24
SPECIFICATIONS FOR CONTRACT NO. 40838 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL SLOUGHHOUSE, CA PROJECT MANAGER Jeremy Zuber County of Sacramento Department of Waste Management and Recycling 9850 Goethe Road Sacramento, CA 95827 (916) 875-6789

2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

Embed Size (px)

Citation preview

Page 1: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

SPECIFICATIONS FOR

CONTRACT NO. 40838

2015 LFG RECIRCULATION DESIGN

KIEFER LANDFILL SLOUGHHOUSE, CA

PROJECT MANAGER

Jeremy Zuber County of Sacramento

Department of Waste Management and Recycling 9850 Goethe Road

Sacramento, CA 95827 (916) 875-6789

Page 2: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

CONTRACT NO. 40838

KIEFER LANDFILL

2015 LFG RECIRCULATION DESIGN

TABLE OF CONTENTS FOR CONTRACT DOCUMENTS

BIDDING REQUIREMENTS PAGES INCLUSIVE NOTICE TO CONTRACTORS i - iii PROPOSAL -- BID FORM 1 - 5 DIVISION 1 - GENERAL REQUIREMENTS Note: By reference, the County of Sacramento Standard Construction Specifications dated

January 2008 is hereby made part of these Specifications. A copy of the Standard Construction Specifications may be obtained at the cashier's window in Room 101 of the County Administration Building, 827-7th Street, Sacramento.

SECTION 01000 - SPECIAL PROVISIONS PROJECT SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01000 Special Provisions 01270 Measurement and Payment

Page 3: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

i

NOTICE TO CONTRACTORS

TO ALL PROSPECTIVE BIDDERS: Notice is hereby given that the Board of Supervisors of Sacramento County, California, will receive sealed bids as follows: BID DATE: December 10, 2015 SUBMIT BIDS TO: DEPARTMENT OF GENERAL SERVICES

CONTRACT AND PURCHASING SERVICES DIVISION 9660 ECOLOGY LANE SACRAMENTO, CA 95827

UNTIL 2:00 P.M. (LOCAL TIME)

FOR: CONTRACT NO. 40838

2015 LFG RECIRCULATION DESIGN ESTIMATED CONSTRUCTION COST: $71,000 CONTRACTOR'S CALIFORNIA LICENSE A AND/OR CLASS REQUIRED: PRE-BID CONFERENCE DATE, TIME, & LOCATION: Tuesday, December 1, 2015 @ 1:00 p.m.

KIEFER LANDFILL ENGINEERING BUILDING, 12701 KIEFER BLVD., SLOUGHHOUSE, CALIFORNIA

PROJECT DESCRIPTION: The work to be performed under this contract includes furnishing all labor, materials, and equipment for the mechanical and electrical installation of a landfill gas recirculation system at the existing Kiefer Landfill flare system. The work will include the installation of: stainless steel piping, supports, valves, and an aftercooler. The County has retained the project designer to provide PLC programming support. A pre-bid conference and walk-through will be held for the purpose of reviewing and answering questions regarding this project. Any interested contractor or his/her agents are encouraged to attend. Representatives of the owner will be present for questions.

Page 4: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

ii

Copies of the project plans and specifications can be obtained by bidders at no cost. These documents are available at the Kiefer Landfill, 12701 Kiefer Blvd. Sloughhouse, California 95683, Building 400a. Upon receipt of the plans and specifications, all potential bidders must immediately and legibly complete the plan holder’s log and provide the following information: company name, contact name, physical mailing address (cannot be a P.O. box), phone number, fax number, and company email address. Providing this information will ensure that the potential bidder will receive all addenda that are issued for this project. DWMR will use this information for maintenance of the official plan holders list and issuance of any addenda. As a courtesy to potential bidders, files of the plan set and specifications are available on-line at http://www.wmr.saccounty.net/Pages/Doing-Business-with-Us.aspx. Award of this contract requires a valid California contractor’s license with the classification identified above. Questions & Answers: Please submit all questions relating to this request for bid by 5:00 p.m., December 4, 2015, to Jeremy Zuber at [email protected]. The DWMR will not respond to questions after this date. A list of the questions and answers will be emailed out within 3 business days as an addendum to this request for bid. Go to http://www.saccountybids.net for the plan holders list, bid info and results. Go to http://www.saccountyspecs.net for the County of Sacramento Standard Construction Specifications, adopted by the Board of Supervisors and as revised January 2008. Each bid must be submitted on the bid forms provided in the Contract Documents. Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check, or cashier's check payable to the Treasurer of Sacramento County, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid. The successful bidder shall be required to execute a Material and Labor Payment Bond and Performance Bond, issued by a corporate surety, acceptable to the County of Sacramento, each for not less than one hundred percent (100%) of the contract price. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) 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 (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. LABOR COMPLIANCE PROGRAM: The County of Sacramento received final approval from the Director of California Department of Industrial Relations as a Labor Compliance Program effective March 15, 1994. All questions regarding this Labor Compliance Program and prevailing wage requirements should be directed to the Labor Compliance Section at (916) 875-2711. In accordance with Section 1771.5 of the California Labor Code, the

Page 5: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

iii

payment of the general prevailing rate of per diem wages or the general prevailing rate of per diem wages for holiday and overtime is not required for any public works project of twenty-five thousand dollars ($25,000) or less when the project is for construction work, or for any public works project of fifteen thousand dollars ($15,000) or less when the project is for alteration, demolition, repair, or maintenance work. This is a construction project in accordance with Section 1771.5 of the California Labor Code. Pursuant to California Labor Code Section 1720 and following, and Section 1770 and following, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of the prevailing wage determinations are on file at the office of the County of Sacramento Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, CA 95827, and are also available on the internet at http://www.dir.ca.gov/DLSR/PWD. Pursuant to California Contract Code Section 22300, the contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract. The County reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in the judgment of the County, is the lowest responsive bid of a responsible bidder. For questions on contract documents contact Jeremy Zuber, Project Manager, at [email protected].

Page 6: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

1

COUNTY OF SACRAMENTO

PROPOSAL - BID FORM CONTRACT NO. 40838

2015 LFG RECIRCULATION DESIGN

SUBMIT BID TO: Department Of General Services Contract and Purchasing Services Division 9660 Ecology Lane, Sacramento, CA 95827 NO LATER THAN: 2:00 P.M. ON BID DATE TO: Board of Supervisors County of Sacramento STATE OF CALIFORNIA BID OPENING: Department Of General Services Contract and Purchasing Services Division 9660 Ecology Lane, Sacramento, CA 95827 APPROXIMATELY 2:10 P.M. ON BID DATE

Page 7: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2

I. BID:

Pursuant to your published NOTICE TO CONTRACTORS for the above-referenced project, and in accordance with the approved Plans and Specifications for that project, the following bid for said entire project is hereby submitted by the firm indicated in Section 1 and Section 7 (Contractor Information) of this Bid Form. Contractor Name: ______________________________________________________________

Bid Schedule

Notes: 1. In the event the product of a unit price and an estimated quantity do not equal the extended amount stated, the

unit price will govern and the correct product of the unit price and the estimated quantity shall be deemed to be the amount bid.

Base Bid

Item No.

Item Description Estimated Quantity

Unit of Measure

Unit Price ($) Total ($)

1 Mobilization and Demobilization. 1 LS

2 Aftercooler 1 LS

3 Control Valve 1 LS

4 Piping 1 LS

5 Pipe Supports 1 LS

6 Aftercooler Support 1 LS

7 Conduit and Conduit Supports 1 LS

8 Expansion Joints 2 EA

9 Electrical Wiring 1 LS

Total Project Bid

Page 8: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

3

II. ADDENDA:

Acknowledgment is hereby made of receipt and incorporation of addendum number __through__into this Bid.

III. BID GUARANTY:

Bid security must be a bidders bond, a certified check or cashier's check payable to the Treasurer of Sacramento County, or cash. Bids secured by personal checks or personal guarantees will be rejected.

IV. AFFIDAVIT OF NONCOLLUSION:

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

V. SUBCONTRACTOR LISTING:

In accordance with the California Public Contract Code, Division 2, Part 1, Chapter 4, Section 4100, and following, the subcontractors listed on the Bid Form will perform the indicated work of improvement on the project.

VI. TYPE OF BUSINESS (Check One):

[ ] CORPORATION STATE OF INCORPORATION ________________________ [ ] PARTNERSHIP [ ] JOINT VENTURE [ ] PRIVATE INDIVIDUAL [ ] INDIVIDUAL DOING BUSINESS UNDER A FIRM NAME

Page 9: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

4

VII. CONTRACTOR INFORMATION

Firm Name _______________________________________________________ NOTE: In addition, Place name on Bid Form Sheet 1 where space is provided Address _______________________________________________________ _______________________________________________________ Telephone ( )____________________ Fax ( )_________________ Contractor's License Number ___________________________________________ Contractor's License Expiration Date ____________________________________ Contractor's License Classification ____________________________________

I HEREBY CERTIFY UNDER PENALTY OF PERJURY THAT THE ABOVE STATEMENTS ARE TRUE.

Bid and Certification Submitted on:

Signature of Authorized Representative:

Print or Type Name:

Title:

Page 10: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

5

Attachment "A" DESIGNATION OF SUBCONTRACTORS

The following are the names and location of places of business of all subcontractors who will perform work or labor or render service to the bidder in or about the work, or improvement according to detailed drawings contained in the plans and specifications, in an amount of one half of one percent (0.5%) of the total bid. The apparent low bidder will submit a listing of license numbers by subcontractor within five days of bid opening.

PORTION OF WORK

PERCENTAGE OF TOTAL BID (%)

SUBCONTRACTOR AND LICENSE

NUMBER

PLACE OF BUSINESS

(USE ADDITIONAL SHEETS IF NECESSARY) SUBMIT THIS SHEET AS PART OF YOUR BID

Page 11: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-1 November 2015

DIVISION 1 - GENERAL REQUIREMENTS

SECTION 01000 SPECIAL PROVISIONS

Scope of Work

The work to be performed under this contract includes furnishing all labor, materials, and equipment for the mechanical and electrical installation of a landfill gas recirculation system at the existing Kiefer Landfill flare system. The work will include the installation of: stainless steel piping, supports, valves, and aftercooler.

Project Location: Kiefer Landfill

1.03 Drawings The contract drawings are entitled: 2015 LFG RECIRCULATION DESIGN CONTRACT NO. 40838

1.04 Builder's Risk Insurance

Builder's Risk Insurance will not be required for this project.

1.05 Time of Completion

The time for completion of this contract shall be 30 working days commencing as specified in Section 7-1, “Beginning of Work,” of the Standard Construction Specifications.

1.06 Liquidated Damages

Liquidated damages shall be $500 for each calendar day delay. Refer to Section 8.10 of the County Standard Construction Specifications.

1.07 Pre-Bid Conference

A pre-bid conference will be held as noted in the NOTICE TO CONTRACTORS.

Page 12: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-2 November 2015

1.08 Standard Construction Specifications The County of Sacramento Standard Construction Specifications, adopted by the Board of Supervisors and effective January 2008, are hereby made part of these specifications. A copy of the Standard Construction Specifications may be obtained at the cashier's window in Room 101 of the County Administration Building, 827-7th Street, Sacramento. The project specifications use a modified version of the Construction Specifications Institute (CSI) format that is comprised of 16 divisions. The CSI format divisions shall not operate to make the County an arbiter to establish subcontract limits between Contractor and/or subcontractors. The General Contractor is responsible to the County for all phases of construction and delivering a complete job.

1.09 Examination of Plans, Specifications, and Site of Work Direct pre-bid questions to Sacramento County Department of Waste Management and Recycling’s Project Manager, Jeremy Zuber at [email protected].

1.10 Accuracy of Drawings and Specifications The existing conditions depicted on the drawings and specifications are developed from record information. Exact locations, distances, dimensions, elevations, etc., shall be governed by actual field conditions and verified by the contractor. The engineer shall be notified of any discrepancies found prior to the start of work in that area.

1.11 LFG Collection System Shutdowns The Engineer shall be notified two (2) working days in advance of any contemplated shutdown of any portion of the LFG collection system. The Engineer's approval shall be obtained prior to any shutdown activity. The Contractor shall schedule and coordinate all connections and other work to be performed for the completion of the project.

1.12 Storage of Supplies, Materials, Equipment, Etc. The Contractor shall obtain the prior approval of the Engineer for any area or space required for Contractor's storage during construction operations. Materials, equipment, etc., shall not be piled or stored in any location that would interfere with the conduct of normal functions of the building and/or facilities, and shall not constitute a hazard to persons or property. The Contractor shall install any required safety precautions such as signs, danger signals, lanterns, barricades, etc., during construction operations.

Page 13: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-3 November 2015

1.13 Construction Surveys

The County shall be responsible for and shall perform all surveys and measurements necessary for layout and control of work. Surveys shall be performed in accordance with the requirements of Section 5-9.03 of the Standard Construction Specifications.

1.14 Testing Testing of welds shall be performed by the County in accordance with Section 5-16 Materials Sampling and Testing of the County Standard Construction Specifications. All other tests shall be performed and paid for by the Contractor as required in these contract documents.

1.15 Additional Sets of Contract Documents

Following execution of the Contract, the County will furnish electronic copies of contract specifications, drawings, and addenda at no cost to the Contractor.

1.16 Signs

No advertising signs of any kind will be permitted except by written permission of the Engineer.

1.17 Contractor's Field Office

A space for a Contractor field office shall be made available.

1.18 Engineer's Field Office An engineer’s field office is not required.

1.19 Temporary Services

A. Water

1. Contractor may connect temporary line to existing water service lines at the site. The Contractor is to verify conditions at site.

Page 14: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-4 November 2015

B. Electrical Power

1. Contractor shall coordinate with Site Engineer in order to hook-up to

existing service. 2. Contractor to arrange for and install power service from SMUD service

lines, as necessary.

C. Telephone

1. Contractor may arrange for and install telephone service for his own use. A pay phone is located in the landfill operations building. The Contractor shall not use County telephones.

D. Field Toilets

1. The Contractor shall furnish, install, and remove at completion of the job,

all sanitary; i.e., portable toilet facilities required for the completion of the job. The type and location of the facilities shall be subject to acceptance by the Engineer.

2. All sanitary facilities shall be made available for use by all workers,

subcontractors, consultants, and County personnel associated with the project.

3. The Contractor shall maintain sanitary facilities in a proper, safe,

operating, and sanitary condition for the duration of the work. Facilities shall be provided in sufficient quantities to comply with CAL-OSHA regulations.

4. Existing facilities at site shall not be used by contractor's employees.

E. Fences, Barricades, Warning Signs, And Lights

1. To confirm to CAL-OSHA regulations, other State of California and

local codes, rules, regulations, and ordinances for protection of workers, public and private property, provide, install and maintain barricades, warning devices and other protection required therefore.

2. Contractor to provide temporary fencing, etc., as required to protect

material storage and equipment from theft, and vandalism.

Page 15: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-5 November 2015

F. Contractor's Access, Work and Storage Areas

1. Contractor to be limited to the area shown on the drawings. 2. The contractor shall coordinate with the Project Manager as to where the

set-up staging area will be located. 1.20 Erosion, Sediment, and Water Pollution Control

Work under this contract shall be subject to the requirements of the NPDES Regulations and the Storm Water Pollution Prevention Plan (SWPPP) for the landfill. Construction related activities performed by the Contractor and subcontractor(s), shall be performed to eliminate non stormwater discharges to the stormwater control system. The Contractor shall submit a Water Pollution Control Plan to the Site Engineer in compliance with the site specific SWPPP. The Contractor shall notify the Site Engineer of any conditions that could lead to noncompliance with the permit requirements. The Contractor shall not be entitled to any time extensions or compensation for any costs due to any action required as a result of Contractor’s failure to comply with those provisions of the Storm Water Pollution Control Plan. The Contractor is responsible to ensure that subcontractor(s) comply with this provision. The Contractor is not required to obtain a NPDES Industrial permit. However, the Contractor shall abide with the site’s NPDES requirements in accordance with the site engineer.

1.21 Special Security Requirements

The Contractor's workers and equipment shall be limited to the work areas as designated by this contract.

1.22 Compliance with SB 649

If Contractor's imported sand, gravel, aggregates or other mined materials are from mines that are regulated under the Surface Mining and Reclamation Act of 1975 (SMARA), such materials shall only be imported from such mines that meet provisions set forth under California's Public Resources Code, Section 2717(b). The Office of Mine Reclamation periodically publishes a list of mines regulated under SMARA that meet such provisions. This list is generally referred to as the AB3098 List. The AB3098 List is updated frequently but no less often than quarterly and can be viewed at: www.conservation.ca.gov/omr/ab_3098_list/index.htm.

Page 16: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-6 November 2015

Mines can become eligible between publications of this list; contact the State Office of Mine Reclamation at (916) 323-9198 for the most current information.

1.23 Schedule of Work and Limitations

A. Operations During the progress of work, landfill facilities operation shall be maintained

without interruption, except by specific arrangement with the County and then only at such times as approved in writing by the Engineer. The Contractor will be required to maintain access to the operating portion of the landfill at all normal times of business. The Contractor will be required to provide traffic control and provide alternate routes of access if construction activities interfere with the flow of traffic along the Landfill's main access road.

B. Coordination of Contract Work with Owner's Operation The Contractor shall coordinate the work of this contract through the Project

Manager assigned by the County or Engineer. Progress meeting will be conducted weekly in accordance with the county of Sacramento, Standard Construction Specifications, Section 7.3 Preconstruction Conference and Progress Meeting. The contractor shall submit a construction schedule and progress schedule in accordance with the County of Sacramento Standard Construction Specifications, Section 7.5.01 Progress Schedule.

C. Existing Landfill Gas (LFG) System

The Contractor shall coordinate all shutdowns of the existing LFG collection systems through the Project Inspector assigned by the County or Engineer. The Contractor shall make every effort to minimize the number of shutdowns during the course of the project. Shutdown of the systems shall be limited as follows:

• Any portion of the LFG collection system shall not be shutdown for more than 4 hours in a row.

D. Health and Safety Laws and Regulations CONTRACTOR shall prepare an Injury Illness Protection Plan (IIPP) in

compliance with all local municipal, State, and Federal health and safety laws, orders, and regulations applicable to CONTRACTOR’S operations in the performance of the Scope of Services hereunder. While on the premises of COUNTY, CONTRACTOR and CONTRACTOR’S employees, Subcontractors, and agents shall comply with applicable requirements of the Occupations Safety and Health Act and any State-approved plan, and the

Page 17: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-7 November 2015

regulations there under, to the extent applicable and shall ensure that all CONTRACTOR’S employees, Subcontractors, and agents have a safe place of work on the premises of COUNTY.

CONTRACTOR shall be solely and completely responsible for conditions

including safety of all persons and property during the performance of the work in accordance with Section 6-11 of the County Standard Specifications. COUNTY’S acceptance/ concurrence of CONTRACTOR’S IIPP does not relieve or transfer any such responsibilities to COUNTY.

E. Site Conditions The CONTRACTOR shall be responsible for having determined the site

conditions to his or her satisfaction, prior to the submission of a bid, the nature and location of the work, the conformation of the ground, the character and quality of the landfill, the type and quantity of materials to be encountered, the character of equipment and facilities needed preliminary to and during the execution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. The prices established for the work to be done will reflect all costs pertaining to the work. Any claims for extras based on landfill conditions or groundwater table conditions will not be allowed.

1.24 INICIDENT NOTIFICATION

Section 3-9.05, Tracking and Reporting Job-Related Incidents, of the County Standard Specification shall be replaced as follows:

The Contractor shall report by telephone to the Agency within twenty-four (24) hours and also provide a written report to the Agency within fifteen (15) days after the Contractor or any subcontractors or agents have knowledge of any accident or occurrence involving death of or injury to any person or persons, or damage in excess of ten thousand dollars ($10,000) to the Work, property of the Agency or others, arising out of any work done by or on behalf of the Contractor as part of the Contract. Such report shall contain:

1. the date and time of the occurrence, 2. the names and addresses of all persons involved, and 3. a description of the incident and the nature and extent of

injuries and/or damages.

Accident investigations shall be conducted with the primary focus of understanding why the accident or near miss occurred and what actions can be taken to preclude recurrence. The Contractor and all Subcontractors

Page 18: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-8 November 2015

shall cooperate with the Agency’s independent investigatory efforts and provide the Agency with related documentation when requested (excluding confidential information restricted by law).

If requested, the contractor shall report to the Agency their Recordable Incidence Rate (RIR) and Lost Time Incidence Rate (LTIR) at the end of each project.

The Contractors’ incidence rates shall be calculated in accordance with the following:

Recordable Incidence Rate (RIR) Number of OSHA Recordable Cases X 200,000*

Total hours worked by all employees for the Contract

Lost Time Incidence Rate (LTIR) Number of Lost Time injuries and illnesses X 200,000*

Total hours worked by all employees for the Contract

Note: A fatality shall not be considered a Lost Time Case (LTC) and shall not be included in the rate. Furthermore, all work-related fatalities, and all other serious injuries meeting the legal criteria for “reporting", shall be reported immediately to Cal/OSHA as required by law and reported immediately to the Agency as indicated above.

* 200,000 is equivalent to the number of work hours worked by 100 fulltime employees at 40 hours per week/50 weeks per year.

1.25 OCCUPATIONAL SAFETY AND HEALTH

Section 6-1.12, Occupational Safety and Health, of the County Standard Specification shall be replaced as follows:

The Agency is committed to providing a safe and healthy workplace for employees and the public and eliminating any conditions or hazards that could result in personal injury or ill health. The Contractor and all Subcontractors must comply with all directives given by the Agency to abate a hazard and/or stop a work activity. Failure to comply with such a directive may result in the dismissal of the associated contractor/subcontractor employee(s) as indicated in Section 5-6 of these Standard Construction Specifications.

Page 19: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-9 November 2015

The Contractor must comply with all applicable provisions of the California Occupational

Safety and Health Act (Labor Code Sections 6300 et seq.). The foregoing includes, but is not limited to, all applicable Title 8 Safety Orders issued by the State of California Occupational Safety and Health Administration (Cal/OSHA). Failure of the Agency to suspend the work or notify the Contractor of the inadequacy of the safety precautions or non-compliance with existing laws and regulations shall neither relieve the Contractor nor any Subcontractors of this responsibility.

1.26 SAFETY PLANS AND DOCUMENTS

Section 6-11.01, Compliance with Safety and Health Regulations, of the County Standard Specification shall be replaced as follows:

6-11.01 Safety Plans and Documents

The Contractor and/or Subcontractor shall, upon request, submit to the Agency a copy of their Injury Illness Prevention Program (IIPP) and Code of Safe Work Practices, Contract Specific Safety Plan (CSSP), and Task Specific Safety Plan (TSSP) for review by the Agency.

The IIPP and Code of Safe Work Practices shall be formulated as required by Title 8, Section 3203.

The CSSP shall state the nature of work, potential hazards anticipated, and how those hazards will be mitigated to protect workers and the public. The CSSP shall cover the notification of employees, subcontractors, and others working on or visiting the jobsite of foreseeable hazards and provisions for protective equipment. The CSSP shall certify that all employees have received appropriate site specific safety and health training particular to the unique hazards for each project.

The TSSP is intended for high-hazard activities including, but not necessarily limited to, excavation safety, permit confined spaces, traffic safety, tunneling, control of hazardous energy, critical crane lifts, and lead or asbestos work. Prior to performing a high hazard activity, the Contractor/Subcontractor shall provide the name of and provide training records for all “Competent Persons” as defined by Title 8, Section §1504. Specific requirements for TSSP content may be indicated in the project special provisions or during the preconstruction conference.

Page 20: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Special Provisions section 01000 (special provisions).docx.doc Page 01000-10 November 2015

All plans shall be formatted in a logical and orderly fashion, including tabs and section dividers for ease of navigation and review. The Contractor and all Subcontractors are required to fulfill the requirements of these plans during the prosecution of the Work. No work shall commence unless otherwise authorized by the Agency until the Agency has completed its review of all required safety documents and provided written authorization.

1.27 ALLOWABLE TIMES AND HOURS OF WORK

Work may be performed between the hours of 5 a.m. through 8 p.m., 7 days per week, excluding Legal Holidays.

1.28 NO WAIVER OF GOVERNMENT CLAIM PROCESS:

No statement in this Agreement shall constitute a waiver of government claim filing requirements pursuant to Title 1, division 3.6 of the California Government Code or as otherwise set forth in local, state and federal law.

1.29 MAINTENANCE OF INSURANCECOVERAGE:

The contractor shall maintain all insurance coverages and limits in place at all times and provide the County with evidence of each policy’s renewal ten (10) days in advance of its anniversary date.

Contractor is required by this agreement to immediately notify County if they receive a communication from their insurance carrier or agent that any required insurance is to be canceled, non-renewed, reduced in scope or otherwise materially changed. Contractor shall provide evidence that such cancelled or non-renewed or otherwise materially changed insurance has been replaced or its cancellation notice withdrawn without any interruption in coverage, scope or limits. Failure to maintain required insurance in force shall be considered a material breach of the Agreement.

END OF SECTION

Page 21: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Measurement and Payment section 01270 (measurement and payment).docx.doc Page 01270-1 November 2015

SECTION 01270 MEASUREMENT AND PAYMENT

PART 1 - GENERAL 1.01 Summary

A. Section includes general requirements for measurement and payment as they apply to this Contract.

B. The Contractor will compute all quantities. Where necessary, such

computations will be based upon surveys performed by the Contractor. Quantities for final payment will be reviewed and approved by the County.

1.02 Related Sections

A. Measurement and Payment - Section 8 of the Standard Construction

Specifications.

1.03 Measurement of Quantities

A. Measurement Standards: All work to be paid for at a Contract price per unit of measurement will be verified by the County consistent with United States Standard Measures.

B. Measurement by Volume:

1. Measurement by volume will be by the cubic dimension listed or

indicated in the Bid Schedule. Method of volume measurement will be as determined or directed by the County.

2. Confirmation of volume may be required by utilizing weighing methods.

In this event, such volumes will be converted to weight measurement for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the County and shall be

agreed by the Contractor before such method of measurement of pay quantities will be accepted.

C. Measurement by Area: Measurement by area will be by the square dimension

listed, or indicated in the Bid Schedule. Method of square measurement will be as determined or directed by the County.

D. Linear Measurement: Linear measurement will be by the linear dimension

listed or indicated in the Bid Schedule. Method of linear measurement will be as determined or directed by the County. Generally, items, components, or work to be measured will be measured at the centerline of the item in place.

Page 22: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Measurement and Payment section 01270 (measurement and payment).docx.doc Page 01270-2 November 2015

E. Lump-Sum Measurement: Lump-sum measurement will be for the entire item,

unit of work, structure, or combination thereof, as listed or indicated in the Bid Schedule.

1.04 Field Measurement for Payment

A. The Contractor shall compute all quantities of work performed or of materials and equipment delivered to the site for payment purposes.

B. The County may at any time verify quantities calculated by the Contractor.

1.05 Payment

A. Payment will be full compensation for furnishing all labor, materials, tools, equipment, transportation, permit fees, services, and incidentals, as specified,

and for performing all work necessary for completing the erection or installation of the item or work classification, including all adjusting and balancing, testing, cleaning, and all other incidental work.

B. Full compensation for all expenses involved in conforming to the requirements

for measuring materials or work shall be considered as included in the unit or lump-sum prices paid for the materials or work being measured, and no additional compensation will be permitted.

C. Full compensation for an item of work for which no measurement or payment

is specified will be considered to be included in the applicable related item of work in the Bid Schedule or incidental of the Contract.

1.06 Values of Unit Prices

A. The number of units and quantities contained in the Bid Schedule are approximate only, and final payment will be made for the actual number of units and quantities, which are incorporated in or made necessary by the work included in this Contract.

B. In the event that work and materials or equipment are required to be furnished

to a greater or lesser extent than is indicated by the Construction Drawings and Specifications, such work and materials or equipment shall be furnished in

greater or lesser quantities.

Page 23: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Measurement and Payment section 01270 (measurement and payment).docx.doc Page 01270-3 November 2015

1.07 Changes and Extra Work

A. Changes and extra work ordered by the County will be measured and paid for consistent with the requirements of Changes and Claims - Section 9 of the

Standard Construction Specifications.

1.08 Rejected Materials

A. Quantities of material wasted or disposed of in a manner not called for under the Contract. Rejected loads of material, including material rejected after it has been placed by reasons of the failure of the Contractor to conform to the provisions of the Contract; material not unloaded from the transporting vehicle; material placed outside the limits indicated on the Drawings or established by the County; or material remaining on hand after completion of the work, will not be paid for, and such quantities shall not be included in the final total quantities. No compensation will be permitted for loading, hauling, and disposing of rejected material. Contractor is responsible for removing rejected and unused materials from site.

1.09 Contract Bid Items REQUIREMENTS INCLUDED

A. This section includes the items of work and the basis of payment for these tasks. The Contractor shall bid Items listed below separately and provide a total sum for all work items. The Contractor is responsible for supplying all materials, equipment and labor necessary for the complete construction and installation of all work as described in these specifications and as shown on the Construction Drawings. Payment for each work item will be made on either a unit price (EA), lump sum (LS), lineal foot (LF), vertical foot (VF), cubic yard (CY), acre (AC), or square foot (SF) basis, and only after that portion of the project has been completed.

Item 1. Mobilization and Demobilization. This task includes any and all temporary facilities and utilities, health and safety plans, and construction equipment required for the shallow well portion of this project. Payment for this work will be made on a lump sum (LS) basis. Payment shall be made in accordance with Section 8-1 of the Standard Specification.

Item 2. Aftercooler. Supply all materials, equipment and labor for the

installation of the recirculation system aftercooler as shown on the Construction Drawings. Payment for this item will be made on a lump sum (LS) basis.

Page 24: 2015 LFG RECIRCULATION DESIGN KIEFER LANDFILL … · 2015 LFG RECIRCULATION . DESIGN. KIEFER LANDFILL . SLOUGHHOUSE, CA . PROJECT MANAGER . Jeremy Zuber . County of Sacramento . Department

2015 LFG RECIRCULATION DESIGN Measurement and Payment section 01270 (measurement and payment).docx.doc Page 01270-4 November 2015

Item 3. Control Valve. Supply all materials, equipment and labor for the installation of the actuated flow control valve as shown on the Construction Drawings. Include all labor and materials for the fittings, and joining. Payment for this item will be made on a lump sum (LS) basis.

Item 4. Piping. Supply all materials, equipment and labor for the

construction and installation of the system piping as shown on the Construction Drawings. Include all labor and materials for the 6-inch Stainless Steel (SS) piping, 18-inch SS piping, 1/2-inch SS drain piping, all fittings, and joining. Payment for this item will be made on a lump sum (LS) basis.

Item 5. Pipe Supports. Supply all materials, equipment and labor for the

construction and installation of the system pipe supports as shown on the Construction Drawings. Payment for this item will be made on a lump sum (LS) basis.

Item 6. Aftercooler Support. Supply all materials, equipment and labor

for the construction and installation of the system aftercooler support as shown on the Construction Drawings. Payment for this item will be made on a lump sum (LS) basis.

Item 7. Conduit and Conduit Supports. Supply all materials, equipment

and labor for the construction and installation of the system electrical conduit and conduit supports as shown on the Construction Drawings. Include all labor and materials for the 3/4-inch conduit, conduit supports, all fittings, and joining. Payment for this item will be made on a lump sum (LS) basis.

Item 8. Expansion Joints. Supply all materials, equipment and labor for

the installation of 6-inch expansion joints as shown on the Construction Drawings. Include all labor and materials for the 6-inch expansion joint, all fittings, and joining. Payment for this item will be a lump sum for each expansion joint (EA).

Item 9. Electrical Wiring. Supply all materials, equipment and labor for

the construction and installation of the system electrical wiring as shown on the Construction Drawings. Payment for this item will be made on a lump sum basis (LS).

END OF SECTION