ADDENDUM NUMBER 02 TO THE BID DOCUMENTS

Size: px
Start display at page:

Download "ADDENDUM NUMBER 02 TO THE BID DOCUMENTS"

Transcription

1 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT ADDENDUM NUMBER 02 TO THE BID DOCUMENTS To all general contract bidders of record on the Bid Proposal: BID NUMBER: G #25103 Energy Efficiency-Clean Energy Year 3 Addendum Date: May 19, 2016 A. This addendum shall be considered part of the bid documents for the above mentioned project as though it had been issued at the same time and shall be incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original bid documents, this Addendum shall govern and take precedence. B. Bidders are hereby notified that they shall make any necessary adjustments in their estimates as a result of this Addendum. It will be construed that each bidder s proposal is submitted with full knowledge of all modifications and supplemental data specified herein. The bid documents are modified and clarified, as follows: Item #1: Bidder s Questions and Answers: Question # 1 EVC: It is understood that we will be disconnecting the points from the existing boiler and reconnecting them. We will not be adding any new points to the boiler. Is this correct? Answer #1 Refer to points list for new boiler points, provided in Addendum #2. The boiler has been non-operational for years, so we are adding start/stop and status. Question #2 EVC: The drawing state that power has to be provided for the boiler. Can we verify that the new boiler has the same or lower power requirements than the existing boiler? Answer #2 New boiler has similar electrical load to the old one. Existing wires and circuit breaker is acceptable. Question #3 EVC: Two (2) new VFDs will be installed reusing the same points from the old VFDs. We will not be adding additional points. Is this correct? SJECCD May 19, 2016 Page 1 of 5 # Energy Efficiency-Clean Energy Year 3

2 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT Answer #3 Refer to points list provided in Addendum #2. Please note, the (2) <e> VFDs serving the PE HHW and CHW pumps are no longer being replaced, these will remain as is. However, we are adding VFDS to (2) return fans, serving AHU-1 & AHU-2. These points will be new. Question #4 Drawing ME-5.2, 3.Typical VFD Wiring Diagram, Note 4. a. States Controls contractor to pay VFD field rep to terminate wires. Please note this should read electrical or mechanical contractor. Answer #4 Mechanical contractor shall pay VFD field rep to terminate wires. Question #5 Summary of Work, Drawing G-0.0. a. Mentions a deficiency list for Evergreen Valley and San Jose City College. Please provide a copy of these deficiency lists, not sure if we still have a copy of them. Answer #5 Deficiency list referenced in the summary of work has been removed from the scope. Question #6 Summary of Work, Drawing G-0.0, Evergreen Valley College, Control Work, Note 8. a. States to provide lighting contactor relay. Please provide amperage and number of poles required for the lighting contactor. Answer #6 Refer to Addendum #2, Detail 3/E-5.2. It will be a 4-pole, 30A rated contactor. Question #7 Summary of Work, Drawing G-0.0, San Jose City College, Control Work, Note 7. a. Please note that the existing control valves are Triatek Fume Hood Control Valves ( not Phoenix) and are already integrated into the BMS. b. Our scope should be programming the nighttime setback for exhaust fan control only. Is this correct? Answer #7 a. The Science Building control valve portion has been removed from the scope of work, per Addendum #1. b. The Science Building control valve portion has been removed from the scope of work, per Addendum #1. Question #8 Drawing M-6.1, Field Mounted Variable Speed Drives. a. Note 8 states overload protection devices shall provide a tripped output signal to be monitored by the DDC system. This is incorrect. It should state BMS shall monitor VFD overload protection from BACnet interface. b. Please confirm which VFDs are under our scope to integrate into the BMS. The Drawing appears to reference SJCC Business and Career tech, but list no equipment. SJECCD May 19, 2016 Page 2 of 5 # Energy Efficiency-Clean Energy Year 3

3 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT Answer #8 a. Please refer to the revised VFD schedule, controls points list and sequence of operation in Addendum #2. b. Please refer to the revised VFD schedule, controls points list and sequence of operation in Addendum #2. Question #9 Parking Garage Lighting. a. Will the parking garage fall under Title 24? Please confirm. i. Assume the compliance requirements will fall under mandatory controls sections 130.0, 130.2, and prescriptive requirements LPD allowances of Answer #9 Yes, lighting shall be Title 24 compliant. Question #10 Parking Garage BMS integration. a. Please confirm that there is a means (e.g. underground conduit) to run communication wiring from the parking garage control panel interface to the BMS. Answer #10 Yes, see updated drawings. Use existing underground conduit that s coming from the central plant boiler area to the parking garage electrical room. Question #11 VFD communication wiring. a. Will we be reusing any existing com wire or should we rerun new com wire? b. Verify if we will be utilizing N2 or BACnet. Answer #11 a. For <e> VFDs the intent is to reuse control wiring as applicable. b. BACnet. Item #2: Changes to Specification Division 00: A. Document Seal Page: Seals Page is replaced to include Mechanical and Electrical Engineer s signature and stamp. B. Document Bid Proposal: Article 1.1 Acknowledgement of Bid Allowances is changed to add Allowance #1: Relocate, repair or replacement of existing mechanical and electrical infrastructure and additional supporting equipment as required by the District for a complete BMS control of the specified buildings and complete BMS control of the exterior building lighting and parking lot lighting. Total Schedule of Allowance is $50, C. Document Agreement: Article 2. Contract Time. Substantial completion is changed to within (75) calendar days or by September 9, SJECCD May 19, 2016 Page 3 of 5 # Energy Efficiency-Clean Energy Year 3

4 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT D. Document Special Conditions: Article 4. Contract Time. Substantial completion is changed to be achieved Seventy-five (75) calendar days after the date for commencement of the Work as set forth in the Notice to Proceed. Article 4.1 is added as follows: Article 4.1 Construction Milestones Total Calendar Days: 75 Milestones Construction Milestones Start Date Substantial Completion Calendar Days 1. Submittals June 27, 2016 July 11, All Equipment and Controls Upgrade and Associated BMS Programming Complete 3. EVC New Boiler Installation and BMS Programming Complete June 27, 2016 August 19, June 27, 2016 September 9, Milestone 1: Submittals: All product data, and general condition submittals, including but not limited to schedule of values, and project schedule shall be completed in accordance with submittal procedures of the specifications. The intent of this milestone is to complete long lead and critical submittals that allow long lead procurement to proceed and establish the remaining milestones, schedule and completion of the project. Milestone 2: Equipment and Controls Upgrades and BMS Programming Complete: All mechanical, electrical and lighting equipment upgrades, associated controls upgrades and all associated programming complete. This milestone is of critical importance to the college to complete the scope before the fall semester begins in late August Both campuses must be completed no later than the substantial completion date established for this milestone. Milestone 3: EVC New Boiler Installation and BMS Programming Complete: The intent of this milestone is to allow long lead procurement of boiler equipment. This milestone does not impact classroom schedules. E. Document Allowances is added to the Project Manual. Item #3: Architectural/Engineering Addendum B: Incorporate all changes and modifications, per the attached Addendum 2 dated May 19, 2016 prepared by Salas O Brien Engineers, into the bid documents. All changes clouded as Delta B. Drawings: Sheet G-0.0: Revise Summary of Work section to reflect changes to the scope of work. Sheet ME-1.1: Add Reference Sheet Notes 16 and 17 to reflect the addition of new VFDs on the return fans of the PE air handler units. Sheet ME-1.1: Add Detail 3, showing the location of AHU-1 in PE-100. The return fan of AHU-1 shall be retrofitted with a VFD. Sheet ME-1.4: Add Mechanical Reference Sheet Notes #2, 3, 4 and 5. The <e> VFDs for the Business Building no longer are being replaced. SJECCD May 19, 2016 Page 4 of 5 # Energy Efficiency-Clean Energy Year 3

5 SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT Sheet ME-1.4: Add Detail 3 showing the schematic floor plan of the Central Plant basement. The <e> SCHWP-1 shall be retrofitted with a VFD. Sheet ME-1.5/Detail 2: Remove replacement of <e> VFDs from scope of work Sheet ME-1.5: Add Reference Sheet Notes 4, 5, 6, 7 & 8, detailing the control devices (temperature transmitter, flow meter and DPT) that are being replaced, in lieu of the VFD replacement. Sheet ME-5.1/Detail 8: Add angle attachment detail. Sheet ME-5.1/Detail 9: Add boiler mounting detail. Sheet ME-5.2/Detail 3: Revise lighting control panel diagram. Sheet ME-5.2/Detail 4: Revise lighting control diagram for the Library at EVC. Sheet ME-5.2/Detail 5: Add wireless control diagram. Sheet M-6.1: Revise the Boiler, Pump and VFD schedule. Revise the control points list. The revisions reflect the VFDs that were removed from the scope of work, as well as the addition of the boiler points to the points list. Sheet M-6.1: Add the Sequence of Operation section to this sheet, detailing the minor programming changes to the <e> equipment. Sheet ES-1.1: Revise EVC site plan to incorporate new locations of lighting control panels, as well as revisions to the General Sheet Notes and Reference Sheet Notes. Sincerely, Cynthia Giesing Purchasing Agent Phone: cynthia.giesing@sjeccd.edu Encl. Documents: Document Seals Page Document Bid Proposal Document Agreement Document Special Conditions Document Allowances Architectural/Engineering Addendum 2 (entire drawing set): Submitted by Salas O Brien Engineers dated May 19, 2016 SJECCD May 19, 2016 Page 5 of 5 # Energy Efficiency-Clean Energy Year 3

6

7 DOCUMENT BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of Bidder) (Address) (City, State, Zip Code) (Federal Tax I. D.) (Telephone/Fax) (Contractor s License Number) (Contractor s DIR Registration Number) [ Address of Bidder s Representative(s)] [Name(s) of Bidder's Authorized Representative(s)] 1. Bid Proposal 1.1 Acknowledgment of Bid Allowances. The Bidder confirms that the Bid Proposal amount shown in paragraph 1.2 below, incorporates and is inclusive of all Allowances detailed in Section for added work at District s request. Allowance #1: Relocate, repair or replacement of existing mechanical and electrical infrastructure and additional supporting equipment as required by the District for a complete BMS control of the specified buildings and complete BMS control of the exterior building lighting and parking lot lighting. Total Schedule of Allowances...$50, Base Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment and services necessary to perform the contract & complete the Evergreen Valley College / San Jose City College Energy Efficiency-Clean Energy Year 3, Project #25103 for the sum of: $. Dollars DOCUMENT BID PROPOSAL Version: 02/2015 Page 1 of 4

8 The Bidder confirms that it has checked all of the above figures and that the Bid Proposal amount includes the allowances described in Paragraph 1.1 above. Furthermore, the Bidder understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. The Contract Award will be pursuant to Document , Instructions to Bidders, Paragraph 12.3, in accordance with Public Contract Code Section (a), the lowest bid shall be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items described in Paragraph 1.3 below. 1.3 Bid Alternates. There are no bid alternates associated with this project. 1.4 Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates, and is inclusive of, all items or other matters contained in Addenda issued by or on behalf of the District. Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) 2. Documents Accompanying Bid. The Bidder has submitted with this Bid Proposal the following: (a) Bid Security; (b) Proposed Subcontractors Form; (c) Non-Collusion Declaration; (d) Construction Careers Agreement To Be Bound and Construction Careers Program Agreement of Contractors and (e) Small/Disadvantaged Business Utilization Form. The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Notice to Contractors Calling for Bids, the Instructions to Bidders and in each of the foregoing documents, the Bid Proposal may be rejected as non-responsive. 3. Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the undersigned will execute and deliver to the District the Agreement in the form attached hereto within five (5) working days after notification of award of the Contract. Concurrently with delivery of the executed Agreement to the District, the Bidder awarded the Contract shall deliver to the District: (a) Certificates of Insurance evidencing all insurance coverages required under the Contract Documents; (b) the Performance Bond; (c) the Labor and Material Payment Bond; (d) the Certificate of Workers Compensation Insurance; and (e) the Drug-Free Workplace Certificate. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District s rescission of the award of the Contract and forfeiture of the Bidder s Bid Security. In such event, the District may, in its sole and exclusive discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid Proposal, or to reject all Bid Proposals. 4. Contractor's License. The undersigned Bidder is currently and duly licensed in accordance with the California Contractors License Law, California Business & Professions Code , under the following classification _B or C20_ bearing License Number, with expiration date of. The Bidder certifies that: (a) it is duly licensed, in the necessary class(es), for performing the DOCUMENT BID PROPOSAL Version: 02/2015 Page 2 of 4

9 Work of the Contract Documents; (b) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall be so properly licensed to perform or provide such portion of the Work. 5. Contractor s Registration. Each Bidder submitting a proposal to complete the work, labor, materials and/or services ( Work ) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code ( DIR Registered Contractor ). A Bidder who is not a DIR Registered Contractor, when submitting a proposal for the Work is deemed not qualified and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code , all Subcontractors identified in a Bidder s Subcontractors List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors. 6. Designation of Subcontractors: Subcontractors List. Each Bidder shall submit a list of its proposed Subcontractors (with location of businesses and contractors license numbers) for the proposed Work as required by Bidletting and Subcontracting Fair Practices Act (California Public Contract Code ) on the form published. The failure of any Bid Proposal to include information required by the Subcontractors List will result in a rejection of the Bid Proposal for non-responsiveness.. 7. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Drawings, the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing, performing and constructing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents. 8. Unit Pricing: (Not Used) By: (Signature) (Corporate Seal) (Typed or Printed Name) Title: END OF DOCUMENT DOCUMENT BID PROPOSAL Version: 02/2015 Page 3 of 4

10 DOCUMENT AGREEMENT THIS AGREEMENT is made this day of, 2016, in the City of San Jose, County of Santa Clara, State of California, by and between SAN JOSE EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District hereinafter District and, ( Contractor ). WITNESSETH, that the District and the Contractor in consideration of the mutual covenants contained herein agree as follows: 1. The Work. Within the Contract Time and for the Contract Price, subject to adjustments thereto pursuant to the Contract Documents, the Contractor shall perform and provide all necessary labor, materials, tools, equipment, utilities, services and transportation to complete in a workmanlike manner all of the Work required in connection with the work of improvement commonly referred to as #25103 Energy Efficiency-Clean Energy Year 3. Contractor shall complete all Work covered by the Contract Documents, including without limitation, the Drawings and Specifications prepared by the Architect, Salas O Brien, and other Contract Documents enumerated in Article 5 below, along with all modifications and amendments thereto issued in accordance with the Contract Documents. 2. Contract Time. The Contractor shall commence performance of the Work on the date stated in the District s Notice to Proceed and the Contractor shall achieve Baseline Substantial Completion of the Work in accordance with the Contract Documents, within (75) calendar days or by September 9, 2016, whichever comes first. 3. Contract Price. The District shall pay the Contractor as full consideration for the Contractor s full, complete and faithful performance of the Contractor s obligations under the Contract Documents, subject to any additions or deduction as provided for in the Contract Documents, the Contract Price of _ Dollars ($ ). The Contract Price is based upon the Contractor s Base Bid Proposal. The District s payment of the Contract Price shall be in accordance with the Contract Documents. 4. Liquidated Damages. In the event of the failure or refusal of the Contractor to achieve Substantial Completion of the Work of the Contract Documents within the Contract Time, as adjusted, the Contractor shall be subject to assessment of Liquidated Damages in accordance with the Contract Documents. The Contractor shall be subject to assessment of Liquidated Damages for failure to achieve Substantial Completion by the above stated substantial completion date at the per diem rate of Five Hundred Dollars ($500.00) until Substantial Completion is achieved. The per diem assessment of Liquidated Damages for delayed completion of Punchlist items noted upon Substantial Completion is Fifty Dollars ($50.00) per item, per day, until all Punchlist items are completed. 5. The Contract Documents. The documents forming a part of the Contract Documents consist of the following, all of which are component parts of the Contract Documents. Conflicts, inconsistencies or ambiguities in the Contract Documents shall be resolved consistently with the General Conditions, Contracting Definitions Section : Conflict in Contract Documents. DOCUMENT AGREEMENT Version: 7/2013 Page 1

11 Notice to Contractors Calling for Bids Instructions for Bidders Bid Proposal Subcontractors List Statement of Bidder s Qualifications Bid Bond Non-Collusion Affidavit Bid Amendments Agreement Drug-Free Workplace Certification Performance Bond Labor and Material Payment Bond Certificate of Workers Compensation General Conditions Special Conditions Supplemental Conditions, if any Specifications Drawings Guarantee Construction Careers Agreement 6. Authority to Execute. The individual(s) executing this Agreement on behalf of the Contractor is/are duly and fully authorized to execute this Agreement on behalf of Contractor and to bind the Contractor to each and every term, condition and covenant of the Contract Documents. CONTRACTORS ARE REQUIRED BY LAW TO BE LICENSED AND REGULATED BY THE CONTRACTORS STATE LICENSE BOARD. ANY QUESTIONS CONCERNING A CONTRACTOR MAY BE REFER- RED TO THE REGISTRAR, CONTRACTORS STATE LICENSE BOARD, P.O. BOX 2600, SACRAMENTO, CALIFORNIA IN WITNESS WHEREOF, this Agreement has been duly executed by the District and the Contractor as of the date set forth above. DISTRICT SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, CONTRACTOR a California Community College District By: By: Title: Title: (CORPORATE SEAL) PM Review: DATE: Gilbane Review: Bond Acct Review: G/L Code: END OF DOCUMENT DOCUMENT AGREEMENT Version: 7/2013 Page 2

12 DOCUMENT SPECIAL CONDITIONS 1. Application of Special Conditions. These Special Conditions are part of the Contract Documents for the Work generally described as: Evergreen Valley College / San Jose City College Energy Efficiency-Clean Energy Year 3, # In accordance with Contracting Definitions Article , these Special Conditions shall control over the General Conditions. 2. Drawings and Specifications. The number of sets of the Drawings and Specifications, which the District will provide to the Contractor, pursuant to Article of the General Conditions is Four (4). 3. Insurance. 3.1 Contractor s Insurance. Pursuant to Article 5 of the General Conditions, the Contractor shall obtain and maintain the following insurance coverages with minimum coverage amounts as set forth below: Commercial General Liability Insurance: Per Occurrence $1,000,000 Aggregate $2,000,000 Commercial Automobile Liability Insurance: Per Occurrence $1,000,000 Aggregate $2,000,000 Workers Compensation Insurance: In accordance with limits established by law. 3.2 Builders Risk Insurance. In accordance with Article 5.3 of the General Conditions coverage shall be provided for the full insurable value of the Work. Coverage for the perils of earthquakes is not to be included within the scope of coverage under the Builders Risk Insurance Policy. 3.3 Subcontractor s Insurance. Pursuant to Article 5 of the General Conditions, the Contractor shall obtain and maintain the following insurance coverages with minimum coverage amounts as set forth below: Commercial General Liability Insurance: Per Occurrence $1,000,000 Aggregate $2,000,000 Commercial Automobile Liability Insurance: Per Occurrence $1,000,000 Aggregate $2,000,000 Workers Compensation Insurance: In accordance with limits established by law. DOCUMENT SPECIAL CONDITIONS Version: 2/2016 Page 1

13 4. Contract Time. Substantial Completion shall be achieved Seventy-five (75) calendar days after the date for commencement of the Work as set forth in the Notice to Proceed. Notice to Proceed is anticipated to be issued by the District around June 27, Failure to achieve the requirements of a milestone shall result in the assessment of Liquidated Damages in a daily rate as specified in the Agreement and in these Special Conditions, as referenced to in Section 6.5 of the General Conditions. 4.1 Construction Milestones Total Calendar Days: 75 Milestones Construction Milestones Start Date Substantial Completion Calendar Days 1. Submittals June 27, 2016 July 11, All Equipment and Controls Upgrade and Associated BMS Programming Complete 3. EVC New Boiler Installation and BMS Programming Complete June 27, 2016 August 19, June 27, 2016 September 9, Milestone 1: Submittals: All product data, and general condition submittals, including but not limited to schedule of values, and project schedule shall be completed in accordance with submittal procedures of the specifications. The intent of this milestone is to complete long lead and critical submittals that allow long lead procurement to proceed and establish the remaining milestones, schedule and completion of the project. Milestone 2: Equipment and Controls Upgrades and BMS Programming Complete: All mechanical, electrical and lighting equipment upgrades, associated controls upgrades and all associated programming complete. This milestone is of critical importance to the college to complete the scope before the fall semester begins in late August Both campuses must be completed no later than the substantial completion date established for this milestone. Milestone 3: EVC New Boiler Installation and BMS Programming Complete: The intent of this milestone is to allow long lead procurement of boiler equipment. This milestone does not impact classroom schedules. 5. Liquidated Damages for Delayed Substantial Completion. The Contractor shall be subject to assessment of Liquidated Damages for failure to achieve Substantial Completion by the above stated Substantial Completion date, including milestones at the per diem rate of Five hundred dollars ($500.00) until Substantial Completion is achieved. As all construction work is completed and the appropriate notification is provided, Punch List work will be ongoing. All Punch List items associated with Substantial Completion shall be completed on or before September 16, 2016 by Contractor. The per diem assessment of Liquidated Damages for delayed completion of Punch List items fourteen (14) days after Substantial Completion is Fifty Dollars ($50) per item, per day, until all Punch List items are completed. No notice of imposition of these Punch List liquidated damages will be given to Contractor, nor will be required as a condition precedent to charging same to Contractor. 6. Construction Access. In order to minimize the impact of construction activities to the Campus, the Contractor is responsible for securing the site including building, exterior walkways, laydown/storage areas and staging areas as well as pathways to, from and around the work area(s). Contractor is also responsible for supplying a safe and unobstructed path of travel around the DOCUMENT SPECIAL CONDITIONS Version: 2/2016 Page 2

14 work area(s). The Contractor is to provide proper access and protection for the work area(s) and shall utilize signage, chain link fencing with fabric or slats, etc. and other means and methods to accomplish these requirements. The perimeter construction fence may require rearranging for construction duration to accommodate Campus functions or access to adjacent work. a. Traffic: i. Extreme caution must be practiced when driving on the premises. When driving construction equipment or making deliveries during school hours, two (2) or more ground guides shall lead the vehicle across the area of travel. In no case shall driving take place across playgrounds or other pedestrian paths during class period changes or other times when crowds are present. The speed limit on-the Premises shall be five (5) miles per hour (maximum) or less if conditions require. ii. All paths of travel for deliveries, including without limitation, material, equipment, and supply deliveries, shall be reviewed and approved by District in advance. Any damage will be repaired to the pre-damaged condition by the Contractor. iii. The District shall designate a construction entry to the Site. If Contractor requests, and the District determines it is required, and to the extent possible, District shall designate a staging area so as not to interfere with the normal functioning of school facilities. Location of gates and fencing shall be approved in advance with District and at Contractor's expense. iv. Parking areas shall be reviewed and approved by District in advance. No parking is to occur under the drip line of trees or in areas that could otherwise be damaged. b. All of the above shall be observed and complied with by the Contractor and all workers on the Site. Failure to follow these directives could result in individual(s) being suspended or removed from the work force at the discretion of the District. The same rules and regulations shall apply equally to delivery personnel, inspectors, consultants, and other visitors to the Site. 7. Site Utilization. Contractor is responsible for conforming to, and containing their activities within the confines of the project area as defined on the drawings and as approved by the District. A Work Plan shall be submitted showing at least the area of work, durations, utilities affected, wayfinding signage, safety facilities, fencing and access. The Work Plan shall be submitted by the Contractor and approved by the District prior to the start of work in any project area as defined in the drawings. 8. Contractors working adjacent to project. There may be other contractors working adjacent to this project. Contractor must coordinate work with these contractors for utility connections, access to work, and other items as set forth in Article 9 of the General Conditions. 9. Rain Days. For purposes of Article of the General Conditions, two (2) Rain Days (days of actual precipitation of 0.10 inch or greater based on NOAA climatological data for San Jose, California last revised in April 16, 2012 are expected during the Contract Time. The Contractor s Construction Schedules prepared pursuant to Article 6 of the General Conditions shall incorporate the number of expected Rain Days set forth above and there shall be no adjustments to the Contract Time on account of unusually severe weather conditions resulting from rainfall until the actual number of Rain Days exceed those set forth above. DOCUMENT SPECIAL CONDITIONS Version: 2/2016 Page 3

15 10. Existing Campus Utility Connections. Contractor shall maintain all services (Electrical, Fire Alarm, HVAC hot/cold water, Voice/Data, Domestic water, etc.) to all adjacent buildings at all times during Construction. All utility interruptions must be scheduled with the Program Manager and Campus Representatives at least 72 hours in advance. Refer also to Section of the Contract Documents. Shift work and/or overtime work may be required for abatement, tie-ins and shutdowns for trade work. Contractor shall provide all necessary manpower and supervision required to accommodate shift work and/or overtime, in order to minimize disruption to daily operations. No adjustment to contract sum will be granted for overtime or shift work. It shall be understood and agreed that all costs associated with such work for this Project will have already been included in the fixed Contract Price. 11. Submittals and Material Delivery Schedule. Contractor shall submit to Program Manager a schedule indicating lead times and required delivery dates for all major components under this scope of work within (10) calendar days after award of Contract. 12. Storm Water Pollution Prevention. There will be a Zero Tolerance for unregulated use of storm drains. Do not dump, spill, empty, or wash anything into a storm drain under any circumstances. This restriction includes all wash waters from tools, vehicles or equipment. 13. Noise. Construction noise shall not be present before 7:30 a.m. or after 6:00pm. Delivery trucks should not be on campus and idling motors waiting to make deliveries prior to 7:30 a.m. 14. Hazardous Materials. Hazardous materials abatement work must be done by a properly licensed and certified contractor. The District shall perform sample testing in the areas of work and the Construction Manager shall provide the Hazardous Material Consultant s report to the Contractor. 15. EIR Compliance. The Environmental Impact Report and its associated Mitigation Monitoring and Reporting Program (MMRP) prepared for San Jose / Evergreen Community College District Projects shall apply to this project. The Report and the Mitigation Measures are available at the Program Manager s office for review. 16. Or Equal. In circumstances throughout the technical specifications and drawings where the information regarding the request to substitute a specified item for an or equal may conflict with Document Instruction for Bidders, Item 23 - Substitution of Specified Items, the latter shall prevail. In circumstances throughout the technical specifications and drawings where only one brand or model is listed, and such item is not designated as a District Standard, the term or equal shall apply. 17. Special Care. During demolition and construction designated areas must be given special care to ensure the equipment is not damaged. Any protective cover must be approved by the Program Manager and Campus Representatives before hand and any disconnections, etc. must be coordinated 72 hours in advance, no exceptions. 18. Markups on Changes to the Work: In the event of Changes to the Work, pursuant to Article 8 of the General Conditions, the mark-up for all overhead, General Conditions costs and profit, for added scope and reductions in scope are defined in Section DOCUMENT SPECIAL CONDITIONS Version: 2/2016 Page 4

16 19. Construction Careers Program Agreement. In order to be responsive, all prime contractors submitting bid proposals on this project must submit the Construction Careers Agreement s Appendix A Agreement to be Bound and Appendix B Construction Technology Program Agreement of Contractors with their Bid Proposals. Furthermore, the District requires that the apparent low bidder and the apparent second lowest bidder submit the signed Agreement To Be Bound and Agreement of Contractors for each company on their Subcontractor s list to the District within three (3) business days after bids are publicly opened. Copies of the executed agreements must be submitted via to Cynthia Giesing SJECCD/Purchasing at: cynthia.giesing@sjeccd.edu. Note: All tiers of Subcontractors, whether required to be listed by statute or not, shall execute both Appendix A Agreement to be Bound and Appendix B -Construction Technology Program Agreement of Contractors of the Construction Careers Agreement, as well as the Contractor Work-Assignment Form included at the end of this Section, prior to the beginning of any work. 20. Employment of Students. To be considered in compliance with the Construction Careers Agreement, the Contractor and its Subcontractors shall, during the duration of the Contract, utilize at least (2) full-time (40 hours per week) student interns enrolled in the San Jose / Evergreen Community College District s internship program, or an equivalent hourly rate of intern employment pro-rated over the duration of the project. The Contractor shall report compliance in its monthly Progress Status Report. END OF DOCUMENT DOCUMENT SPECIAL CONDITIONS Version: 2/2016 Page 5

17 SECTION PART 1 - GENERAL ALLOWANCES 1.01 SUMMARY A. This Section includes administrative and procedural requirements governing the following: 1. Lump sum allowances RELATED SECTIONS A. Section Submittal Procedures 1.03 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work SUBMITTALS A. Submit product data and shop drawings matching the treatments of existing conditions in accordance with the conditions of the contract USE OF ALLOWANCES A. Allowances will be used only at the direction and/or approval of the District. B. The Contractor shall list all allowances on the Bid Proposal and include in the Base Bid. The Contractor s costs for overhead, profit and applicable taxes shall be included in the allowance. The Contract Sum shall be adjusted by Change Order if the actual quantity required is more than or less than the quantity as specified in the Bid Proposal. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 SCHEDULE OF ALLOWANCES A. Project-specific Schedule of Allowances. Allowance Amount # 1 $50, Description Relocate, repair or replacement of existing mechanical and electrical infrastructure and additional supporting equipment as required by the District for a complete BMS control of the specified buildings and complete BMS control of the exterior building lighting and parking lot lighting. END OF SECTION Evergreen Valley College / San Jose City Colelge SECTION ALLOWANCES Version: 10/2012 Page 1