or
minus 1/32 inch(0.8 mm).
2. Fire-Rated Doors: Install doors with clearances according to NFPA 80.
C. Glazing: Comply with installation requirements in Section 088000 "Glazing" and with
hollow-metal manufacturer's written instructions.
1. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not
more than 9 inches (230 mm) o.c. and not more than 2 inches (51 mm) o.c. from each
corner.
3.2 ADJUSTING AND CLEANING
A. Final Adjustments: Check and readjust operating hardware items immediately before final
inspection. Leave work in complete and proper operating condition. Remove and replace
defective work, including hollow-metal work that is warped, bowed, or otherwise
unacceptable.
B. Remove grout and other bonding material from hollow-metal work immediately after
installation.
C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of
prime coat and apply touchup of compatible air-drying,rust-inhibitive primer.
D. Metallic-Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair
paint according to manufacturer's written instructions.
E. Touchup Painting: Cleaning and touchup painting of abraded areas of paint are specified in
painting Sections.
HOLLOW METAL DOORS AND FRAMES 081113 -7
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W.Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
END OF SECTION 081113
HOLLOW METAL DOORS AND FRAMES 081113 - 8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 085667-BULLET-RESISTANT STEEL TRANSACTION WINDOWS
PARTIGENERAL
1.1 SUMMARY
A. Section Includes:
1. Bullet-resistant fixed steel transaction window assemblies.
1.2 REFERENCES
A. American Welding Society(AWS)D1.3/D1.3M- Structural Welding Code - Sheet Steel.
B. ASTM International(ASTM)A1008/A1008M- Standard Specification for Steel, Sheet, Cold-Rolled,
Carbon, Structural,High-Strength Low-Alloy and High-Strength Low-Alloy with Improved
Formability.
C. Underwriters Laboratories(UL) 752 -Bullet Resisting Equipment.
1.3 SYSTEM DESCRIPTION
A. Design Requirements:
1. Provide window frames of"non-ricochet type" intended to permit capture and retention of
attacking projectile, lessening potential of random injury or lateral penetration.
2. Two way"natural voice" communication permitted by design of vertical side frames and
glazing technique.
1.4 SUBMITTALS
A. Submittals for Review:
1. Shop Drawings: Include window profiles and sizes,type and spacing of frame anchors,
reinforcement size and locations, details of joints and connections, and welding details.
2. Product Data: Include product description for window assemblies including bullet-resistant
ratings.
3. Samples: 2 x 2 inch coating samples showing available colors.
B. Closeout Submittals:
1. Maintenance Data: Include instructions for cleaning of glazed panels.
1.5 QUALITY ASSURANCE
A. Transaction Window Assemblies: Ballistic Level 3 tested to UL 752.
1.6 DELIVERY, STORAGE AND HANDLING
A. Store window assemblies upright in protected, dry area, off ground or floor,with at least 1/4 inch
space between individual units.
BULLET RESISTANT STEEL TRANSACTIONAL WINDOW 085667 -1
Robina Wright Architect&Associates,Inc
County of Clovis Project No. 2024_03
Pontiac Tenant Improvement CONTRACT#24-S-03
Construction Documents
B. Do not cover with non vented coverings that create excessive humidity.
C. Remove wet coverings immediately.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Contract Documents are based on products by ARMORTEX, 5926 Corridor Parkway, Schertz,Texas,
800-880-8306,www.annortex.com.
2.2 MATERIALS
A. Steel Sheet:
1. ASTM A1008/1008M, cold rolled,free from scale,pitting, coil breaks, and other surface
defects.
B. Bullet-Resistant Composite: UL Listed Bullet Resistant Composite by ARMORTEX, of UL Ballistic
Level equal to specified frame ballistic protection level.
C. Glazing:
1. UL Listed laminated glass.
2. Bottom edge of glazing panel provided with 18 gage stainless steel cap.
D. Track and Hangers:
1. Stainless steel 12 gage track guard and guide.
2. Aluminum 1500 series sliding roller track and wheeled hangers.
2.3 FABRICATION
A. Frames:
1. Fabricate from 16 gage steel lined with Bullet resistant composite core.
2. Bullet-resistant rating equivalent to or greater than glazing.
3. Weld frame corners;knock-down and mechanical joints not acceptable.
4. Frame modules capable of being joined with other frame modules to form continuous line.
5. Replacement of glazing from secure side of window,not requiring removal of frame from
opening.
B. Shelf: Minimum 2 inches thick with recessed dip tray, full width of window x minimum 12 inches
deep, centered under glazing, covered with 18 gage stainless steel.
C. Dip Tray: Model RMDT1016, 16 gage stainless steel, 10 x 16 inches to outside edge of flanges, clear
1-5/8 inch open depth under glazing.
D. Welding: In accordance with AWS D1.3/D1.3M. Grind exposed welds flush and smooth.
E. Finish work neat and free from defects.
BULLET RESISTANT STEEL TRANSACTIONAL WINDOW 085667 -1
Robina Wright Architect&Associates,Inc
County of Clovis Project No. 2024_03
Pontiac Tenant Improvement CONTRACT#24-S-03
Construction Documents
F. Allowable Tolerances: Plus or minus 1/16 inch for frame opening width,height, diagonal dimensions,
and overall width and height outside to outside.
2.4 FINISHES
A. Stainless Steel: No. 3 brushed finish.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install window assemblies in accordance with manufacturer's instructions and approved Shop
Drawings.
B. Set plumb and level.
C. Secure to adjacent construction using fastener type best suited to application.
D. Field alterations to window assemblies not permitted unless approved in advance by manufacturer
and Architect.
3.2 ADJUSTING
A. Touch up minor scratches and abrasions in finish coat to match factory finish.
END OF SECTION 085667
BULLET RESISTANT STEEL TRANSACTIONAL WINDOW 085667 -1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 095113 -ACOUSTICAL PANEL CEILINGS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes acoustical panels and exposed suspension systems for ceilings.
1.3 ACTION SUBMITTALS
A. Product Data: For each product indicated.
B. Coordination Drawings: Drawn to scale and coordinating penetrations and ceiling-mounted
items. Show the following:
1. Ceiling suspension assembly members.
2. Method of attaching hangers to building structure.
3. Ceiling-mounted items including lighting fixtures, diffusers, grilles, speakers, sprinklers,
access panels, and special moldings.
C. Samples: For each acoustical panel, for each exposed suspension system member, for each
exposed molding and trim,and for each color and texture required.
D. Maintenance data.
1.4 INFORMATIONAL SUBMITTALS
A. Product test reports.
B. Evaluation reports.
C. Field quality-control reports.
1.5 CLOSEOUT SUBMITTALS
A. Maintenance data.
ACOUSTICAL PANEL CEILINGS 095113 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1.6 QUALITY ASSURANCE
A. Testing Agency Qualifications: Qualified according to NVLAP.
B. Mockups: Build mockups to verify selections made under sample submittals and to
demonstrate aesthetic effects and set quality standards for materials and execution.
PART 2 -PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. Seismic Performance: Acoustical ceiling shall withstand the effects of earthquake motions
determined according to ASCE/SEI 7 and as required in California Code Standard.
2.2 ACOUSTICAL PANEL CEILINGS, GENERAL
A. Acoustical Panel Standard: Comply with ASTM E 1264.
B. Metal Suspension System Standard: Comply with ASTM C 635.
C. Attachment Devices: Size for five times the design load indicated in ASTM C 635, Table 1,
"Direct Hung,"unless otherwise indicated. Comply with seismic design requirements.
2.3 ACOUSTICAL PANELS
A. Basis-of-Design Product: Subject to compliance with requirements, provide Insert
manufacturer's name; product name or designation or comparable product by one of the
following:
1. Armstrong World Industries, Inc.
2. CertainTeed Corp.
3. Chicago Metallic Corporation.
4. USG Interiors,Inc.; Subsidiary of USG Corporation.
B. Classification: As indicated on drawing.
C. Color: As selected from manufacturer's full range.
D. NRC: Not less than Type E-400 mounting according to ASTM E 795.
E. Edge/Joint Detail: Square Reveal sized to fit flange of exposed suspension-system members.
F. Thickness: 5/8 inch(15 mm).
G. Modular Size: As indicated on Drawings&As indicated in a schedule.
ACOUSTICAL PANEL CEILINGS 095113 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.4 METAL SUSPENSION SYSTEM
A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated
on Drawings or comparable product by one of the following:
1. Armstrong World Industries, Inc.
2. CertainTeed Corp.
3. Chicago Metallic Corporation.
4. USG Interiors, Inc.; Subsidiary of USG Corporation.
B. Narrow-Face, Capped, Double-Web, Steel Suspension System: Main and cross runners roll
formed from cold-rolled steel sheet; prepainted, electrolytically zinc coated, or hot-dip
galvanized according to ASTM A 653/A 653M, not less than G30 (Z90) coating designation;
with prefinished 9/16-inch-(15-mm-)wide metal caps on flanges.
1. Structural Classification: Heavy-duty system.
2. End Condition of Cross Runners: butt-edge type.
3. Face Design: Flat,flush.
4. Cap Material: Steel or aluminum cold-rolled sheet.
5. Cap Finish: Painted to match color of acoustical unit.
C. Roll-Formed, Sheet-Metal Edge Moldings and Trim: Type and profile indicated or, if not
indicated, manufacturer's standard moldings for edges and penetrations that comply with
seismic design requirements; formed from sheet metal of same material, finish, and color as that
used for exposed flanges of suspension-system runners.
PART 3 -EXECUTION
3.1 INSTALLATION
A. Install acoustical panel ceilings to comply with ASTM C 636/C 636M and seismic design
requirements indicated, according to manufacturer's written instructions and CISCA's "Ceiling
Systems Handbook."
B. Measure each ceiling area and establish layout of acoustical panels to balance border widths at
opposite edges of each ceiling. Avoid using less-than-half-width panels at borders, and comply
with layout shown on reflected ceiling plans.
1. Arrange directionally patterned acoustical panels as indicated on reflected ceiling plans.
END OF SECTION 095113
ACOUSTICAL PANEL CEILINGS 095113 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 099123 -INTERIOR PAINTING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes surface preparation and the application of paint systems on the following
interior substrates:
1. Concrete.
2. Steel.
3. Galvanized metal.
4. Wood.
5. Gypsum board.
6. Cotton or canvas insulation covering.
B. Related Requirements:
1. Section 099113 "Exterior Painting" for surface preparation and the application ofpaint
systems on exterior substrates.
1.3 DEFINITIONS
A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to
ASTM D 523.
B. Gloss Level 2:Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees,
according to ASTM D 523.
C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, accordingto
ASTM D 523.
D. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees,according
to ASTM D 523.
E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523.
INTERIOR PAINTING 099123 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523.
G. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523.
H. Basis-of-Design Product Specification: Where a specific manufacturer's product is named and
accompanied by the words "basis of design," including product number or other designation,
to establish the significant qualities related to type,function, dimension, in-service
performance,physical properties, appearance, and other characteristics for purposes of
evaluating comparable products of other named manufacturers.
I. Comparable Product: Product that is demonstrated and approved through submittal process,or
where indicated as a product substitution,to have the indicated qualities related to type,
function, dimension, in-service performance,physical properties, appearance, and other
characteristics that equal or exceed those of specified product.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product. Include preparation requirements and application
instructions.
B. Sustainable Design Submittals:
1. VOC Content: For paints and coatings, documentation including printed statement of
VOC content.
C. Samples for Verification: For each type of paint system and in each color and gloss oftopcoat.
1. Submit Samples on rigid backing, 8 inches square.
2. Step coats on Samples to show each coat required for system.
3. Label each coat of each Sample.
4. Label each Sample for location and application area.
D. Product List: For each product indicated, include the following:
1. Cross-reference to paint system and locations of application areas.Use same
designations indicated on Drawings and in schedules.
2. VOC content.
1.5 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials, from the same product run,that match products installed and that are
packaged with protective covering for storage and identified with labels describing contents.
1. Paint: 5 percent,but not less than 1 gal. of each material and color applied.
INTERIOR PAINTING 099123 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1.6 QUALITY ASSURANCE
A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to
verify preliminary selections made under Sample submittals and to demonstrate aesthetic
effects and set quality standards for materials and execution.
1. Architect will select one surface to represent surfaces and conditions for application of
each paint system specified in Part 3.
a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq.ft.
b. Other Items: Architect will designate items or areas required.
2. Final approval of color selections will be based on mockups.
a. If preliminary color selections are not approved, apply additional mockups of
additional colors selected by Architect at no added cost to Owner.
3. Approval of mockups does not constitute approval of deviations from the Contract
Documents contained in mockups unless Architect specifically approves such deviations
in writing.
4. Subject to compliance with requirements, approved mockups may become part ofthe
completed Work if undisturbed at time of Final Completion.
1.7 DELIVERY, STORAGE,AND HANDLING
A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient
temperatures continuously maintained at not less than 45 deg F.
1. Maintain containers in clean condition,free of foreign materials and residue.
2. Remove rags and waste from storage areas daily.
1.8 FIELD CONDITIONS
A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures
are between 50 and 95 deg F.
B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less
than 5 deg F above the dew point; or to damp or wet surfaces.
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. Basis of Design: Dunn-Edwards Corporation(DE). Subject to compliance with the
INTERIOR PAINTING 099123 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
requirements provide the product named in Part 3 Interior Painting Schedule or a comparable
product from one of the following:
1. Benjamin Moore& Co. (BM)
2. Kelly-Moore Paints. (KM)
3. PPG Architectural Finishes, Inc. (PPG)
4. Sherwin Williams(SW)
5. Tnemec(TN)
2.2 PAINT,GENERAL
A. 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.
B. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction and,
for interior paints and coatings applied at Project site,the following VOC limits, exclusive of
colorants added to a tint base,when calculated according to 40 CFR 59, Subpart D (EPA
Method 24).
1. Flat Paints and Coatings: 0 g/L.
2. Nonflat Paints and Coatings: 0 g/L.
3. Industrial Maintenance Coatings: 250 g/L.
4. Dry-Fog Coatings: 150 g/L.
5. Primers, Sealers, and Undercoaters: 100 g/L.
6. Anticorrosive and Antirust Paints Applied to Ferrous Metals: 100 g/L.
7. Zinc-Rich Industrial Maintenance Primers: 340 g/L.
8. Pretreatment Wash Primers: 420 g/L.
9. Floor Coatings: 50 g/L.
10. Shellacs Clear: 730 g/L.
11. Shellacs,Pigmented: 550 g/L.
C. Colors: As indicated in the Drawing Finish Legend.
2.3 BLOCK FILLERS
A. Interior/Exterior Latex Block Filler:
1. Basis of Design: SW-PrepRite Interior/Exterior Block Filler B25W25.
2. Comparable product of an approved manufacturer.
B. Masonry Epoxy Block Filler:
1. Basis of Design: SW-Kern Cati-Coat HS
2. Comparable product of an approved manufacturer.
INTERIOR PAINTING 099123 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.4 PRIMERS/SEALERS
A. Masonry Primer
1. Basis of Design: ESPR00 Eff-Stop Premium.
2. Comparable product of an approved manufacturer.
B. Metal Primer
1. Basis of Design: WB Syn-Lustro Metal Primer WSPR00
2. Comparable product of an approved manufacturer.
C. Quick-Drying Metal Primer
1. Basis of Design: Bloc Rust Premium BRPR00-1Comparable product of an
approved manufacturer.
D. Galvanized Metal Primer:
1. Basis of Design: Ultra-Grip Premium UGPR00.
2. Comparable product of an approved manufacturer.
E. Latex Wall Primer:
1. Basis of Design: Vinylastic Select VNPR00-1
2. Comparable product of an approved manufacturer.
F. Wood Primer:
1. Basis of Design: Ultra-Grip Premium UGPR00.
2. Comparable product of an approved manufacturer.
2.5 LATEX PAINTS
A. Latex Enamel:
1. Basis of Design: SPARTAZERO
2. Comparable product of an approved manufacturer.
2.6 WATERBASED EPDXY PAINTS
A. Waterbased Epoxy Coating:
1. Basis of Design: ENDURACAT
2. Comparable product of an approved manufacturer.
INTERIOR PAINTING 099123 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.7 ACRYLIC PAINTS
A. Acrylic Enamel:
1. Basis of Design: Syn-Lustro Water-Based.
2. Comparable product of an approved manufacturer.
B. Acrylic Dry Fall:
1. Basis of Design: Aquafall Flat W6079.
2. Comparable product of an approved manufacturer.
2.8 SOURCE QUALITY CONTROL
A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure:
1. Owner will engage the services of a qualified testing agency to sample paint materials.
Contractor will be notified in advance and may be present when samples are taken. If
paint materials have already been delivered to Project site, samples may be taken at
Project site. Samples will be identified, sealed, and certified by testing agency.
2. Testing agency will perform tests for compliance with product requirements.
3. Owner may direct Contractor to stop applying coatings if test results show materials
being used do not comply with product requirements. Contractor shall remove non-
complying paint materials from Project site,pay for testing,and repaint surfaces painted
with rejected materials. Contractor will be required to remove rejected materials from
previously painted surfaces if,on repainting with complying materials,the two paints are
incompatible.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions,with Applicator present, for compliance with requirements
for maximum moisture content and other conditions affecting performance of the Work.
B. Maximum Moisture Content of Substrates: When measured with an electronic moisture
meter as follows:
1. Concrete: 12 percent.
2. Masonry: 12 percent.
3. Wood: 15 percent.
4. Gypsum Board: 12 percent.
C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth.
D. Verify suitability of substrates,including surface conditions and compatibility with
INTERIOR PAINTING 099123 -6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
existing finishes and primers.
E. Proceed with coating application only after unsatisfactory conditions have been corrected.
1. Application of coating indicates acceptance of surfaces and conditions.
3.2 PREPARATION
A. Comply with manufacturer's written instructions and recommendations applicable to
substrates indicated.
B. Remove hardware, covers,plates,and similar items already in place that are removable and are
not to be painted. If removal is impractical or impossible because of size or weight of item,
provide surface-applied protection before surface preparation and painting.
1. After completing painting operations,use workers skilled in the trades involved to
reinstall items that were removed. Remove surface-applied protection if any.
C. Clean substrates of substances that could impair bond of paints, including dust, dirt,oil,
grease, and incompatible paints and encapsulants.
1. Remove incompatible primers and reprime substrate with compatible primers or apply
tie coat as required to produce paint systems indicated.
D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do
not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that
permitted in manufacturer's written instructions.
E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture
content or alkalinity of surfaces or mortar joints exceed that permitted in manufacturer's
written instructions.
F. Steel Substrates: Remove rust,loose mill scale, and shop primer, if any. Clean using methods
recommended in writing by paint manufacturer.
G. Shop-Primed Steel Substrates: Clean field welds,bolted connections, and abraded areas of
shop paint, and paint exposed areas with the same material as used for shop priming to
comply with SSPC-PA 1 for touching up shop-primed surfaces.
H. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal
fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces
that promote adhesion of subsequently applied paints.
1. Galvanized-Metal Deck Substrates: Remove grease and oil residue from galvanized sheet
metal fabricated from coil stock by SSPC-SP1 to remove all soluble contamination by
mechanical methods to produce clean, lightly etched surfaces that promote adhesion of
subsequently applied coatings.
INTERIOR PAINTING 099123 - 7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1. Field Test for Contamination of Galvanized Deck Surfaces to Receive Finish Coatings:
a. Test shall be conducted to test for surface contamination,presence of chromate
passivation or passivation film.
b. Field test galvanized decking surfaces to receive finish coatings by using the
following test method:
1) Place a drop of 5%copper sulfate on the surface of galvanizing. If the
copper sulfate solution,which is a clear,light blue color, changes to black
instantly,the surface is considered bare with no soluble contamination. If
there is any delay in color change,the surface is contaminated and shall be
cleaned. Perform the test at the rate of one test per 1000sf to be painted.
2. Surface Preparation by Mechanical Means: ASTM D6386,Method A, Section 5.4.2
for use with exterior exposures and interior moderate-severe exposures to produce a
uniform anchor profile 1.0-2.0 mils.
J. Wood Substrates:
1. Scrape and clean knots, and apply coat of knot sealer before applying primer.
2. Sand surfaces that will be exposed to view, and dust off.
3. Prime edges,ends, faces,undersides, and backsides of wood.
4. After priming, fill holes and imperfections in the finish surfaces with putty or plastic
wood filler. Sand smooth when dried.
K. Cementitious Board Ceilings and Walls(Showers): Refer to Section 092900"Gypsum Board"
for preparation of cementitious board ceilings and shower ceilings to receive high performance
epoxy coatings in this Section.
L. Cotton or Canvas Insulation Covering Substrates: Remove dust, dirt, and other foreign
material that might impair bond of paints to substrates.
3.3 APPLICATION
A. Apply paints according to manufacturer's written instructions.
1. Use applicators and techniques suited for paint and substrate indicated.
2. Paint surfaces behind movable equipment and furniture same as similar exposed
surfaces. Before final installation,paint surfaces behind permanently fixed equipment
or furniture with prime coat only.
3. Paint front and backsides of access panels,removable or hinged covers, and similar
hinged items to match exposed surfaces.
4. Do not paint over labels of independent testing agencies or equipment name,
identification,performance rating, or nomenclature plates.
5. Primers specified in painting schedules may be omitted on items that are factory primed
or factory finished if acceptable to topcoat manufacturers.
B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of
same material are to be applied. Tint undercoats to match color of topcoat,but provide
INTERIOR PAINTING 099123 -8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
sufficient difference in shade of undercoats to distinguish each separate coat.
C. If undercoats or other conditions show through topcoat,apply additional coats until cured film
has a uniform paint finish, color, and appearance.
D. Apply paints to produce surface films without cloudiness, spotting,holidays, laps,brush marks,
roller tracking,runs, sags,ropiness, or other surface imperfections. Cut in sharp lines and color
breaks.
E. Painting Fire Suppression,Plumbing,HVAC, Electrical, Communication,and Electronic
Safety and Security Work:
a. Refer to Divisions 21,22,23, and 26 for painting requirements where indicated.
1. Paint the following work where exposed in occupied spaces. Coordinate withthe
Drawing Finish Legend and reflected ceiling plans:
a. Shop primed diffusers,grills and related HVAC accessories located in grey
acoustical ceiling panel ceilings. Coordinate with Drawing Finish Legend,
and reflected ceiling plans.
b. Ducts and related grilles and diffusers.
C. Equipment, including panelboards.
d. Uninsulated metal piping.
e. Uninsulated plastic piping.
f. Pipe hangers and supports.
g. Metal conduit.
h. Plastic conduit.
i. Duct, equipment,and pipe insulation having cotton or canvas insulation covering
or other paintable jacket material.
j. Other items as directed by Architect.
2. Paint portions of internal surfaces of metal ducts,without liner,behind air inlets and
outlets that are visible from occupied spaces.
F. Identification of Fire-Rated Partitions: Provide the following identification message stenciled
permanently on all fire walls, fire barriers,fire partitions, smoke barriers, smoke partitions,and
any other partition required to have protected openings or penetrations as defined by the
Building Code:
1. Identification Message: FIRE AND/OR SMOKE BARRIER—PROTECT ALL
OPENINGS.
2. Font:Not less than 1/2-inch-high block(sans serif)lettering.
3. Spacing: Locate identification message within 15 feet of end of each wall or partition
and at intervals not exceeding 30 feet measured horizontally along the wall or partition.
4. Locations: Provide message in the following accessible concealed locations:
a. Floor-ceiling plenum.
5. Signage or other graphic marking that is acceptable to the Authority Having Jurisdiction,
that complies with the other requirements for such identification signage listed above,
and that can be permanently affixed to the wall or partition may be installed in lieu of
INTERIOR PAINTING 099123 -9
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
painted stencil, at the Contractor's option.
6. Paint: Latex enamel, as applicable for wall substrate. Refer to PART 3
"INTERIOR PAINTING SCHEDULE."
3.4 FIELD QUALITY CONTROL
A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing
and inspecting agency to inspect and test paint for dry film thickness.
1. Contractor shall touch up and restore painted surfaces damaged by testing.
2. If test results show that dry film thickness of applied paint does not comply with paint
manufacturer's written recommendations, Contractor shall pay for testing and apply
additional coats as needed to provide dry film thickness that complies with paint
manufacturer's written recommendations.
3.5 CLEANING AND PROTECTION
A. At end of each workday,remove rubbish, empty cans,rags, and other discarded materials
from Project site.
B. After completing paint application, clean spattered surfaces. Remove spattered paints by
washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces.
C. Protect work of other trades against damage from paint application. Correct damage to work of
other trades by cleaning,repairing,replacing, and refinishing, as approved by Architect, and
leave in an undamaged condition.
D. At completion of construction activities of other trades,touch up and restore damaged or
defaced painted surfaces.
3.6 INTERIOR PAINTING SCHEDULE
A. Concrete Substrates,Non-traffic Surfaces: Latex Enamel(Eggshell).
1. Prime Coat: Masonry Primer, 3.0 mils DFT.
2. Intermediate Coat: Latex Enamel, 1.7 mils DFT.
3. Topcoat: Latex Enamel, 1.7 mils DFT.
B. Steel Substrates,Acrylic Enamel(Semi-gloss):
1. Prime Coat: Metal Primer,3.0 mils DFT.
2. Intermediate Coat: Acrylic Enamel, 1.4 mils DFT.
3. Topcoat: Acrylic Enamel, 1.4 mils DFT.
C. Steel Substrates,Acrylic-Based Dry-Fall System(Exposed Overhead Steel) (Flat):
INTERIOR PAINTING 099123 - 10
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1. Prime Coat: Quick-drying acrylic metal primer, 3.0 mils DFT.
2. Intermediate Coat: Interior acrylic dry fall, 2.0-4.0 mils DFT.
3. Topcoat: Interior acrylic dry fall,2.0-4.0 mils DFT.
D. Galvanized-Metal Substrates,Acrylic System(Semi-gloss):
1. Prime Coat: Galvanized-metal primer, 3.0 mils DFT.
2. Intermediate Coat: Acrylic Enamel, 1.4 mils DFT.
3. Topcoat: Acrylic Enamel, 1.4 mils DFT.
E. Galvanized-Metal Substrates,Acrylic Dry-Fall System(Exposed Interior Metal Deck) (Flat):
1. Prime Coat: Galvanized-metal primer, 3.0 mils DFT.
2. Intermediate Coat: Interior acrylic dry fall, 2.0 mils DFT.
3. Topcoat: Interior acrylic dry fall,2.0 mils DFT.
INTERIOR PAINTING 099123 - 11
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
F. Gypsum Board Substrates,Latex Enamel(Ceilings-flat; Walls-eggshell):
1. Prime Coat: Latex Wall Primer, 1.4 mils DFT.
2. Intermediate Coat: Latex Enamel, 1.6 mils DFT.
3. Topcoat: Latex Enamel, 1.6 mils DFT.
G. Gypsum Board Substrates,Epoxy System(Semi-gloss):
1. Prime Coat: Interior latex primer/sealer, 1.4 mils DFT
2. Intermediate Coat: Waterbased Epoxy Gypsum Board Coating, 5.0 mils DFT.
3. Topcoat: Waterbased Epoxy Gypsum Board Coating, 5.0 mils DFT.
H. Wood Painted Finish(Semi-gloss):
1. First Coat: Interior Wood Primer, 2.0 mils DFT.
2. Second Coat: Acrylic Enamel, 1.4 mils DFT.
3. Third Coat: Acrylic Enamel, 1.4 mils DFT.
I. Cotton or Canvas Insulation-Covering Substrates Including Pipe and Duct Coverings:
Latex Enamel(Flat).
1. Prime Coat: Interior latex primer/sealer: 1.4 mils DFT.
2. Intermediate Coat: Latex Enamel, 1.6 mils DFT.
3. Topcoat: Latex Enamel, 1.6 mils
END OF SECTION 099123
INTERIOR PAINTING 099123 - 12
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024-03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 102126 -WATER-PROOF WALL PANEL SYSTEM
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Wetwall Water-Proof panels.
B. Wilsonart®Panel Adhesive and Wilsonart® Color Matched Sealant.
1.2 REFERENCE STANDARD
A. ISO 4586: High-Pressure Decorative Laminate (HPDL) — Sheets Based on Thermosetting
Resins.
1.3 ACTION SUBMITTALS
A. General: Submit under provisions of Section 013000 - Submittals.
B. Product Data: For each specified product. Include manufacturer's technical data sheets and
published installation instructions.
C. Shop Drawings: Fully dimensioned shop drawings indicating wall panel and mounting system
layouts,joinery and reveals, terminating conditions, substrate construction, cutouts, and holes.
Include elevations, sections, and large scale details; show attachment locations, blocking, and
related components.
D. Samples: Selection and verification samples for each wall panel color and pattern required.
1. Submit minimum 5x8 inch sample of each wall panel required. [Include two samples
jointed together representing typical exposed panel joint condition.]
E. Quality Assurance Submittals: Submit the following:
1. Test Reports: Certified test reports showing compliance with specified performance
characteristics and physical properties, if required by authorities having jurisdiction.
2. Warranty: Specimen copy of specified warranty.
F. Maintenance Data: Submit manufacturer's published maintenance manual with closeout
submittals.
1.4 QUALITY ASSURANCE
A. Non-certified Installer Qualifications: Documented experience in installing wall panels similar
in scope and complexity to this Project.
WATER-PROOF WALL PANEL SYSTEM 102126 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Certified Platinum Installer Qualification: Minimum of five years documented installation
experience for projects similar in scope and complexity to this Project, and currently certified
by the manufacturer as an acceptable installer.
1.5 DELIVERY, STORAGE,AND HANDLING
A. Storage and Protection: Store materials protected from exposure to harmful weather conditions,
at temperature and humidity conditions recommended by manufacturer. Store panels flat on
pallets or similar rack-type storage to preclude damage.
B. Ensure wall panels acclimate to installation area final occupancy temperature and humidity a
minimum of 48 hours prior to time of installation.
C. Handling: Use extra care for front faces of panels. Use only non-abrasive cloths to avoid
scratching finished surfaces.
1.6 PROJECT CONDITIONS
A. Environmental Requirements: Prior to installation, building must be enclosed with building
interior spaces to receive the work climate-controlled, with a typical ambient temperature
between 55 deg F and 80 deg F, and 40 percent to 50 percent relative humidity.
B. Field Measurements: Verify actual measurements and openings by field measurements before
fabrication; show recorded measurements on shop drawings. Coordinate field measurements
and fabrication schedule with construction progress to avoid construction delays.
1.7 WARRANTY
A. Manufacturer's Non-certified Installer 10 Year Limited Warranty: Provide manufacturer's
standard 10 Year Limited Warranty against material defects in wall panel system.
B. Manufacturer's Certified Platinum Installer Limited Lifetime Warranty: Provide manufacturer's
standard Limited Lifetime Warranty against material defects in wall panel system.
PART 2 - PRODUCTS
2.1 MANUFACTURER
A. Basis of Design Manufacturer: Wetwall.
2.2 WALL PANEL COMPONENT PROPERTIES
A. High Pressure Laminate Overlays on Panel Core Material: Decorative surface papers
impregnated with melamine resins and pressed over wood-plastic core. Sheets then bonded
together under pressures greater than 1,000 lbs. per sq. in. and high temperatures approaching
WATER-PROOF WALL PANEL SYSTEM 102126 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
300 deg F. Finished sheets trimmed; backs sanded to acilitate bonding to substrate, unless
selected products are unsanded. Wall panels have balanced laminate surfaces (both sides of
panel).
2.3 WETWALL PANELS
A. Product: "Wetwall Water-Proof Wall Panel System."
B. Panel Dimensions and Weight:
1. Panel Size(Width and Height): As selected from manufacturer's full range of sizes
2. Panel Thickness: 0.43 inch nominal.
3. Panel Weight: Approximately 1.65 lb/sq. ft.
C. Panel Designs:
1. Design Pattern and Color: Selected from manufacturer's full range of available selections.
D. Panel Edge Configurations: Provide the following to suit installation conditions:
1. Tub/Shower Surrounds: Combination bullnose edge/flat edge, tongue edge/flat edge and
groove edge/flat edge mated panels.
2. Panels Extending Beyond Surrounds: Tongue edge and groove edge.
3. Wing Walls: Combination flat/tongue and flat/groove.
4. Feature Panels: two bullnose edges.
E. Panel Performance Criteria: Based on testing pursuant to ISO 4586, for the following
properties:
1. Light Resistance: Slight effect; Test Methods 32A and 33B.
2. Resistance to Staining:Not more than slight effect; Test Method 30A.
3. Resistance to Staining: 10; Test Method 31B.
4. Resistance to Wet Heat: No effect (non-gloss finishes) or slight effect (gloss finishes);
Test Method 42.
5. Resistance to Dry Heat: No effect (non-gloss finishes) or slight effect (gloss finishes);
Test Methods 17A and 18B.
6. Resistance to Impact(Large):40 inches; Test Method 25.
7. Resistance to Cigarette Burn: 210 seconds; Test Method 37.
8. Dimensional Stability 0.5 percent (machine direction) and 0.8 percent (cross direction);
Test Method 22B.
2.4 ACCESSORY MATERIALS
A. Panel Adhesive: Wilsonart®Adhesive"Panel Adhesive."
B. Color Matched Sealant: Wilsonart®Adhesive"Color Matched Sealant."
WATER-PROOF WALL PANEL SYSTEM 102126 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.5 FABRICATION
A. Fabricate components in shop, to greatest extent practicable, in panel sizes and arrangements
indicated according to approved shop drawings and manufacturer's published fabrication
requirements.
B. Provide cutouts for wall penetrations; trim edges according to manufacturer's published
requirements.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions that could adversely affect the work of this Section.
B. Substrates to receive wall panels must be sound, flat, smooth, dry, and free from dust, loose
paint, or other surface contaminants.
C. Plumbing fixtures and accessories must be removed prior to panel system installation.
D. Commencement of work will constitute acceptance of substrates and conditions to receive the
work.
3.2 REPARATION FOR EXISTING TILE SUBSTRATES
A. Verify tile is solidly adhered to walls. Any loose tiles must be removed, filled with and
approved mastic, and sanded smooth.
B. Rough up glossy tile surfaces using a belt sander with 60-grit sandpaper.
C. Prepared surfaces must be dry, smooth, and free of any dust or other contaminants.
D. Wipe prepared surfaces with a damp cloth and allow to dry.
3.3 WALL PANELS INSTALLATION
A. General: Install wall panels plumb, level, and true according to approved shop drawings and
manufacturer's published installation instructions, including "Wetwall Water-Proof Wall Panel
System Installation Guide."
B. Tape over shower drains prior to panel installation.
C. Cut panels using only approved power tools.
D. Dry fit panels, then mark plumbing locations for shower valves, shower heads, and similar
items.Drill holes using only approved power tools.
WATER-PROOF WALL PANEL SYSTEM 102126 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
E. Thoroughly clean panel backs prior to adhesive application on panel surfaces. Apply adhesive
with bead dimensions, spacing, and locations from panel edges according to manufacturer's
recommendations. Press into place on installation substrates to ensure full adhesive contact.
F. Apply color matched sealant to tongue edge panel prior to installation on wall surfaces. After
panels are installed on substrates, apply color matched sealant to corners and bottoms for a
watertight installation. Remove excess sealant from panel surfaces. Allow to cure for 24 hours.
3.4 CLEANING AND PROTECTION
A. Clean wall panels according to manufacturer's published maintenance instructions. Completely
remove deleterious substances from finished surfaces using approved cleaning materials.
B. Protect completed work from damage during remainder of construction period.
END OF SECTION 102126
WATER-PROOF WALL PANEL SYSTEM 102126 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 102800-TOILET ACCESSORIES
PART 1 - GENERAL
1.1 RELATED DOCUMENTS:
Drawings and general provisions of Contract, including General and Supplementary Conditions
and Division 1 Specification Sections, apply to work of this section.
1.2 SUMMARY
A. This Section includes the following:
1. Toilet and bath accessories.
2. Under lavatory guards
B. Related Sections include the following:
1. Division 10 Section "Toilet Compartments" for compartments and screens.
1.3 SUBMITTALS
A. Product Data: Include construction details, material descriptions and thicknesses, dimensions,
profiles, fastening and mounting methods, specified options, and finishes for each type of
accessory specified.
B. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each
accessory required. Use designations indicated in the Enlarged Toilet and Shower Room Plan
and room designations indicated on Drawings in product schedule.
1.4 QUALITY ASSURANCE
A. Source Limitations: Provide products of same manufacturer for each type of accessory unit and
for units exposed to view in same areas,unless otherwise approved by Architect.
B. Product Options: Accessory requirements, including those for materials, finishes, dimensions,
capacities, and performance, are established by specific products indicated in the Toilet and
Bath Accessory Schedule.
1. Do not modify aesthetic effects, as judged solely by Architect, except with Architect's
approval. Where modifications are proposed, submit comprehensive explanatory data to
Architect for review.
1.5 COORDINATION
A. Coordinate accessory locations with other work to prevent interference with clearances required
for access by disabled persons, proper installation, adjustment, operation, cleaning, and
servicing of accessories.
TOILET,BATH AND LAUNDRY ACCESSORIES 102800-1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying
the Work.
1.6 WARRANTY
A. General Warranty: Special warranty specified in this Article shall not deprive Owner of other
rights Owner may have under other provisions of the Contract Documents and shall be in
addition to,and run concurrent with, other warranties made by Contractor under requirements of
the Contract Documents.
B. Manufacturer's Mirror Warranty: Written warranty, executed by mirror manufacturer agreeing to
replace mirrors that develop visible silver spoilage defects within minimum warranty period
indicated.
1. Minimum Warranty Period: 15 years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Restroom Accessories;
1. Bobrick Washroom Equipment, Inc. (Model numbers indicated on plan)
2. Kimberley-Clark, Inc
B. TOILET AND BATH ACCESSORY SCHEDULE
1. Per Plan.
C. CHILDCARE ACCESSORIES
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a American Specialties,Inc.
b Brocar Products, Inc.
c Diaper Deck&Company, Inc.
d GAMCO Specialty Accessories; a division of Bobrick Washroom Equipment, Inc.
e Koala Kare Products; a division of Bobrick Washroom Equipment, Inc.
f SSC, Inc.
g Tubular Specialties Manufacturing Inc.
D. UNDERLAVATORY GUARDS
2. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a Plumberex Specialty Products, Inc.
b Truebro by IPS Corporation.
TOILET,BATH AND LAUNDRY ACCESSORIES 102800 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.2 MATERIALS
A. Stainless Steel: ASTM A 666, Type 304, with No. 4 finish (satin), in 0.0312-inch minimum
nominal thickness,unless otherwise indicated.
B. Brass: ASTM B 19, leaded and unleaded flat products; ASTM B 16 (ASTM B 16M), rods,
shapes, forgings, and flat products with finished edges;ASTM B 30, castings.
C. Sheet Steel: ASTM A 366/A 366M, cold rolled, commercial quality, 0.0359-inch minimum
nominal thickness; surface preparation and metal pretreatment as required for applied finish.
D. Galvanized Steel Sheet: ASTM A 653/A 653M, G60(Z180).
E. Chromium Plating: ASTM B 456, Service Condition Number SC 2 (moderate service), nickel
plus chromium electrodeposited on base metal.
F. Baked-Enamel Finish: Factory-applied, gloss-white,baked-acrylic-enamel coating.
G. Mirror Glass: ASTM C 1036, Type 1, Class 1, Quality q2, nominal 6.0 mm thick, with silvering,
electroplated copper coating, and protective organic coating complying with FS DDM-411.
H. Galvanized Steel Mounting Devices: ASTM A 153/A 153M,hot-dip galvanized after fabrication.
I. Fasteners: Screws, bolts, and other devices of same material as accessory unit, tamper and theft
resistant when exposed, and of galvanized steel when concealed.
2.3 FABRICATION
A. General: One, maximum 1-1/2-inch- (38-mm-) diameter, unobtrusive stamped manufacturer
logo, as approved by Architect, is permitted on exposed face of accessories. On interior surface
not exposed to view or back surface of each accessory, provide printed, waterproof label or
stamped nameplate indicating manufacturer's name and product model number.
B. General: Names or labels are not permitted on exposed faces of accessories. On interior surface
not exposed to view or on back surface of each accessory, provide printed, waterproof label or
stamped nameplate indicating manufacturer's name and product model number.
C. Surface-Mounted Toilet Accessories: Unless otherwise indicated, fabricate units with tight seams
and joints, and exposed edges rolled. Hang doors and access panels with continuous stainless-
steel hinge. Provide concealed anchorage where possible.
D. Recessed Toilet Accessories: Unless otherwise indicated, fabricate units of all-welded
construction, without mitered corners. Hang doors and access panels with full-length, stainless-
steel hinge. Provide anchorage that is fully concealed when unit is closed.
E. Keys: Provide universal keys for internal access to accessories for servicing and resupplying.
Provide minimum of six keys to Owner's representative.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install accessories according to manufacturers' written instructions, using fasteners appropriate to
substrate indicated and recommended by unit manufacturer. Install units level, plumb, and
firmly anchored in locations and at heights indicated.
TOILET,BATH AND LAUNDRY ACCESSORIES 102800 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 202403
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Secure mirrors to walls in concealed, tamper-resistant manner with special hangers, toggle bolts,
or screws. Set units level,plumb, and square at locations indicated, according to manufacturer's
written instructions for substrate indicated.
C. Install grab bars to withstand a downward load of at least 250 lbs, when tested according to
method in ASTM F 446.
3.2 ADJUSTING AND CLEANING
A. Adjust accessories for unencumbered, smooth operation and verify that mechanisms function
properly. Replace damaged or defective items.
B. Remove temporary labels and protective coatings.
C. Clean and polish exposed surfaces according to manufacturer's written recommendations.
END OF SECTION 102800
TOILET,BATH AND LAUNDRY ACCESSORIES 102800 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 311000 - SITE CLEARING
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. Protecting existing vegetation to remain.
2. Removing existing vegetation.
3. Clearing and grubbing.
4. Stripping and stockpiling topsoil.
5. Removing above-and below-grade site improvements.
6. Disconnecting, capping or sealing site utilities.
7. Temporary erosion-and sedimentation-control measures.
1.2 MATERIAL OWNERSHIP
A. Except for stripped topsoil and other materials indicated to be stockpiled or otherwise remain Owner's
property, cleared materials shall become Contractor's property and shall be removed from Project site.
1.3 PROJECT CONDITIONS
A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or
used facilities during site-clearing operations.
1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having jurisdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or
authorities having jurisdiction.
B. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's
premises where indicated.
C. Utility Locator Service: Notify utility locator service for area where Project is located before site
clearing.
D. Do not commence site clearing operations until temporary erosion- and sedimentation-control
measures are in place.
E. The following practices are prohibited within protection zones:
1. Storage of construction materials, debris, or excavated material.
2. Parking vehicles or equipment.
3. Foot traffic.
4. Erection of sheds or structures.
SITE CLEARING 311000 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
5. Impoundment of water.
6. Excavation or other digging unless otherwise indicated.
7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated.
PART 2 -PRODUCTS
2.1 MATERIALS
A. Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 312000
"Earth Moving."
1. Obtain approved borrow soil material off-site when satisfactory soil material is not available
on-site.
PART 3 -EXECUTION
3.1 PREPARATION
A. Protect and maintain benchmarks and survey control points from disturbance during construction.
B. Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated.
C. Protect existing site improvements to remain from damage during construction.
1. Restore damaged improvements to their original condition, as acceptable to Owner.
3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL
A. Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge
of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to
erosion-and sedimentation-control Drawings and requirements of authorities having jurisdiction.
B. Verify that flows of water redirected from construction areas or generated by construction activity do
not enter or cross protection zones.
C. Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until
permanent vegetation has been established.
D. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal.
3.3 TREE AND PLANT PROTECTION
A. General: Protect trees and plants remaining on-site according to requirements in Section 015639
"Temporary Tree and Plant Protection."
SITE CLEARING 311000 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are
damaged by construction operations,in a manner approved by Architect.
3.4 EXISTING UTILITIES
A. Locate,identify, disconnect, and seal or cap utilities indicated to be removed or abandoned in place.
1. Arrange with utility companies to shut off indicated utilities.
B. Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or
others unless permitted under the following conditions and then only after arranging to provide
temporary utility services according to requirements indicated:
1. Notify Architect not less than two days in advance of proposed utility interruptions.
2. Do not proceed with utility interruptions without Architect's written permission.
C. Removal of underground utilities is included in earthwork sections and with applicable fire
suppression,plumbing, HVAC, electrical, communications, electronic safety and security and utilities
sections and Section 024116 "Structure Demolition" and Section 024119 "Selective Demolition."
3.5 CLEARING AND GRUBBING
A. Remove obstructions,trees, shrubs, and other vegetation to permit installation of new construction.
1. Grind down stumps and remove roots, obstructions, and debris to a depth of 18 inches below
exposed subgrade.
2. Use only hand methods for grubbing within protection zones.
B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless
further excavation or earthwork is indicated.
1. Place fill material in horizontal layers not exceeding a loose depth of 8 inches and compact
each layer to a density equal to adjacent original ground.
3.6 TOPSOIL STRIPPING
A. Remove sod and grass before stripping topsoil.
B. Strip topsoil to depth of 6 inches in a manner to prevent intermingling with underlying subsoil or
other waste materials.
C. Stockpile topsoil away from edge of excavations without intermixing with subsoil. Grade and shape
stockpiles to drain surface water. Cover to prevent windblown dust and erosion by water.
SITE CLEARING 311000 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3.7 SITE IMPROVEMENTS
A. Remove existing above- and below-grade improvements as indicated and necessary to facilitate new
construction.
3.8 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste
materials including trash and debris, and legally dispose of them off Owner's property.
B. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store
or stockpile without intermixing with other materials and transport them to recycling facilities. Do
not interfere with other Project work.
END OF SECTION 311000
SITE CLEARING 311000 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 321216 -ASPHALT PAVING
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. Cold milling of existing asphalt pavement.
2. Hot-mix asphalt patching.
3. Hot-mix asphalt paving.
4. Hot-mix asphalt overlay.
5. Asphalt curbs.
B. Related Requirements:
1. Section 312000 "Earth Moving" for subgrade preparation, fill material, unbound-aggregate
subbase and base courses, and aggregate pavement shoulders.
2. Section 321373 "Concrete Paving Joint Sealants" for joint sealants and fillers at pavement
terminations.
1.2 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
1.4 QUALITY ASSURANCE
A. Manufacturer Qualifications: A paving-mix manufacturer registered with and approved by authorities
having jurisdiction or the DOT of state in which Project is located
B. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements
of California or local DOT for asphalt paving work.
1. Measurement and payment provisions and safety program submittals included in standard
specifications do not apply to this Section.
ASPHALT PAVING 321216 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
PART 2 -PRODUCTS
2.1 AGGREGATES
A. Coarse Aggregate: ASTM D 692/1)692M, sound; angular crushed stone, crushed gravel, or cured,
crushed blast-furnace slag.
B. Fine Aggregate: ASTM D 1073 or AASHTO M 29, sharp-edged natural sand or sand prepared from
stone, gravel, cured blast-furnace slag, or combinations thereof.
2.2 ASPHALT MATERIALS
A. Asphalt Binder: AASHTO M 320,PG 64-22.
B. Tack Coat: ASTM D 977 or AASHTO M 140 emulsified asphalt, or ASTM D 2397 o
[AASHTO M 208 cationic emulsified asphalt, slow setting, diluted in water, of suitable grade and
consistency for application.
2.3 AUXILIARY MATERIALS
A. Herbicide: Commercial chemical for weed control, registered by the EPA, and not classified as
"restricted use" for locations and conditions of application. Provide in granular, liquid, or wettable
powder form.
2.4 MIXES
A. Hot-Mix Asphalt: Dense-graded, hot-laid, hot-mix asphalt plant mixes approved by authorities
having jurisdiction and complying with the following requirements:
1. Provide mixes with a history of satisfactory performance in geographical area where Project is
located.
PART 3 -EXECUTION
3.1 COLD MILLING
A. Clean existing pavement surface of loose and deleterious material immediately before cold milling.
Remove existing asphalt pavement by cold milling to grades and cross sections indicated.
1. Mill to a depth of 2 inches .
2. Patch surface depressions deeper than 1 inch after milling,before wearing course is laid.
ASPHALT PAVING 321216 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3.2 PATCHING
A. Asphalt Pavement: Saw cut perimeter of patch and excavate existing pavement section to sound base.
Excavate rectangular or trapezoidal patches, extending 12 inches into perimeter of adjacent sound
pavement, unless otherwise indicated. Cut excavation faces vertically. Remove excavated material.
Recompact existing unbound-aggregate base course to form new subgrade.
B. Portland Cement Concrete Pavement: Break cracked slabs and roll as required to reseat concrete
pieces firmly.
1. Remove disintegrated or badly cracked pavement. Excavate rectangular or trapezoidal patches,
extending into perimeter of adjacent sound pavement, unless otherwise indicated. Cut
excavation faces vertically. Recompact existing unbound-aggregate base course to form new
subgrade.
C. Tack Coat: Before placing patch material, apply tack coat uniformly to vertical asphalt surfaces
abutting the patch. Apply at a rate of 0.05 to 0.15 gal./sq.yd.
1. Allow tack coat to cure undisturbed before applying hot-mix asphalt paving.
2. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove
spillages and clean affected surfaces.
D. Placing Patch Material: Fill excavated pavement areas with hot-mix asphalt base mix for full
thickness of patch and,while still hot, compact flush with adjacent surface.
3.3 SURFACE PREPARATION
A. General: Immediately before placing asphalt materials, remove loose and deleterious material from
substrate surfaces. Ensure that prepared subgrade is ready to receive paving.
B. Proof-roll subgrade below pavements with heavy pneumatic-tired equipment to identify soft pockets
and areas of excess yielding. Do not proof-roll wet or saturated subgrades.
C. Tack Coat: Apply uniformly to surfaces of existing pavement at a rate of 0.05 to 0.15 gal./sq. yd.
1. Allow tack coat to cure undisturbed before applying hot-mix asphalt paving.
2. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove
spillages and clean affected surfaces.
3.4 PLACING HOT-MIX ASPHALT
A. Machine place hot-mix asphalt on prepared surface, spread uniformly, and strike off. Place asphalt
mix by hand in areas inaccessible to equipment in a manner that prevents segregation of mix. Place
each course to required grade, cross section,and thickness when compacted.
1. Spread mix at a minimum temperature of 250 deg F
2. Regulate paver machine speed to obtain smooth, continuous surface free of pulls and tears in
asphalt-paving mat.
ASPHALT PAVING 321216 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Place paving in consecutive strips not less than 10 feet wide unless infill edge strips of a lesser width
are required.
C. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to
remove excess material forming high spots. Fill depressions with hot-mix asphalt to prevent
segregation of mix;use suitable hand tools to smooth surface.
3.5 JOINTS
A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free
of depressions,with same texture and smoothness as other sections of hot-mix asphalt course.
1. Clean contact surfaces and apply tack coat to joints.
2. Offset longitudinal joints, in successive courses, a minimum of 6 inches
3. Offset transverse joints, in successive courses, a minimum of 24 inches
4. Construct transverse joints at each point where paver ends a day's work and resumes work at a
subsequent time. Construct these joints using either"bulkhead" or"papered" method according
to Al MS-22, for both "Ending a Lane" and"Resumption of Paving Operations."
3.6 COMPACTION
A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without
excessive displacement. Compact hot-mix paving with hot, hand tampers or with vibratory-plate
compactors in areas inaccessible to rollers.
1. Complete compaction before mix temperature cools to 185 deg F(85 deg Q.
B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and
outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and
smoothness. Correct laydown and rolling operations to comply with requirements.
C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot-mix
asphalt is still hot enough to achieve specified density. Continue rolling until hot-mix asphalt course
has been uniformly compacted to the following density:
I. Average Density: 92 percent of reference maximum theoretical density according to
ASTM D 2041,but not less than 90 percent or greater than 96 percent.
D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot-mix asphalt is still warm.
E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper
alignment. Bevel edges while asphalt is still hot; compact thoroughly.
F. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and
hardened.
G. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked.
ASPHALT PAVING 321216 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3.7 INSTALLATION TOLERANCES
A. Pavement Thickness: Compact each course to produce the thickness indicated within the following
tolerances:
1. Base Course: Plus or minus 1/2 inch.
2. Surface Course: Plus 1/4 inch no minus.
B. Pavement Surface Smoothness: Compact each course to produce a surface smoothness within the
following tolerances as determined by using a 10-foot straightedge applied transversely or
longitudinally to paved areas:
1. Base Course: 1/4 inch
2. Surface Course: 1/8 inch
3. Crowned Surfaces: Test with crowned template centered and at right angle to crown.
Maximum allowable variance from template is 1/4 inch.
3.8 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections.
B. Replace and compact hot-mix asphalt where core tests were taken.
C. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate
that it does not comply with specified requirements.
3.9 WASTE HANDLING
A. General: Handle asphalt-paving waste according to approved waste management plan required in
Section 017419 "Construction Waste Management and Disposal."
END OF SECTION 321216
ASPHALT PAVING 321216 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 321313 -CEMENT CONCRETE PAVEMENT
PART 1 -GENERAL
1.1 SUMMARY
A. This Section includes exterior cement concrete pavement for the following:
I. Driveways and roadways.
2. Parking lots.
3. Curbs and gutters.
4. Walkways.
1.2 SUBMITTALS
A. Product Data: For each type of product indicated.
B. Design Mixtures: For each concrete pavement mixture.
1.3 QUALITY ASSURANCE
A. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products who complies with
ASTM C 94/C 94M requirements for production facilities and equipment.
B. ACI Publications: Comply with ACI 301, "Specification for Structural Concrete," unless modified by
requirements in the Contract Documents.
PART 2 -PRODUCTS
2.1 STEEL REINFORCEMENT
A. Plain-Steel Welded Wire Reinforcement: ASTM A 185, fabricated from as-drawn steel wire into flat
sheets.
B. Deformed-Steel Welded Wire Reinforcement: ASTM A 497, flat sheet.
C. Reinforcing Bars: ASTM A 615/A 615M, Grade 60(Grade 420); deformed.
D. Plain Steel Wire: ASTM A 82,as drawn.
E. Deformed-Steel Wire: ASTM A 496.
CEMENT CONCRETE PAVEMENT 321313 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening
reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports
according to CRSI's "Manual of Standard Practice."
2.2 CONCRETE MATERIALS
A. Cementitious Material: Use one of the following cementitious materials, of the same type,brand, and
source throughout the Project:
1. Portland Cement: ASTM C 150,Type V,gray. Supplement with the following:
a. Fly Ash: ASTM C 618, Class F.
b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120.
B. Normal-Weight Aggregates: ASTM C 33, coarse aggregate, uniformly graded. Provide aggregates
from a single source.
C. Water: ASTM C 94/C 94M.
D. Air-Entraining Admixture: ASTM C 260.
E. Chemical Admixtures: ASTM C 494/C 494M, of type suitable for application, certified by
manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-
soluble chloride ions by mass of cementitious material.
2.3 FIBER REINFORCEMENT
A. Synthetic Fiber: Monofilament or fibrillated polypropylene fibers engineered and designed for use in
concrete pavement,complying with ASTM C 1116,Type III, 1/2 to 1-1/2 inches (13 to 38 mm) long.
2.4 CURING MATERIALS
A. Water: Potable.
B. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to
fresh concrete.
C. Clear Waterborne Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B,
dissipating.
D. White Waterborne Membrane-Forming Curing Compound: ASTM C 309, Type 2, Class B.
2.5 RELATED MATERIALS
A. Expansion-and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber.
CEMENT CONCRETE PAVEMENT 321313 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Color Pigment: ASTM C 979, synthetic mineral-oxide pigments or colored water-reducing
admixtures; color stable, free of carbon black, nonfading, and resistant to lime and other alkalis.
C. Pavement-Marking Paint: Latex, waterborne emulsion, lead and chromate free, ready mixed,
complying with FS TT-P-1952,with drying time of less than 3,45 minutes.
1. Color: White or as indicated.
2.6 CONCRETE MIXTURES
A. Prepare design mixtures,proportioned according to ACI 301,with the following properties:
1. Compressive Strength(28 Days): 2500 psi(20.7 MPa).
2. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.45
3. Slump Limit: 4 inches (100 mm),plus or minus 1 inch(25 mm).
4. Air Content: 6, 5-1/2,4-1/2 percent plus or minus 1.5 percent.
B. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended rate,but not less
than 1.0 lb/cu. yd. (0.60 kg/cu. m).
C. Color Pigment: Add color pigment to concrete mixture according to manufacturer's written
instructions.
2.7 CONCRETE MIXING
A. Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to
ASTM C 94/C 94M. Furnish batch certificates for each batch discharged and used in the Work.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Proof-roll prepared subbase surface below concrete pavements with heavy pneumatic-tired equipment
to identify soft pockets and areas of excess yielding.
3.2 EDGE FORMS AND SCREED CONSTRUCTION
A. Set,brace, and secure edge forms,bulkheads, and intermediate screed guides for pavement to required
lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can
remain in place at least 24 hours after concrete placement.
B. Clean forms after each use and coat with form-release agent to ensure separation from concrete
without damage.
CEMENT CONCRETE PAVEMENT 321313 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
3.3 STEEL REINFORCEMENT
A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting
reinforcement.
3.4 JOINTS
A. General: Form construction, isolation, and contraction joints and tool edgings true to line with faces
perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline,
unless otherwise indicated.
B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations
where pavement operations are stopped for more than one-half hour unless pavement terminates at
isolation joints.
C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch
basins,manholes, inlets, structures,walks,other fixed objects, and where indicated.
D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as
indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete
thickness.
E. Edging: Tool edges of pavement, gutters, curbs, and joints in concrete after initial floating with an
edging tool to a 1/4-inch (6-mm) radius. Repeat tooling of edges after applying surface finishes.
Eliminate tool marks on concrete surfaces.
3.5 CONCRETE PLACEMENT
A. Moisten subbase to provide a uniform dampened condition at time concrete is placed.
B. Comply with ACI 301 requirements for measuring,mixing,transporting,and placing concrete.
C. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag
concrete into place or use vibrators to move concrete into place.
D. Screed pavement surfaces with a straightedge and strike off.
E. Commence initial floating using bull floats or derbies to impart an open textured and uniform surface
plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete
surfaces before beginning finishing operations or spreading surface treatments.
3.6 FLOAT FINISHING
A. General: Do not add water to concrete surfaces during finishing operations.
B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and
concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven
floats, or by hand floating if area is small or inaccessible to power units. Finish surfaces to true
CEMENT CONCRETE PAVEMENT 321313 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular
texture.
1. Medium-to-Fine-Textured Broom Finish: Draw a soft bristle broom across float-finished
concrete surface perpendicular to line of traffic to provide a uniform,fine-line texture.
3.7 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures.
B. Comply with ACI 306.1 for cold-weather protection.
C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy
conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during
finishing operations. Apply according to manufacturer's written instructions after placing, screeding,
and bull floating or darbying concrete,but before float finishing.
D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface.
E. Curing Methods: Cure concrete by moisture curing.
3.8 PAVEMENT TOLERANCES
A. Comply with tolerances of ACI 117 and as follows:
1. Elevation: 1/4 inch(6 mm).Unless otherwise noted on plans.
2. Thickness: Plus 3/8 inch(10 mm),minus 1/4 inch(6 mm).
3. Surface: Gap below 10-foot- (3-m-) long, unleveled straightedge not to exceed 1/4 inch (6
mm).
4. Joint Spacing: 3 inches(75 mm).
5. Contraction Joint Depth: Plus 1/4 inch(6 mm),no minus.
6. Joint Width: Plus 1/8 inch(3 mm),no minus.
3.9 PAVEMENT MARKING
A. Allow concrete pavement to cure for 14 days and be dry before starting pavement marking.
B. Sweep and clean surface to eliminate loose material and dust.
C. Apply paint with mechanical equipment to produce pavement markings of dimensions indicated with
uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film
thickness of 15 mils(0.4 mm).
3.10 REPAIRS AND PROTECTION
A. Remove and replace concrete pavement that is broken, damaged, or defective or that does not comply
with requirements in this Section.
CEMENT CONCRETE PAVEMENT 321313 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
B. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement.
C. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep
concrete pavement not more than two days before date scheduled for Substantial Completion
inspections.
END OF SECTION 321313
CEMENT CONCRETE PAVEMENT 321313 - 6
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 321713 -PARKING BUMPERS
PART 1 -GENERAL
1.1 SUMMARY
A. Section includes wheel stops.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Samples: For each exposed product and for each color and texture specified.
PART 2 -PRODUCTS
2.1 PARKING BUMPERS
A. Concrete Wheel Stops: Precast, steel-reinforced, air-entrained concrete, 4000-psi minimum
compressive strength, 4-1/2 inches high by 6 inches wide by 48 inches long. Provide chamfered
corners, transverse drainage slots on underside, and a minimum of two factory-formed or -drilled
vertical holes through wheel stop for anchoring to substrate.
1. Mounting Hardware: Galvanized-steel hardware as standard with wheel-stop manufacturer.
PART 3 -EXECUTION
3.1 INSTALLATION
A. General: Install wheel stops according to manufacturer's written instructions unless otherwise
indicated.
B. Install wheel stops in bed of adhesive before anchoring.
C. Securely anchor wheel stops to pavement with hardware in each preformed vertical hole in wheel stop
as recommended in writing by manufacturer.
PARKING BUMPERS 321713 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
END OF SECTION 321713
PARKING BUMPERS 321713 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 321723 -PAVEMENT MARKINGS
PART 1 -GENERAL
1.1 SUMMARY
A. Section includes painted markings applied to asphalt and concrete pavement.
1.2 PREINSTALLATION MEETINGS
A. Pre-installation Conference: Conduct conference at Project site.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Samples: For each exposed product and for each color and texture specified.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on
Drawings or comparable product by one of the following:
1. Aexcel Inc.
2. Benjamin Moore&Co.
3. Dunn-Edwards Corporation.
4. Ennis Traffic Safety Solutions,Inc.
5. Frazee Paint.
6. General Paint.
7. Kwal Paint.
8. M.A.B. Paints.
9. McCormick Paints.
10. Miller Paint.
11. Parker Paint Mfg. Co. Inc.
12. PPG Industries.
13. Sherwin-Williams Company(The).
2.2 PAVEMENT-MARKING PAINT
A. Pavement-Marking Paint: MPI#32, alkyd traffic-marking paint.
PAVEMENT MARKINGS 321723 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No.2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1. Color: As indicated
B. Pavement-Marking Paint: MPI#97,latex traffic-marking paint.
1. Color: As indicated.
PART 3 -EXECUTION
3.1 PAVEMENT MARKING
A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with
Architect.
B. Allow paving to age for a minimum of 28 days before starting pavement marking.
C. Sweep and clean surface to eliminate loose material and dust.
D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated,with
uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film
thickness of 15 mils(0.4 mm).
1. Apply graphic symbols and lettering with paint-resistant, die-cut stencils. Apply paint so that it
cannot run beneath the stencil.
END OF SECTION 321723
PAVEMENT MARKINGS 321723 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
SECTION 323119 -DECORATIVE METAL FENCES AND GATES
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
I. Decorative metallic-coated-steel tubular picket fences.
2. Decorative steel fences.
3. Swing gates.
4. Gate operators,including controls.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Shop Drawings: For gates. Include plans, elevations, sections, details, and attachments to other
work.
I. Include diagrams for power, signal, and control wiring.
C. Samples: For each fence material and for each color specified.
1.3 INFORMATIONAL SUBMITTALS
A. Field quality-control reports.
B. Product Test Reports: For decorative metallic-coated-steel tubular picket fences, including
finish,indicating compliance with referenced standard and other specified requirements.
1.4 CLOSEOUT SUBMITTALS
A. Maintenance Data: For gate operators to include in maintenance manuals.
PART 2 -PRODUCTS
2.1 DECORATIVE METALLIC-COATED-STEEL TUBULAR PICKET FENCES
A. Decorative Metallic-Coated-Steel Tubular Picket Fences: Comply with ASTM F 2408, for
light industrial(commercial) application(class)unless otherwise indicated.
DECORATIVE METAL FENCES AND GATES 323119 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
1. Manufacturers: Subject to compliance with requirements, products by one of the
following:
a. Ameristar Fence Products.
b. BetaFence USA LLC.
C. Fortress Iron.
d. Hill& Smith Inc.
e. Iron Eagle Industries, Inc.
f. Iron World Manufacturing LLC.
g. Master Halco.
h. Merchants Metals.
i. Virginia Railing and Gates,LLC.
j. Xcel Fence.
B. Post Caps: Formed from steel sheet and hot-dip galvanized after forming
C. Pickets: Square tubes.
1. Extend pickets beyond top rail as indicated and press flat and trim to produce spear
point shape.
2. Picket Spacing: SEE DRAWINGS
D. Finish: Powder coating.
2.2 DECORATIVE STEEL FENCES
A. Decorative Steel Fences: Fences made from steel tubing bars and shapes,hot-dip galvanized.
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not
limited to,the following:
a. A&T Iron Works, Inc.
b. Ametco Manufacturing Corporation.
C. BarnettBates Corporation.
d. Metalco Fence&Railing Systems; Atlantis Products, Inc.
e.
B. Posts: SEE DRAWINGS.
C. Post Caps: Formed from steel sheet and hot-dip galvanized after forming.
D. Rails:
1. Steel Tube Rails: SEE DRAWINGS
2. Steel Channel Rails: SEE DRAWINGS
E. Pickets: SEE DRAWINGS
DECORATIVE METAL FENCES AND GATES 323119 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
F. Infill: Forge-welded-steel bar grating.
G. Fasteners: Stainless-steel carriage bolts and nuts.
H. Fabrication: Assemble fences into sections by welding pickets to rails.
I. Galvanizing: For items other than hardware that are indicated to be galvanized, hot-dip
galvanize to comply with ASTM A 123/A 123M. For hardware items, hot-dip galvanize to
comply with ASTM A 153/A 153M.
1. Hot-dip galvanize posts and rails.
2. Hot-dip galvanize rail and picket assemblies after fabrication.
3. Hot-dip galvanize bar grating infll after fabrication.
J. Finish for Bar Grating Infill: Powder coating.
K. Finish for Steel Items: Shop painted.
L. Finish for Metallic-Coated-Steel Items: High-performance coating.
2.3 SWING GATES
A. Galvanized-Steel Frames and Bracing: Fabricate members from square tubes 1-1/2 by 1-1/2
inches formed from 0.108-inch nominal-thickness, metallic-coated steel sheet or formed from
0.105-inch(2.66-mm)nominal-thickness steel sheet and hot-dip galvanized after fabrication.
B. Hardware: Latches permitting operation from both sides of gate, hinges, and keepers for each
gate leaf more than 5 feet(1.52 m)wide.
1. Lever hardware.
C. Galvanizing: For items other than hardware that are indicated to be galvanized, hot-dip
galvanize to comply with ASTM A 123/A 123M. For hardware items, hot-dip galvanize to
comply with ASTM A 153/A 153M.
D. Metallic-Coated-Steel Finish: High-performance coating Galvanized finish.
2.4 GATE OPERATORS
A. Gate Operators:
1. Manufacturers: Subject to compliance with requirements, provide products by the
following:
a. Amazing Gates of America LLC.
b. Apollo Gate Operators.
C. AutoGate,Inc.
d. Begley Automated Gate Systems.
e. Byan Systems, Inc.
DECORATIVE METAL FENCES AND GATES 323119 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
f. CAME Americas Automation LLC.
g. Chamberlain Group,Inc. (The).
h. DoorKing Inc.
i. Eagle Access Control Systems, Inc.
j. FAAC USA.
k. Gates That Open,LLC.
1. HySecurity.
In. Tymetal Corp.
n. USAutomatic Inc.
o. Viking Access Systems.
B. Provide factory-assembled automatic operating system designed for gate size, type, weight, and
operation frequency. Provide operation control system with characteristics suitable for Project
conditions, with remote-control stations, safety devices, and weatherproof enclosures;
coordinate electrical requirements with building electrical system.
1. Provide operator with UL approved components.
C. Comply with NFPA 70.
D. UL Standard: Manufacturer and label gate operators to comply with UL 325.
E. Motor Characteristics: Sufficient to start, accelerate, and operate connected loads at designated
speeds,within installed environment, with indicated operating sequence, and without exceeding
nameplate rating or considering service factor. Comply with NEMA MG 1 and the following:
1. Voltage: See Electrical
F. Gate Operators: Gate Concrete base In-ground mounted and as follows:
1. Hydraulic Gate Operators:
a. Duty: Heavy duty, commercial/industrial.
b. Maximum Gate Weight: 800 lb(363 kg)
C. Frequency of Use: Continuous duty.
G. Remote Controls: Electric controls separated from gate and motor and drive mechanism, with
NEMA ICS 6, Type 1 enclosure for concrete base mounting, and with space for additional
optional equipment. Provide the following remote-control device(s):
1. Control Station: Keyed, two position switch with open and close function; located
remotely from gate. Provide two keys per station.
2. Card Reader: Functions only when authorized card is presented. Programmable,
multiple code system.
3. Digital Keypad Entry Unit: Programmable,multiple-code capability.
H. Vehicle Presence Detector: System includes automatic closing timer with adjustable time delay
and presence detector designed to open and close gate.
DECORATIVE METAL FENCES AND GATES 323119 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
I. Obstruction Detection Devices: Provide each motorized gate with automatic safety sensor(s).
Activation of sensor(s) causes operator to immediately stop gate in opening cycle and reverse
gate in closing cycle, and hold until clear of obstruction.
J. Accessories:
1. Warning Module: Audio Visual, constant strobe-light alarm sounding three to five
seconds in advance of gate operation and continuing until gate stops moving; compliant
with the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA
Accessibility Guidelines.
2. Battery Backup System: Battery-powered drive and access-control system, independent
of primary drive system
3. Instructional, Safety, and Warning Labels and Signs: According to UL 325
2.5 STEEL AND IRON
A. Plates, Shapes, and Bars: ASTM A 36/A 36M.
B. Bars(Pickets): Hot-rolled, carbon steel complying with ASTM A 29/A 29M, Grade 1010.
C. Tubing: ASTM A 500/A 500M, cold-formed steel tubing.
D. Bar Grating: NAAMM MBG 531.
1. Bars: Hot-rolled steel strip,ASTM A 1011/A 1011M, Commercial Steel,Type B.
2. Wire Rods: ASTM A 510(ASTM A 510M).
E. Galvanized-Steel Sheet: ASTM A 653/A 653M, structural quality, Grade 50 (Grade 340), with
[G90(Z275)] [G60 (Z180)] coating.
2.6 MISCELLANEOUS MATERIALS
A. Concrete: Normal-weight, air-entrained, ready-mix concrete complying with requirements in
Section 033000 "Cast-in-Place Concrete" with a minimum 28-day compressive strength of 3000
psi (20 MPa), 3-inch (75-mm) slump, and 1-inch (25-mm) maximum aggregate size or dry,
packaged, normal-weight concrete mix complying with ASTM C 387/C 387M mixed with
potable water according to manufacturer's written instructions].
2.7 GROUNDING MATERIALS
A. Grounding Conductors: Bare, solid wire for No. 6 AWG and smaller; stranded wire for
No. 4 AWG and larger.
1. Material above Finished Grade: [Copper] [Aluminum].
2. Material on or below Finished Grade: Copper.
B. Grounding Connectors and Grounding Rods: Comply with UL 467.
DECORATIVE METAL FENCES AND GATES 323119 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
2.8 STEEL FINISHES
A. Surface Preparation: Clean surfaces according to [SSPC-SP 5/NACE No. 1, "White Metal
Blast Cleaning] [SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning]."
1. After cleaning, apply a conversion coating compatible with the organic coating to be
applied over it.
B. Powder Coating: Immediately after cleaning, apply two-coat finish consisting of epoxy primer
and TGIC polyester topcoat, with a minimum total dry film thickness of not less than 8 mils
(0.20 mm). Comply with coating manufacturer's written instructions.
1. Color and Gloss: As selected by Architect from manufacturer's full range.
C. Primer Application: Apply zinc-rich epoxy primer immediately after cleaning, to provide a
minimum dry film thickness of 2 mils (0.05 mm) per applied coat, to surfaces that are exposed
after assembly and installation, and to concealed surfaces.
D. High-Performance Coating: Apply intermediate and polyurethane topcoats to prime-coated
surfaces. Comply with coating manufacturer's written instructions and with requirements in
SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field, and Maintenance Painting of
Steel," for shop painting. Apply at spreading rates recommended by coating manufacturer.
1. Match approved Samples for color, texture, and coverage. Remove and refinish, or
recoat work that does not comply with specified requirements.
2.9 METALLIC-COATED-STEEL FINISHES
A. Surface Preparation: Clean surfaces with nonpetroleum solvent so surfaces are free of oil and
other contaminants. After cleaning, apply a zinc-phosphate conversion coating suited to the
organic coating to be applied over it. Clean welds, mechanical connections, and abraded areas,
and repair galvanizing to comply with ASTM A 780/A 780M.
B. Powder Coating: Immediately after cleaning and pretreating, apply TGIC polyester powder-
coat finish,with a minimum dry film thickness of 2 mils(0.05 mm).
1. Color and Gloss: As selected by Architect from manufacturer's full range.
C. Powder Coating: Immediately after cleaning and pretreating, apply two-coat finish consisting
of zinc-rich epoxy prime coat and TGIC polyester topcoat, with a minimum dry film thickness
of 2 mils (0.05 mm) for topcoat. Comply with coating manufacturer's written instructions to
achieve a minimum total dry film thickness of 4 mils(0.10 mm).
1. Color and Gloss: As selected by Architect from manufacturer's full range.
D. High-Performance Coating: Apply epoxy primer, polyurethane intermediate coat, and
polyurethane topcoat to prepared surfaces. Comply with coating manufacturer's written
instructions and with requirements in SSPC-PA 1, "Paint Application Specification No. 1:
DECORATIVE METAL FENCES AND GATES 323119 -6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
Shop, Field, and Maintenance Painting of Steel," for shop painting. Apply at spreading rates
recommended by coating manufacturer.
1. Match approved Samples for color, texture, and coverage. Remove and refinish, or
recoat work that does not comply with specified requirements.
PART 3 -EXECUTION
3.1 DECORATIVE FENCE INSTALLATION
A. Install fences according to manufacturer's written instructions.
B. Install fences by setting posts as indicated and fastening [rails] [and] [infill panels] to
posts.[ Peen threads of bolts after assembly to prevent removal.]
1. Concrete Fill: Place concrete around [posts] [and] [sleeves] and vibrate or tamp for
consolidation. Protect aboveground portion of posts from concrete splatter.
2. Posts Set in Concrete: Extend post to within 6 inches (150 mm) of specified excavation
depth,but not closer than 3 inches (75 mm)to bottom of concrete.
3. Mechanically Driven Posts: Drive into soil to depth of 36 inches < Protect post top to
prevent distortion.
4. Space posts uniformly at 6 feet o.c.
3.2 GATE INSTALLATION
A. Install gates according to manufacturer's written instructions, level, plumb, and secure for full
opening without interference. Attach hardware using tamper-resistant or concealed means.
Install ground-set items in concrete for anchorage. Adjust hardware for smooth operation and
lubricate where necessary.
3.3 GATE OPERATOR INSTALLATION
A. General: Install gate operators according to manufacturer's written instructions, aligned and
true to fence line and grade.
B. Excavation for [Support Posts] [Pedestals] [Concrete Bases]: Hand-excavate holes for bases
in firm, undisturbed soil to dimensions and depths and at locations as required by gate operator
component manufacturer's written instructions and as indicated.
C. Concrete Bases: see Drawings.
D. Vehicle Loop Detector System: [Cut grooves in pavement and]bury and seal wire loop
according to manufacturer's written instructions. Connect to equipment operated by detector.
E. Comply with NFPA 70 and manufacturer's written instructions for grounding of electric-
powered motors, controls, and other devices.
DECORATIVE METAL FENCES AND GATES 323119 -7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_03
200 W. Pontiac Way, Clovis, CA 93612 CONTRACT#24-S-03
Proposed Tenant Improvement
END OF SECTION 323119
DECORATIVE METAL FENCES AND GATES 323119 - 8
Robina Wright Architect&Associates,Inc