specifications - uc davis health · construction (bp-01) section 01 00 51-3 bp-01 scope of work 1....

451
SPECIFICATIONS PROJECT NO. 9559030 HOSPITAL SEISMIC UPGRADE – INCREMENT 2 FIRE AND LIFE/SAFETY UPGRADES OSHPD NO.: I140010-34-02 BID PACKAGE 1: HAZMAT CONTAINMENT/ABATEMENT & MISCELLANEOUS CONSTRUCTION (BP-01) FACILITIES DESIGN AND CONSTRUCTION FACILITIES PLANNING AND DEVELOPMENT DIVISION UNIVERSITY OF CALIFORNIA, DAVIS, MEDICAL CENTER SACRAMENTO, SACRAMENTO COUNTY CALIFORNIA JULY 2018

Upload: others

Post on 24-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

  • SPECIFICATIONS

    PROJECT NO. 9559030 HOSPITAL SEISMIC UPGRADE – INCREMENT 2

    FIRE AND LIFE/SAFETY UPGRADES OSHPD NO.: I140010-34-02

    BID PACKAGE 1: HAZMAT CONTAINMENT/ABATEMENT

    & MISCELLANEOUS CONSTRUCTION (BP-01)

    FACILITIES DESIGN AND CONSTRUCTION FACILITIES PLANNING AND DEVELOPMENT DIVISION

    UNIVERSITY OF CALIFORNIA, DAVIS, MEDICAL CENTER

    SACRAMENTO, SACRAMENTO COUNTY CALIFORNIA

    JULY 2018

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    SPECIFICATIONS

    TABLE OF CONTENTS - 1 01/10 Edition; Rev. 8 (10-17-2013)

    SPECIFICATIONS

    TABLE OF CONTENTS

    DIVISION 1 – GENERAL REQUIREMENTS SECTION NO. TITLE PAGES 01 00 51 Scope of Work (Bid Package 01)................................................................................... 10 01 11 00 Summary of the Work ...................................................................................................... 6 01 23 00 Alternates ......................................................................................................................... 2 01 25 00 Clarification/Information Procedures ............................................................................... 4 01 25 50 Contract Modification Procedures.................................................................................... 4 01 29 00 Measurement and Payment ............................................................................................. 3 01 31 00 Coordination................................................................................................................... 11 01 31 15 Additional Requirements for OSHPD Reviewed Projects ............................................... 3 01 32 00 Contract Schedules ......................................................................................................... 6 01 33 00 Shop Drawings, Product Data and Samples ................................................................... 4 01 34 00 Contractor(s) Emergency Procedures ............................................................................. 2 01 35 00 Special Procedures .......................................................................................................... 4 01 39 00 Green Building Policy Implementation ........................................................................... 10 01 41 00 Regulatory Requirements ................................................................................................ 4 01 42 00 References ....................................................................................................................... 6 01 45 00 Quality Control ................................................................................................................. 7 01 45 10 Seismic Control – OSHPD ............................................................................................... 6 01 45 50 Inspection of Work ......................................................................................................... 11 OSHPD TIO Forms .......................................................................................................... 7 01 51 00 Temporary Utilities ........................................................................................................... 9 01 52 00 Construction Facilities ...................................................................................................... 3 01 55 00 Vehicular Access and Parking ......................................................................................... 3 01 56 00 Temporary Barriers, Enclosures and Controls ................................................................ 9 01 56 10 Airborne Contaminants Control ..................................................................................... 18 01 56 20 Requirements for Ceiling Access to Spaces Containing Asbestos ................................. 3 01 57 13 Erosion Control ................................................................................................................ 2 01 61 00 Product Requirements ..................................................................................................... 9 01 72 00 Preparation ...................................................................................................................... 2 01 73 00 Cutting and Patching ....................................................................................................... 5 01 74 00 Cleaning ........................................................................................................................... 4 01 75 00 Starting and Adjusting Systems ....................................................................................... 2 01 76 00 Protecting Installed Construction ..................................................................................... 3 01 77 00 Closeout Procedures ....................................................................................................... 7 01 78 00 Closeout Submittals ....................................................................................................... 10 01 81 00 Plumbing/HVAC Testing Procedures .............................................................................. 3 01 82 00 Demonstration and Training ............................................................................................ 2 DIVISION 2 – EXISTING CONDITIONS SECTION NO. TITLE PAGES 02 41 00 Selective Demolition ........................................................................................................ 2 02 82 00 Asbestos Abatement and In-Place Management .......................................................... 30 02 83 00 Hazardous Material Management – Lead and Other Hazardous Materials .................. 20

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    SPECIFICATIONS TABLE OF CONTENTS - 2 01/10 Edition; Rev. 8 (10-17-2013)

    DIVISIONS 03 – 06 - NOT USED DIVISION 7 – THERMAL AND MOISTURE PROTECTION SECTION NO. TITLE PAGES 07 50 00 Single Ply Roofing ......................................................................................................... 12 07 81 16 Cementitious Fireproofing ................................................................................................ 9 07 84 00 Firestopping ................................................................................................................... 14 07 92 00 Caulking and Sealants ..................................................................................................... 3 DIVISION 8 – OPENINGS SECTION NO. TITLE PAGES 08 31 00 Access Doors ................................................................................................................... 2 DIVISION 9 – FINISHES SECTION NO. TITLE PAGES 09 29 00 Gypsum Board ................................................................................................................. 4 09 51 13 Acoustical Panel Ceilings ................................................................................................ 8 09 91 00 Painting ............................................................................................................................ 9 DIVISIONS 10 – 20 - NOT USED

    DIVISION 21 – FIRE SUPPRESSION 21 05 10 Basic Fire Suppression Materials and Methods ............................................................ 10 21 05 17 Sleeves and Sleeve Seals for Fire-Suppression Piping .................................................. 3 21 05 18 Escutcheons for Fire-Suppression Piping ....................................................................... 2 21 05 23 General-Duty Valves for Water-Based Fire-Suppression Piping ..................................... 4 21 12 00 Fire-Suppression Standpipes ........................................................................................ 10 21 13 13 Wet-Pipe Sprinkler Systems .......................................................................................... 10

    DIVISIONS 22 – 25- NOT USED

    DIVISION 26 – ELECTRICAL SECTION NO. TITLE .................................................................................................................... PAGES 26 00 10 Electrical General Requirements ................................................................................... 10 26 05 00 Basic Electrical Materials and Methods ........................................................................... 4 26 05 19 Low-Voltage Electrical Power Conductors and Cables ................................................... 6 26 05 29 Hangers and Supports for Electrical Systems ................................................................. 2 26 05 33 Raceways and Conduits .................................................................................................. 8 26 05 34 Pullboxes and Junction Boxes ......................................................................................... 3 26 05 53 Identification for Electrical Systems ................................................................................. 6

    DIVISION 27 - NOT USED

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    SPECIFICATIONS

    TABLE OF CONTENTS - 3 01/10 Edition; Rev. 8 (10-17-2013)

    DIVISION 28 – ELECTRONIC SAFETY AND SECURITY 28 31 11 Fire Alarm System ......................................................................................................... 30 28 31 11.1 Temporary Fire Alarm System ....................................................................................... 17

    DIVISIONS 29 – 49 - NOT USED

    [End Table of Contents]

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-1

    BP-01 SCOPE OF WORK

    SECTION 01 00 51 – SCOPE OF WORK HAZMAT CONTAINMENT/ABATEMENT & MISCELLANEOUS CONSTRUCTION

    BID PACKAGE 01

    PART 1 – GENERAL The Hospital Seismic Upgrade - Fire and Life Safety "Increment 2" project is located in an existing occupied hospital building on the University of California Davis, Sacramento Medical Center Campus. General Scope of Work for all Construction Packages consists of incrementally phased upgrades to the existing fire protection & fire alarm systems to meet current code requirements within the Main Hospital East Wing Ground Floor, 1st Floor, 5th Floor, 6th Floor, 8th Floor, and Roof Penthouses. Fire alarm work includes install, test & certification of a temporary 'Notifier SWIFT' Wi-Fi system, decommissioning of the two existing fire alarm systems, and install of a new hard-wired "Notifier" fire alarm system. The Main Hospital East Wing will be occupied during construction, which requires the existing Fire Sprinkler system and the existing Fire Alarm system to be maintained until new systems have been inspected/accepted. NOTE: BP-01 Containment/Abatement/Miscellaneous Construction work at 4th Floor, a section of the 1st Floor, a section of the Roof Penthouse & all floors of the Stair #1 vestibules have been completed by others. Refer to red highlighted areas on drawings for areas of work completed by others. BP-01 to provide Cal-OSHA compliant guard rails at the west end of the Roof Penthouses, adjacent the elevator machine room entrance (refer to below subsection 2.1 C. 14.). NOTE: Except for limited areas within the Ground floor (basement) & roof penthouses, the hospital suites where construction is occurring will be occupied with patients and/or hospital staff throughout the project duration. The floors will not be vacated at any point during construction, only small portions of each suite will be turned over to Contractors for completion of work. Work shall be closely coordinated to minimize impact to hospital patients and staff. A schedule of milestones are included in Section 01 32 00. 1.01 REQUIREMENTS INCLUDE: A. This Prime Trade Contract Bid Package - herein also named “Trade Package”, ”This Bid Package”,

    “BP-01”, and/or “Bid Package” - shall include and conform to the work as defined in the Contract Documents and as further defined below. Work of this Bid Package shall be done per plans and specifications as prepared by LIONAKIS, this Scope of Work, the Contract, General Conditions, Supplementary Conditions, Division 1 General Requirements and Special Conditions, the Master Project Schedule and other related Documents.

    1. This Prime Trade Contract Bid Package includes all General Construction work as shown on

    the contract documents and as further defined in this Scope of Work. 2. Bidders shall visit and inspect the site of the proposed work and shall become familiar with

    all of the conditions and schedule requirements surrounding the construction of the proposed project. Bidders and Prime Trade Contractors are responsible for thoroughly reviewing the existing conditions of the building and shall be responsible for being familiar with the existing systems as they relate to this Scope of Work.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-2 BP-01 SCOPE OF WORK

    3. This Prime Trade Contract Bid Package shall furnish all labor, materials, tools, equipment, machinery, equipment rental, hoisting of materials, transportation, supervision, bonds, taxes, insurance, engineering and other items necessary to perform all work.

    4. All work performed by this Prime Trade Contract Bid Package shall be installed, inspected

    and coordinated with all other Prime Trade Contractors and the work of separate contractors performing work.

    B. Contract Schedule

    The University has developed an overall Preliminary Master Project Schedule indicating construction major milestones, phasing, & sequences for the Project and showing general timing for the Work of this Prime Trade Contractor. The Preliminary Master Project Schedule is provided for the Contractor’s information and guidance only and is not intended to serve as the Master Project Schedule that will be utilized for construction. However, the construction milestones and sequences shall be the basis for the Master Project Schedule, unless the University's Representative, with collaborative input from all associated Prime Trade Contractors, modifies them to improve the overall progress and completion by utilizing revised logic and revised sequence. See General Conditions Article 3.9 & Specification Section 01 32 00 for development of a Prime Trade Contractor Preliminary Project Schedule.

    1. Using the Prime Trade Contract Schedules submitted by each of the Prime Trade Contractors, the University’s Representative will develop and issue the Master Project Schedule showing completion of the Project within the Project Time. University Prior to finalizing the Master Project Schedule, the Project Team will review the draft schedule and collaborate with all Prime Trade Contractors to develop and finalize the Master Project Schedule.

    2. It may be required that the work be performed in several areas of the project simultaneously

    in order to achieve the overall project scheduled completion. As each area becomes available, the Prime Trade Contractor will be required to work in those respective areas with additional crews if deemed necessary by the University's Representative to meet any activity within the contract schedule, to avoid potential delays to other Prime Trade Contractors, and to avoid a reduction of manpower in other areas already under construction.

    3. This Prime Trade Contract Package includes any out-of-sequence and come-back work

    ordered by the University’s Representative, or is required to meet any activity within the Preliminary Master Project Schedule.

    4. No physical construction activities will occur on this project until all work plans, shutdowns,

    submittals, ILSM’s and existing conditions are verified. Once all materials are received and approved for installation, construction work will be allowed to commence. Refer to Division 01 Sections 01 32 00 for additional pre-construction requirements.

    C. Prime Trade Contract Package Descriptions & Coordination

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-3

    BP-01 SCOPE OF WORK

    1. Bid Package 01 – Hazmat Containment / Abatement & Miscellaneous Construction (BP-01)

    2. Bid Package 02 – Fire Alarm & Electrical (BP-02)

    3. Bid Package 03 – Fire Sprinkler (BP-03)

    4. Review ALL three Bid Package Scope of Work Section 01 00 51, Section 01 00 52, and Section 01 00 53. It is the responsibility of This Prime Trade Contract Bid Package to review, understand and coordinate with all other Prime Trade Contract Bid Package Contractors, each of which are under separate contract by the University.

    5. Refer to Section 01 11 00 Summary of the Work for additional information.

    PART 2 – SCOPE OF WORK REQUIREMENTS 2.01 SPECIFIC REQUIREMENTS: A. The following Specific Requirements are intended to clarify and/or amplify the requirements of this

    Prime Trade Contract Bid Package and DO NOT describe the full extent of the contract work. This Prime Trade Contract includes all work indicated or reasonably inferred by the Contract Documents and as required to provide complete, fully functional and fully operational systems and subsystems. Specific references to drawings, details, specifications, etc., are included to illustrate the type of work and highlight certain portions of the work only and do not address all of the work involved. This Prime Trade Contract Package also includes the General Conditions, Supplementary Conditions, Division 1 General Requirements, all contract drawings, any addenda or changes to the construction documents, all specification sections required for the performance of this Scope of Work. Bidders must review all of the Bidding Documents and visit the site to determine the full extent of the Work.

    B. This Prime Trade Bid Package includes any and all work contained in the following specification

    sections and inclusive of all specification sections, unless specifically excluded in this Scope of Work:

    All Contract Drawings including reference sheets HM-1.0 through HM-1.9, R-020 and R-021 Div 00 - Bid Documents, Agreement, Exhibits, General Conditions, & Supplementary Conditions Div 01 - All Division 01 Specification Sections Div 02 - All Division 02 Specification Sections (02 41 00, 02 82 00, & 02 83 00) 07 81 16 - Cementitious Fireproofing 07 84 00 - Firestopping (as applicable to the specific work scope of this Bid Package) 07 92 00 - Caulking and Sealants (as applicable to the specific work scope of this Bid Package) 08 31 00 – Access Doors 09 29 00 – Gypsum Wallboard 09 51 13 – Acoustical Ceiling 09 91 00 – Painting Div 21 – All Division 21 Specification Sections (only as applicable to coordinate the specific work scope of this Bid Package with Bid Package 03) Div 26 – All Division 26 Specification Sections (only as applicable to coordinate the specific work scope of this Bid Package with Bid Package 02) Div 28 – All Division 28 Specification Sections (only as applicable to coordinate the specific work scope of this Bid Package with Bid Package 02)

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-4 BP-01 SCOPE OF WORK

    C. This Prime Contract Bid Package scope of work shall include but is not limited to all items included in this Section, which consists of additional requirements to the Contract Documents, highlighted items, and/or specific items that may or may not be shown or called out on the Contract drawings or specifications. This is not a complete definition of work: 1. General scope of work for This Bid Package shall include, but is not limited to, all required work

    associated with Pre-coordination, layout, and removal of Hazardous Material Spot Abatement including coordination of materials export routes; all work within areas known to contain hazardous materials shall be performed by OSHPD/EPA certified personnel under an AHERA certified supervisor; provide, install, maintain, and remove all temporary containment measures associated with the fire suppression (FS) system upgrades and fire alarm (FA) system upgrades to the existing FS & FA systems to meet current code requirements within the Main Hospital East Wing. As required, Provide, install, maintain and remove temporary wall partitions; Demolish and repair to existing: Acoustical ceiling grids & tiles, Suspended GWB ceilings & related supports, Metal stud partitions, Gypsum Wall Board, Paint (minor touchups at interior & exterior). Provide, maintain, and remove all temporary Fire Extinguishers & related signage; provide and install Construction Signage per requirements of CalOSHA & UCDMC; cementitious fireproofing patch; GWB patch & paint touchup of walls & ceilings, and Cleanup, Terminal Cleaning, Substantial Completion Cleaning & Final Cleaning.

    2. Provide pre-installation survey of existing conditions and documentation report per Section 01 11 00 subsection 1.7 A. This Bid Package will also assist University’s Representative to coordinate with BP-02 & BP-03 Trade Contractors, incorporate documentation from BP-02 & BP-03 to complete a detailed report of all existing conditions.

    3. Hzmt Spot Abatement – This Bid Package shall complete all spot abatement scope per

    Contract and sections 01 56 10, 01 56 20, 02 41 00, 02 82 00, & 02 83 00 including but not limited to setup/maintenance/removal of containment, negative air, & waste stream coordination and management. All work by all Bid Packages within areas known to contain hazardous materials shall be performed by OSHPD/EPA certified personnel under an AHERA certified supervisor. Coordinate the work of this Bid Package with other Bid Packages, and the University.

    4. Preliminary overview of coordinated work between Bid Packages is as follows:

    a. BP-01 will setup and maintain required containment for all areas of construction and

    layout the locations of ceiling access panels. Locations for ceiling access panels will be coordinated with existing above-ceiling utilities, and with input from BP-02 & BP-03.

    b. BP-02 will layout locations of BP-02 equipment, materials, anchors, beam clamps, supports, bracing, etc.

    c. BP-03 will layout locations of BP-03 equipment, materials, anchors, beam clamps, supports, bracing, etc.

    d. BP-01 will selectively demolish and remove ceilings, partitions, architectural materials, and hazardous materials identified by BP-01, BP-02, & BP-03 as required for above-ceiling access to complete the work scopes of BP-01, BP-02, & BP-03. Wherever possible, remove materials in a manner that will not require patch/paint of exposed finishes.

    e. BP-01 will apply the sprayed encapsulate compound – directly following spot abatement - within the interstitial ceilings:

    i. 4’-0” wide area of the existing cementitious fireproofing centered directly above the new horizontal Fire Sprinkler Piping.

    ii. 8’-0” wide area of the top side of all horizontal surfaces, centered directly below the new horizontal Fire Sprinkler Piping.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-5

    BP-01 SCOPE OF WORK

    f. BP-01 will demolish and remove materials per BP-01 work scope and then provide and install all materials, anchors, supports, bracing, etc. required to complete BP-01 work scope.

    g. BP-02 will demolish and remove materials per BP-02 work scope and then provide and install all equipment, materials, anchors, supports, bracing, sealants, etc. required to complete BP-02 work scope.

    h. BP-03 will demolish and remove materials per BP-03 work scope and then provide and install all equipment, materials, anchors, supports, bracing, sealants, etc. required to complete BP-03 work scope.

    i. BP-01 will repair fireproofing after all equipment, materials, anchors, supports, bracing, etc. have been installed, tested, and inspected.

    j. BP-01 will patch and repair all architectural systems removed per item “3. d.” above. k. BP-01 will remove containment at completion of construction for each area of work. l. Above Existing Acoustical Ceiling Tiles:

    i. BP-02 & BP-03 will identify areas that are to be cleaned by BP-01. ii. BP-01 will use mini-cube containment units to clean up existing debris that is

    above the existing acoustical ceilings. Assume 1,500 square feet of above ceiling cleaning per each floor for 1st Floor, 5th Floor, 6th Floor, & 8th Floor (6,000 SF total).

    5. Spill & Water Damage Prevention – BP-01 to provide “Spill Kit” materials at each area of work

    to address liquid spills, and pipe leaks. “Spill Kit” will be used by BP-01, BP-02, & BP-03 to mitigate accidental spills and pipe leaks. Materials include, but are not limited to watertight 50 gallon trashcans, rigid & corrugated PVC pipe, mops, mop buckets, floor squeegees, towels, and plumbing piping configured to divert water from a broken sprinkler head to a trashcan.

    6. Sound Mitigation – Provide sound mitigation around HEPA units in all occupied areas. A proven

    method for sound mitigation is to wrap HEPA units with quilted moving blankets, then surround the HEPA units with partial height Coroplast sheets.

    7. Protect Existing Conditions – BP-01 will install, maintain, and remove materials required to

    protect existing conditions directly adjacent to areas of work. BP-02 & BP-03 are responsible for damage to existing conditions and protective measures that are caused by their own forces.

    8. Temporary Fire Extinguishers - Provide, inspect, & maintain all temporary fire extinguishers and

    related signage – per requirements of Cal-OSHA & University Fire Marshal - at all areas under construction for the duration of the project. Relocate temporary fire extinguishers and related signage at the end of each phase, and remove all items at the end of the project.

    9. Temporary Lighting & Electrical - provide task lighting as required for the work of this Bid

    Package. BP-02 will provide & maintain temporary power and access/egress lighting as required.

    10. Selective Demolition – provide selective demolition for the scope of this Bid Package per

    Contract Documents.

    11. Renovate multiple small rooms on first floor. Refer to A-111A for scope of work.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-6 BP-01 SCOPE OF WORK

    12. Paint all exposed “below ceiling” fire alarm conduit and fire protection piping. Excludes wire-mold, and conduit/piping within in Mechanical Rooms, Electrical Rooms, and Stair #1 enclosed vestibules. This painting work primarily occurs at Ground Floor and 1st floors, where these utilities cannot be installed above existing ceilings. Painting of these utilities occurs primarily at plaster & gypsum wallboard ceilings, but some ACT ceilings as well). Refer to Architectural reflected ceiling plans for locations of plaster & gypsum wallboard ceilings, and fire sprinkler deferred design drawings for pipes installed below ACT ceilings. Spray methods for application of paint are not permitted

    13. Pre-coordinate, coordinate, install, maintain, repair, and remove temporary partitions and

    secured doors and/or “soft” entries in compliance with Division 01, Division 02, OSHPD, ICRA, ILSM and UCDMC requirements. Pre-coordinate, and coordinate with UCDMC and all Trade Contractors on the layout of temporary partitions, per the construction phasing plans (see bid reference document “Conceptual Preliminary Phasing Plan Inc 2”). As required, provide temporary door hardware and coordinate keying with University’s Representative. Trade Contractor coordination requirements shall include on-sight daily coordination with UCDMC Representative to comply with all requirements of Division 01, Division 02, OSHPD, ICRA, ILSM and UCDMC.

    14. Fall Protection – Field verify, coordinate, install, maintain and remove 30 lineal feet of Cal-

    OSHA complaint guardrail required for BP-01, BP-02, & BP-03 to perform the work of this project at the 8th Floor Roof (9th level) Penthouses. Temporary Guardrails to be equal to Flexible Lifeline (flexiblelifeline.com). At all other locations, BP-01 to provide miscellaneous fall protection required for the work of this Bid Package (interior mechanical areas, and roof areas).

    15. Path of travel for access/egress (exterior & interior) – provide, maintain, & remove temporary

    directional signage for BP-01, BP-02, & BP-03, and temporary directional signage for hospital employees, patients, & visitors. See “Preliminary Phasing Plan Inc 2” for preliminary trucking routes, construction workforce primary entry at west ramp, & locations of work per floor.

    16. This Bid Package shall assist University’s Representative to coordinate with Bid Packages 02,

    & 03 as necessary to identify items required to be demolished to allow for performance of work provided by this Bid Package and by work provided by BP-02 & BP-03. This Contractor shall verify extent of demolition, provide coordination of layout by all Bid Packages, provide layout of BP-01 work, perform all subsurface preparation, demolition, and/or repair as required.

    17. Existing 8th Floor Roof - BP-02 & BP-03 are required to provide temporary protection of roofing

    at all areas impacted by the work of each Bid Package.

    18. Provide maximum of 4 roof penetration patches at existing single-ply roof (East Wing 8th floor roof).

    19. Temporary Wall Bracing & MEP Structural Supports –

    a. Bid Package 01 will provide all temporary supports and bracing associated with BP-01

    work scope. b. Bid Packages 02 & 03 shall collaborate & pre-coordinate their MEP supports prior to

    submitting deferred submittal shop drawings. c. Bid Package 02 will provide and install all supports for electrical system & fire alarm

    system per Contract Documents. d. Bid Package 03 will provide and install all supports for fire sprinkler system per Contract

    Documents.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-7

    BP-01 SCOPE OF WORK

    20. Fire Stopping & Penetrations - Each Prime Trade Contractor is responsible for fire stopping any

    penetrations that their work creates at all rated assemblies (floors, walls, and ceilings) regardless of when the penetrating member was installed. Also each trade will be responsible to match existing rating and/or new rating at all rated assemblies until inspected by the IOR. All fire stopping penetrations must comply with approved UL systems and 2013 Codes. Provide all sealants & materials at all rated assemblies where electrical system and fire alarm system penetrates floors, walls or ceilings

    21. Repurpose Existing Fire Hose Cabinets: Remove existing Fire Hose signage, repaint cabinets,

    and provide new Fire Extinguisher signage. Code compliant signage includes new lettering applied directly to cabinets, and to the wall above the cabinets.

    22. Remove, patch & paint visible plaster, gypsum wall board and remove/store/reinstall visible

    architectural systems (e.g. Acoustical Ceiling system, plaster ceilings, gypsum wallboard ceilings, etc.) required to perform the work of this Bid Package and for all work performed by BP-02, and BP-03. BP-02 & BP-03 shall pre-coordinate, identify, and precisely and clearly mark all areas for removal, repair, patch and/or paint by BP-01.

    23. Exterior Paint @ New Work - Paint all visible conduit & fire protection piping a Stair #1

    Vestibules (2nd floor through 8th floor), roof level fire protection and fire alarm conduit.

    24. Provide masking and protection to adjacent finish materials and surfaces during all painting activities. Costs to repair/replace damaged materials due to painting activities will be the sole responsibility of This Contractor. Spray application is not allowed on this project.

    25. Provide and install all temporary construction signage required for compliance with ILSM and

    Cal/OSHA.

    26. Provide rated ceiling access panels per Section 08 31 00 and as shown on Contract Drawings. Exception: In lieu of all 2x6 rated ceiling access panels, provide Acoustical Panel Ceilings per 09 51 13 and as shown on Contract Drawings.

    27. Per Section 01 32 00 Contract Schedules: assist University’s Representative to update Master

    Project Schedules in collaboration with Subcontractors, Multiple Prime Bid Packages 01, 02, & 03, UCDMC Representatives and consultants. Assist monthly for Schedule Monthly Updates, & weekly for updates to 6-week look ahead schedules. Baseline schedule and subsequent monthly & weekly Project Schedule updates have already been developed & published. These schedule responsibilities also extend to Bp-01 Prime Trade Contract Subcontractors.

    28. Provide debris bins per Section 01 74 00. All recycle bins, debris bins, and the locations of all

    bins shall comply with ICRA requirements and SWPPP requirements. Coordinate placement of debris bins with University, Bid Packages, and Prime Trade Contractors. Refer to 01 39 00 &

    29. Bid Package 01, 02, & 03 Contractors shall perform Daily Cleanup per Section 01 74 00 and

    use debris & recycling bins placed on the Medical Center Campus by BP-01. Waste, recyclables, debris removed or demolished, and all construction materials generated by all Bid Package Contractors shall be placed in debris bins and/or recycling bins.

    30. Prior to punch walk for each area of phased construction, BP-01 will provide cleaning per ICRA

    section 01 56 10 & 01 74 00.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-8 BP-01 SCOPE OF WORK

    31. For each area of phased construction, BP-01 will provide Construction Completion Cleaning & Final Cleaning at interior spaces, rooftops, and exterior site per Section 01 74 00, subsections 3.2, 3.3, 3.4, 3.5, & 3.6

    PART 3 – EXECUTION Special Considerations to be adhered to by this Prime Trade Contractor are as follows:

    1. Identify one (1) project Superintendent who will be responsible for coordinating Prime Trade Contractor work. Submit project Superintendent’s information to University following successful Notice of Selection. Project Superintendent must be on site whenever work is proceeding under this contract.

    2. Weekly, Superintendent shall attend a 90 minute OAC meetings with the Project Team and be prepared to discuss Schedule, RFI’s, Submittals, Safety, and specific jobsite information. Additional meetings will be required for pre-installation conferences, ICRA/ILSM coordination, & shutdown coordination.

    3. Supervisory personnel will use SharePoint Project website to share large (greater than

    10MB) project documents, documentation, and access/download archived files. Archived files include, but are not limited to Answered RFI’s, Reviewed Submittals, Daily Reports, Schedule Updates, Meeting Minutes, etc. SharePoint site will be setup and maintained by University’s Representative.

    4. There will be other University construction projects in the area, which will require coordination to minimize conflicts.

    5. Provide all necessary protection of your work until final acceptance.

    6. Multiple inspections will be required. Comply with all University requirements.

    7. Conform to all regulatory agencies and requirements applicable to this project which

    includes, but is not limited to, OSHA and CAL OSHA and all other requirements of safety and hazardous material procedures throughout the execution of this contract.

    8. This Prime Trade Contract Package shall not encumber the project site as determined by the

    University’s Representative, with materials or equipment. Storage inside and outside the buildings are limited and restricted. During the performance of the Work, the Prime Trade Contractor shall keep the project site and surrounding area free from the accumulation of excess materials, waste materials and rubbish caused by this Prime Trade Contractor. This Prime Trade Contractor shall remove and/or relocate all excess materials, waste materials, rubbish, tools, equipment, machinery and surplus materials caused by or for this contract from the project site and surrounding areas when directed by the University’s Representative and at the completion of the Work.

    9. Prior to this Prime Trade Contractor beginning any onsite work and/or prior to the arrival of

    any materials to the project site, This Contractor shall submit to the University’s Representative one copy of the most current safety program being implemented by this Prime Trade Contractor and all Material Safety Data Sheets for all products to be used on site. Throughout the duration of the project a copy of the safety program and Material Safety Data Sheets shall be kept by the Contractor and be accessible to all personnel and other trades. Material Data Sheets are to be kept updated throughout the project.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-9

    BP-01 SCOPE OF WORK

    10. Prior to commencement of any work involving interruptions of existing systems such as

    corridors, or penetrations through rated partitions, this Prime Trade Contractor shall develop detailed work plans indicating the sequence of operations and activities for these operations. The work plans shall indicate time frames and dates for work required before, during and after interruption of existing services. The work plans shall indicate the total number of hours anticipated for interruptions. The work plan shall include detailed drawings of systems indicating temporary barriers and enclosures to allow the operating systems to remain active or shutdown for the minimal amount of time. Work plans shall be presented to the University's Representative in accordance with the requirements of Division 1 prior to beginning work.

    11. All shutdown work that is directly related to the work scope of this Bid Package shall be

    performed by the workforce of this Bid Package with the following exception: Physical shutoff of the existing utility shall be performed by The University.

    12. Coordinate the delivery dates of materials with the University’s Representative, so that they

    can be reflected in the contract schedule. Identify any major materials and equipment that will require special access considerations.

    13. Each individual working on the project site will be required, prior to performing any work on

    site, to attend a mandatory, one time, site orientation meeting. The meeting will be approximately 30 minutes per individual.

    14. Each individual working on the project site shall wear clean presentable clothing. Shirts shall

    consist of identifiable company shirt or clean “polo” type shirt. Clean, denim pants are acceptable. No shorts will be permitted on the jobsite. All individual working on the project shall wear temporary University provided badge or permanent University badges. Workers should avoid conversation with all patients and staff and direct questions to Universities Representative.

    15. Prepare and conduct weekly tool box safety meetings. Provide documentation of the items

    discussed, and attendees of every safety meeting on a weekly basis to the University’s Representative; also include all incident reports and other associated safety documentation required.

    16. Clean up on a daily basis, or as directed by University’s Representative. All packing and

    crating material must be removed and hauled off daily by the Prime Trade Contractor. This Prime Trade Contractor shall vacuum and clean areas of work areas every day or as deemed necessary by the University’s Representative. Transport all debris associated with the Prime Trade Contract package and place debris inside the appropriate dumpster.

    17. Daily clean-up is essential to a safe job site. It will be the responsibility of each individual

    Prime Trade Contractor to keep the project clear and clean on a daily basis and to remove debris from the site in a timely fashion. Floor access is limited and there is no space available for the placement of debris boxes on the floor. Costs for clean-up, hoisting, scaffolding, and protection of installed work and adjacent surfaces are to be included in the base bid.

    18. Obtain Hazardous Conditions Permit (hot work) for the work as required by the University Fire Department. Hazardous Condition Permit will be provided at no cost. Obtain permits prior to any welding, cutting or brazing per the requirements of Division 1.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades BID PACKAGE 01: HAZMAT CONTAINMENT/ABATEMENT & MISC. CONSTRUCTION (BP-01)

    SECTION 01 00 51-10 BP-01 SCOPE OF WORK

    19. Protect existing facilities and the work of other Prime Trade Contractors from damage by

    work under this contract. This Prime Trade Contractor is responsible for all cost and time impacts resulting from damage to existing facilities and other Prime Trade Contractors’ installed work or stored materials.

    20. Schedule, coordinate, and perform all field-testing as required for inspections.

    21. Provide traffic control, barricades and flagmen as required to complete the work of this Prime

    Trade Contract Package.

    22. Allow for minor refinement of construction details and dimensions during the submittal review process. No change orders will be allowed for minor refinements such as additional detailing, fabrication or installation of these minor modifications required to complete the work of this Prime Trade Contract Package.

    23. Protect all work defined in this Prime Trade Contract Package until accepted by the

    University's Representative.

    24. Provide shop drawings, manufacturer’s data and samples for review. Provide drawings and approved submittals to other Prime Trade Contractors as required for installation and coordination with other trades.

    25. All work performed by this bid package outside of non-contained work spaces shall be done

    via “mini-cube” dust control method. See section 01 56 10 for additional information. All work within areas known to contain hazardous materials shall be performed by OSHPD/EPA certified personnel under an AHERA certified supervisor.

    26. Warranties shall commence upon project "final completion". 27. This Prime Trade Contractor shall provide all testing and certification as defined in the

    contract documents.

    28. This Prime Trade Contract Package shall coordinate layout and provide detailed work plans with all other trades and Prime Trade Contractors under separate contract with the University.

    29. Bidders shall include all required material hoisting methods for their scope of work. This shall

    include but not be limited to any Grad-All or similar lifts, forklifts, JLG, Crane, etc.

    30. Main entry and exit points for all building materials and personnel shall be determined by the University, University’s Representative, and Prime Trade Contractors prior to start of construction. See bid reference document “Conceptual Preliminary Phasing Plan Inc2”.

    END OF SECTION 01 00 51

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 11 00 -1

    SUMMARY OF THE WORK 01/10 Edition; Rev. 1 (06-15-2011)

    SECTION 01 11 00 SUMMARY OF THE WORK

    PART 1 - GENERAL

    1.1 SECTION INCLUDES

    A. Description of the Work

    B. Contractor Warrants

    C. Contract Document Intent and Relationships

    D. University Furnished / Contractor Installed Products

    E. Concurrent Work Under Separate Contracts

    F. Site Condition Survey and Protection of Existing Improvements

    G. Contractor Use of Site and Premises

    H. University Beneficial Occupancy (if applicable)

    I. Project Phasing (if applicable)

    1.2 DESCRIPTION OF THE WORK

    A. Project Title: HOSPITAL SEISMIC UPGRADE – FIRE AND LIFE/SAFETY UPGRADES “INCREMENT 2”

    B. UCDHS Project A/C #: 9559030

    C. Project is located at 2315 Stockton Blvd, Sacramento, CA 95817, University of California, Davis Health System, Sacramento, California, as shown on the vicinity map.

    D. Project is one of four increment projects established for compliance with Senate Bill 1953 that direct the University to remove from service and demolish the North/South wing section of the main hospital to comply with current structural and seismic requirements for Hospitals in California.

    E. Project work includes incrementally phased upgrades to the existing fire suppression system to meet current code requirements within the Main Hospital East Wing. The existing fire alarm systems at the Main Hospital East wing will be replaced and upgraded to meet current code requirements. Fire alarm work includes install, test & certification of a temporary ‘Notifier SWIFT’ Wi-Fi system, decommissioning of the two existing fire alarm systems, and install of a new hard-wired “Notifier” fire alarm system. The Main Hospital East Wing will be occupied during construction, which requires the existing Fire Sprinkler System and the existing Fire Alarm system to be maintained.

    F. A description of areas, types of construction and general nature of the Work includes, but is not limited to information provided on drawings G-001, FG-001, & E-001.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 11 00 - 2 SUMMARY OF THE WORK 01/10 Edition; Rev. 1 (06-15-2011)

    G. All work to be performed during normal working hours. Any off-hour work will require University pre-approval. The majority of the work will be within occupied spaces, most of which are patient care areas. Work phase and sequence will be floor by floor, within three rooms at a time.

    1. Unoccupied spaces adjacent to areas occupied by hospital staff or patient care areas:

    a. East Wing Ground (Basement) Floor vacant Cafeteria b. East Wing 2nd floor between gridlines Aa & Eb.8 and gridlines 1 & 5.8

    2. Unoccupied spaces:

    a. Roof Penthouses (all)

    3. Occupied Patient Care Areas:

    a. East Wing Radiology Ground Floor between gridlines Aa & F.2 and gridlines 8 & 12

    b. East Wing 1st Floor c. East Wing Floors 4, 5, 6, & 8

    4. Build-out as shown and herein specified, complete and ready for occupancy, the following Hospital Seismic Upgrade Fire and Life/Safety Upgrades “Increment 2” facility shown on the Contract Documents. Work scope is divided into three Bid Packages:

    a. BP-01 Hazmat Containment/Abatement & Miscellaneous Construction b. BP-02 Fire Alarm/Electrical (already awarded) c. BP-03 Fire Protection (already awarded)

    1.3 CONTRACTOR WARRANTS

    A. Contractor warrants that it is skilled and experienced in the use and interpretation of Contract Documents such as those included in the bid documents for this Contract. The Contractor further warrants that it has carefully reviewed the Contract Documents for this Work and has found them to be free of ambiguities and sufficient for bid purposes.

    B. Contractor warrants that it has inspected the Project Site and based on these observations, has satisfied itself as to the nature and location of the Work; and any special conditions likely to be encountered at the site which may affect the performance of the Work.

    C. Contractor warrants that its bid is based solely on the Contract Documents provided, its own observations, and written explanations and interpretations obtained from University's Representative and not on any explanation or interpretation, oral or written, from any other source.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 11 00 -3

    SUMMARY OF THE WORK 01/10 Edition; Rev. 1 (06-15-2011)

    1.4 CONTRACT DOCUMENT INTENT AND RELATIONSHIPS

    A. Contract Documents Intent: Provide all labor, material, equipment, tools, transportation, insurance, services and all other requirements necessary to construct the project described in the Contract Documents.

    B. Relationship of Contract Documents: Drawings, Specifications and other Contract Documents in the Contract are intended to be complementary. What is required by one shall be as if required by all. What is shown or required, or may be reasonably inferred to be required, or which is usually and customarily provided for similar work, shall be included in the Work. For example, the drawings may not show every variation of an anchor clip that is required to support a curtain wall from its structural support; it can be reasonably inferred that variations of or additions to these clips are necessary to complete the installation of the working system and therefore all such clips are understood to be included in the Work.

    C. Discrepancies in Contract Documents: In the event of error, omission, ambiguity or conflict in the Contract Documents, Contractor shall bring the matter to University's Representative's attention in a timely manner, for University's Consultant's determination and direction in accordance with provisions of the General Conditions of the Contract.

    D. Bidding and Contract requirements: Information for bidding, Conditions of the Contract and other Contract documents will be produced by University and may be included in the Contract Documents for convenience. Such documents are not Specifications. Specifications are found in Divisions 01 through 49 of the Contract, as listed in the Table of Contents of the Contract.

    E. Contract Drawings: The Drawings provided with and identified in the Contract are the Drawings referenced in the Agreement.

    1. Drawings produced for this project may encompass Civil, Landscape, Architectural, Structural, HVAC, Plumbing, Piping, Fire Protection, and Electrical portions of the Work. Interior Design drawings may also be provided for product selection and installation information.

    2. The location, extent and configuration of the required construction and improvements are shown and noted on the Drawings. A list of Drawings is included in the Contract Documents.

    3. Drawings are arranged according to design discipline. Such organization and all references to trades, subcontractor, specialty contractor or supplier 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.

    4. Where the terms "as shown", "as indicated", "as noted", "as detailed", "as scheduled" or terms of like meaning, are used in the Drawings or Specifications, it shall be understood that reference is being made to the List of Drawings and the Specifications as bound in the Contract Documents.

    5. Where reference to the word "plans" is made anywhere in the Drawings, Specifications and related Contract Documents, it shall be understood to mean the Drawings listed in the List of Drawings.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 11 00 - 4 SUMMARY OF THE WORK 01/10 Edition; Rev. 1 (06-15-2011)

    F. Contract Specifications: The Specifications provided as a part of the Contract Documents are the Specifications referenced in the Agreement.

    1. The Specifications are organized by Division and Sections in accordance with recommended practice of the Construction Specifications Institute. Such 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.

    2. Specifications are included in the Contract, which also includes other Bidding and Contract Documents. Contents of the Contract are listed in the TABLE OF CONTENTS.

    3. Information for bidding, Conditions of the Contract and other Contract documents will be produced by University. Such documents are not Specifications. Specifications are found in Division 01 through 49 of the Contract.

    1.5 UNIVERSITY-FURNISHED, CONTRACTOR-INSTALLED PRODUCTS

    A. University-Furnished Products: University will furnish, for installation by Contractor, products which may be identified on the Drawing and in the Specifications as UFCI (University-Furnished / Contractor-Installed).

    1. Not Used.

    B. Relationship to Work Under the Contract: Work under the Contract shall include all provisions necessary to fully incorporate such products into the Work, including, as necessary, fasteners, backing, supports, piping, conduit, conductors and other such provisions from point of service to point of connection, and field finishing, as shown on the Drawings and/or Specified herein. See Section 01 31 00 - COORDINATION for additional requirements.

    1.6 CONCURRENT WORK UNDER SEPARATE CONTRACTS

    A. Work Under Separate Contracts: University may choose to award separate contracts for the following work and other work, which may be indicated on Drawings as NIC (Not in Contract), including, but not limited to the following:

    1. Test and Balance work (MESA3, Inc.).

    2. “East Wing Make Ready (Inc1B) Mechanical & Electrical Upgrades”

    3. HSE “Increment 3 New Stair #5 & ADA upgrades @ East Wing”

    4. HSE “Increment 4 Decommission North/South Wing”.

    5. “E2 & E3 Pulmonary GI Remodel”

    6. “North Addition” project. Underground utilities and a new building adjacent to Electrical Substation room 1400A-C

    7. East Wing 7th Floor “EW 7 Flex Space” Renovation

    8. East Wing 5th Floor “EW5 Nurse Station” Renovation

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 11 00 -5

    SUMMARY OF THE WORK 01/10 Edition; Rev. 1 (06-15-2011)

    9. “East Wing Elevator 1 & 2 Upgrades”

    10. “UT Elevator 11-15 Upgrades”

    B. Relationship to Work Under the Contract: Work under the Contract shall include all provisions necessary to make such concurrent work under separate contracts complete in every respect and fully functional, including field finishing. Provide necessary backing, supports, piping, conduit, conductors, and other such provisions from point of service to point of connection for additional requirements.

    C. Related Contract Documents: University will make available, in a timely manner, Contract Documents of work under separate contracts for coordination and further description of that work. Such drawings and other data required for the coordination of the work of separate contracts with the Work of this Contract may be included with the Contract Documents. If so, they are provided for convenience only and are not to be considered Contract Documents.

    1.7 SITE CONDITION SURVEY & PROTECTION OF EXISTING IMPROVEMENTS

    A. Site Condition Survey: Prior to commencing work, the Contractor, University's Representative and other University representatives shall tour the Project site together to examine and record the existing condition of site, adjacent buildings, and improvements. This record shall serve as a basis for determination of damage (if any) due to the construction process. The record shall be signed by all parties participating in the tour.

    B. Protection of Existing Improvements: Locate all known existing utilities prior to proceeding with construction. Existing utilities shall be kept in service and protected by the Contractor from damage. If any structure or utility is damaged, take immediate action to ensure the safety of persons and University property and effect repair. If previously undiscovered structures or utilities are encountered, request University's Representative to provide direction on how to proceed with the work. Cracks, sags or damage to adjacent structures or improvements not noted in the original survey shall be reported to University's Representative.

    C. University does not normally charge for its shutdown support services. However, if poor planning or execution of a shutdown by Contractor causes excessive time and effort for University, University reserves right to deduct additional support services cost from the final contract amount.

    1.8 CONTRACTOR USE OF SITE AND PREMISES

    A. Site Access: Limit access to site as indicated on the drawings. If routes and access points are not indicated, access shall be as directed or approved by University's Representative.

    B. Hours of Operation: Construction activities are limited to the hours of 7:00 A.M. to 4:00 P.M., Monday through Friday. Prior University approval is required for Contractor construction work at any other time or day.

    C. Construction Limit: Limit construction activities to areas indicated on Drawings as Project Area or, if not indicated, to areas immediately adjacent to buildings and as necessary for immediate construction or utility services and site work, See Section 01 50 00 - TEMPORARY UTILITIES for additional requirements. Also see bid reference document “Conceptual Preliminary Phasing Plan Inc 2”.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 11 00 - 6 SUMMARY OF THE WORK 01/10 Edition; Rev. 1 (06-15-2011)

    D. Utility Outages and Shutdowns: Schedule utility outages and shutdowns to times and dates acceptable to University's Representative. Duration of outages and shutdowns shall not hinder University normal business operations. Provide fourteen (14) days notice of all utility outages and shutdowns.

    1.9 UNIVERSITY BENEFICIAL OCCUPANCY

    A. The following portions of the Work are designated for occupancy by University as indicated.

    1. UCDMC will take beneficial occupancy of all incrementally phased areas of work directly following the substantial completion of the areas of work. See bid reference document “Conceptual Preliminary Phasing Plan Inc 2” for details.

    1.10 PROJECT PHASING

    A. Contractors to Coordinate Phasing with General Conditions 3.9 Schedules Required of Contractor, Section 01 32 00 – CONTRACT SCHEDULES, and BID PACKAGE SCOPES OF WORK Sections 01 00 51, 01 00 52, & 01 00 53, and bid reference documents “Preliminary Milestone Schedule” & “Conceptual Preliminary Phasing Plan Inc 2”.

    B. The WORK OF THIS contract is divided into a multiple Phased/ sequenced Steps. Total number of steps will be coordinated with Prime Trade Contractors, University, and University Representative prior to commencement of construction. Each Bid Package crew will work in sequence and concurrently at multiple floors. For example, BP-01 will setup a containment at 8th floor, then move to 5th floor and setup a containment, then move to 1st floor and setup a containment. Directly after BP-01 has setup containment at 8th floor, IES (BP-02) and Marquee (BP-03) will do layout at 8th, then at 5th, then at 1st floors. Directly after completing containment at 1st floor, BP-01 will start abatement at 8th, then at 5th, then at 1st floors...etc. etc.

    C. Refer to AGREEMENT Article 5 for definition of Liquidated Damages (LD) for each Trade Contractor. LD tied to each Phase of the Work may be used to encourage Contractors to complete phased work at the required times.

    PART 2 - PRODUCTS – Not Applicable to this Section

    PART 3 - EXECUTION – Not applicable to this Section

    END OF SECTION 01 11 00

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    SECTION 01 23 00 ALTERNATES

    01 23 00 - 1

    ALTERNATES 01/10 Edition; Rev. 0

    PART 1 - GENERAL

    1.1 GENERAL

    A. This Section identifies each Alternate and describes basic changes to the Work only when that Alternative is made a part of the Work by specific provision in the Agreement.

    B. Lump Sum Base Bid and Alternates shall include costs of all supporting elements required, so that combination of Lump Sum Base Bid and any Alternates shall be complete. Scope of Work for all Alternates shall be in accordance with applicable Drawings and Specifications.

    C. Except as otherwise specifically provided by University, Work described in Alternates shall be completed with no increase in Contract Time.

    D. This Section includes only non-technical descriptions of the Alternates. Refer to markups on the contract drawings for areas included within each of the Alternates, and the related technical Specifications.

    E. Coordinate related Work and modify surrounding Work as required to properly and completely integrate Alternates into the Work.

    1.2 DESCRIPTION OF ALTERNATES

    A. Additive Alternate #1 – All Bid Package 01 work associated with upgrades to the Fire Sprinkler & Fire Alarm systems within clouded areas at the Ground floor of the East Wing (refer to contract drawing A-110)

    1. Each Prime Trade Contractor to provide a separate Additive Lump Sum Alternate price for: All Bid Package 01 scope of work within clouded areas at Ground Floor including, but not limited to Containment, Demolition, Abatement, patch, paint, and repair work scope.

    B. Additive Alternate #2 – All Bid Package 01 work associated with upgrades to the Fire

    Sprinkler & Fire Alarm systems within clouded areas at the First floor of the East Wing (refer to contract drawing A-111)

    1. Each Prime Trade Contractor to provide a separate Additive Lump Sum Alternate price for: All Bid Package 01 scope of work within clouded areas at Ground Floor including, but not limited to Containment, Demolition, Abatement, patch, paint, renovation, and repair work scope.

    C. Additive Alternate #3 – All Bid Package 01 work associated with upgrades to the Fire Sprinkler & Fire Alarm systems within clouded areas at the Eighth floor of the East Wing (refer to contract drawing A-118)

    1. Each Prime Trade Contractor to provide a separate Additive Lump Sum Alternate price for: All Bid Package 01 scope of work within clouded areas at Eighth Floor including, but not limited to Containment, Demolition, Abatement, patch, paint, and repair work scope.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 23 00 - 2 ALTERNATES 01/10 Edition; Rev. 0

    PART 2 - PRODUCTS – Not Applicable to this Section

    PART 3 - EXECUTION – Not applicable to this Section

    END OF SECTION 01 23 00

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 25 00 - 1

    CLARIFICATION/INFORMATION PROCEDURES 01/10 Edition; Rev. 0

    SECTION 01 25 00 CLARIFICATION/INFORMATION PROCEDURES

    PART 1 - GENERAL

    1.1 DESCRIPTION

    A. This Section contains the procedures to be followed by Contractor for submitting a Request for Information (RFI) upon discovery of any apparent conflicts, omissions, or errors in the Contract Documents or Drawings or upon having any question concerning interpretation.

    B. Section Includes

    1. RFI Administrative requirements

    2. RFI Procedures

    3. RFI Execution

    1.2 RELATED DOCUMENT SECTIONS

    A. Conditions of the Contract: Governing requirements for changes in the Work, in Contract Sum and Contract Time.

    B. Section 01 61 00 – PRODUCT REQUIREMENTS: Product options, substitutions, omissions and improper descriptions.

    1.3 ADMINISTRATIVE REQUIREMENTS

    A. Description: Section provides procedure for Contractors to obtain interpretation or clarification of the Contract Documents, or identify apparent conflicts, omissions, or errors in the Contract Documents.

    B. Responsible Person for Contractor: Submit name of the individual authorized to receive Requests for Information documents, and who is responsible for forwarding Request.

    C. RFI Format: Submit all Requests for Information on the form attached at the back of this Section.

    1.4 RFI PROCEDURES

    A. RFI Format, Numbering and Subject:

    1. RFI Format: Submit all requests for clarification or additional information in writing to University's Representative using the RFI Request for Information form provided at the back of this Section or obtained from University's Representative.

    2. RFI Numbering: Number RFI's sequentially. Follow RFI number with sequential alphabetical suffix for resubmissions. For example, the first RFI is numbered "001". The second RFI is numbered "002" and so on. The first resubmittal of RFI "002" will be numbered "002a".

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 25 00 - 2 CLARIFICATION/INFORMATION PROCEDURES 01/10 Edition; Rev. 0

    3. RFI Subject: Limit each RFI to one (1) subject only.

    B. RFI Submittal conditions:

    1. Discovery of unforeseen condition or circumstance not described in the Contract Documents.

    2. Discovery of an apparent conflict, discrepancy or inconsistency in or between portions of the Contract Documents.

    3. Discovery of a situation, direction or apparent omission that cannot be reasonably inferred from the intent of the Contract Documents.

    PART 2 - PRODUCTS – Not Applicable to this Section

    PART 3 - EXECUTION

    3.1 EXECUTION OF RFI's

    A. Faxed RFI requests will be accepted. University's Representative's fax number is 916-734-1375. Notification time begins from date stamp of University's fax machine. Faxed RFI requests received after 3PM PST and/or received on non-normal workdays, as defined in Specification Section 01 31 00 – COORDINATION, Item 1.7.F.4.A will begin notification time starting at 7:00 AM the following business day.

    B. Failure to provide proper information: RFI's will not be recognized or accepted if, in the opinion of University's Representative, one of the following conditions exist:

    1. Contractor submits the RFI as a request for substitution.

    2. Contractor submits the RFI as a Submittal.

    3. Contractor submits the RFI as a Contract Document discrepancy or omission without through review of the Documents (Capricious submission).

    4. Contractor submits the RFI assuming portions of the Contract Documents are excluded or by taking an isolated portion of the Contract Document in part rather than in whole.

    5. Contractor submits the RFI in an untimely manner without proper coordination and scheduling of Work of other Trades.

    C. Response Time: Request clarifications or information immediately upon discovery of need. Submit RFI's in a timely manner allowing full response time to avoid impacting Contract Schedule.

    1. University's Representative, whose decision will be final, shall resolve issues and respond to questions of Contractor, in most cases, within fourteen (14) days. Actual time may be lengthened for complex issues, or shortened for expedited situations, as mutually agreed in writing.

    2. After submission of an RFI by Contractor and prior to receipt of the RFI response from University, the Contractor proceeds with effected Work at own risk. Any portion of the Work not constructed in accordance with University interpretation,

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 25 00 - 3

    CLARIFICATION/INFORMATION PROCEDURES 01/10 Edition; Rev. 0

    clarification, instruction or decision is subject to removal and replacement at Contractor expense.

    D. Failure to Agree: In the event of failure to agree to the scope of the Contract requirements, Contractor shall follow procedures set forth in Article 4 of the General Conditions of the Contract.

    END OF SECTION 01 25 00

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 25 00 - 4 CLARIFICATION/INFORMATION PROCEDURES 01/10 Edition; Rev. 0

    REQUEST FOR INFORMATION

    A/C #: 9559030 Project Title: Hospital Seismic Upgrades – Increment 2, Fire and Life/Safety Upgrades RFI #: Date: OSHPD #: I40010-34-02

    University of California, Davis Medical Center Facilities Design & Construction 4800 2nd Avenue, Suite 3010 Sacramento, CA 95817 Attn: Jim Davis P: 916-734-4702 F: 916-734-7751

    FROM:

    SUBJECT: SPEC SECTION/DRAWING #: PARA: DETAIL: RM # GRID #

    TRANSMITTAL RECORD

    Requestor to FD&C

    FD&C to

    A/E

    A/E to

    FD&C

    FD&C to Requestor Notes

    Date submitted INFORMATION NEEDED: CONTRACTOR’S PROPOSED RESOLUTION: REQUESTOR SIGNATURE: REPLY REQUIRED BY: � ATTACHMENTS: REPLY: REPONDER SIGNATURE: DATE: UNLESS OTHERWISE INDICATED ABOVE, THE REPLY TO THIS RFI IS NOT INTENDED TO BE A CHANGE DIRECTIVE. SHOULD THE CONTRACTOR, SUBCONTRACTOR, OR SUPPLIERS FEEL THAT THE REPLY WILL IMPACT THE PROJECT COST OR SCHEDULE; IT SHOULD IMMEDIATELY BE CONVEYED TO THE UCDMC FD&C PROJECT MANAGER IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. COPIES: � UCDMC � CONSULTANTS � � � � FILE

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 25 50 - 1

    CONTRACT MODIFICATION PROCEDURES 01/10 Edition; Rev. 0

    SECTION 01 25 50 CONTRACT MODIFICATION PROCEDURES

    PART 1 - GENERAL

    1.1 SECTION INCLUDES

    A. Change Order Administrative Requirements

    B. Documentation of Change in Contract Sum and Contract Time

    C. Change Procedures

    D. Field Orders

    E. Stipulated Sum Change Orders

    F. Unit Price Change Orders

    G. Time and Material Change Orders

    H. Execution of Change Orders

    I. Reconciliation of Change Orders

    1.2 RELATED DOCUMENT SECTIONS

    A. General Conditions of the Contract: Governing requirements for changes in the Work, in Contract Sum and Contract Time.

    B. Section 01 25 00 – CLARIFICATION/INFORMATION PROCEDURES

    C. Section 01 29 00 – MEASUREMENT AND PAYMENT: Applications for Payment.

    D. Section 01 61 00 – PRODUCT REQUIREMENTS: Product Options, substitutions, omissions and improper descriptions.

    E. Section 01 77 00 – CLOSEOUT PROCEDURES: Project record documents.

    1.3 CHANGE ORDER ADMINISTRATIVE REQUIREMENTS

    A. Responsible Person for Contractor: Submit name of the individual authorized to receive construction change documents, and who is responsible for informing others in Contractor's employ of subcontractors of changes in the work.

    B. Forms found in the Exhibits of the Contract:

    1. COST PROPOSAL Form

    2. COST PROPOSAL SUMMARY Form

    3. SUPPORTING DOCUMENTATION FOR THE COST PROPOSAL SUMMARY Form

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 26 00 - 2 CONTRACT MODIFICATION PROCEDURES 01/10 Edition; Rev. 0

    4. CHANGE ORDER Form

    1.4 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT TIME

    A. Documentation of Changes in Contract Sum and Contract Time: Provide full information required for evaluation of proposal of proposed changes and to substantiate costs of changes in the Work.

    1. Maintain detailed records of Work completed on time and material basis.

    2. Document each quotation for a change in Contract Sum and Contract Time with sufficient data to allow evaluation of the quotation.

    B. Additional Data: Upon request, provide additional data to support computations.

    1. Quantities of products, labor and equipment.

    2. Taxes, insurance and bonds.

    3. Overhead and profit.

    4. Justification for change in Contract Time, if claimed.

    5. Credit for deletions from Contract, similarly documented.

    1.5 CHANGE PROCEDURES

    A. University's Supplemental Instructions: Minor changes in the Work, not involving adjustments to the Contract Sum or Contract time, as authorized by the General Conditions of the Contract, may be presented using Supplemental Instructions or correspondence containing similar information.

    B. University Initiated Changes: A "Request for Proposal" may be issued by University's Representative, which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications.

    1. The Request for Proposal may include an estimate of additions or deductions in the Contract Sum or Contract Time for executing the change and may include stipulations regarding overtime work and the period of time the requested response from the Contractor shall be considered valid.

    2. Contractor shall prepare and submit a response to the Request for Proposal within fourteen (14) days.

    C. Contractor initiated Changes: Contractor may propose a change by submitting a request for change to University's Representative, describing proposed change and its full effect on the Work.

    1. Include statement describing reason for change, and full description of effects on Contract Sum, Contract Time, related Work and work being performed under separate contracts.

    2. Requests for substitutions shall be included under this category, with procedures as specified in Section 01 60 00 – PRODUCT REQUIREMENTS.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 25 50 - 3

    CONTRACT MODIFICATION PROCEDURES 01/10 Edition; Rev. 0

    1.6 FIELD ORDER

    A. Field Order: University's Representative may issue a "Field Order", signed by University's Representative, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order.

    1. The document will describe changes in the Work, and will designate the method of determining what, if any, change is due in the Contract Sum or the Contract Time.

    2. Promptly execute the change in the Work.

    B. Cost and Time Resolution: Costs and time adjustments for changes in the Work shall be per provisions of the General Conditions of the Contract, unless otherwise agreed to prior to issuance.

    1.7 CHANGE ORDERS

    A. Stipulated Sum Change Orders: Contractor's response to Request for Proposal or Field Order will be considered and a mutually acceptable adjustment in Contract Sum and Contract Time will be determined. Change Order for this stipulated amount will be prepared by University's Representative for execution by University and Contractor.

    B. Unit Price Change Order: Change Order will be prepared by University's Representative for execution by University and Contractor, based on mutually acceptable quantities and pre-determined unit prices.

    1. For unit cost or quantities not pre-determined, the Work shall be accomplished under a Stipulated Sum Change Order, if there is no dispute over the estimated or stipulated maximum cost and time for the change.

    2. If the amounts are not defined or are disputed, a Field Order will be prepared and issued by University's Representative.

    C. Time and Material Change Orders: As directed for changes for where amounts are not defined or are disputed, Contractor shall execute the Work, keeping accurate records of time, both labor and calendar days, and cost of materials.

    1. Contractor shall prepare and submit an itemized account and supporting data after completion of the change, within the time limits indicated in the Conditions of the Contract.

    2. University's Representative will determine the change allowable in Contract Sum and Contract Time, as provided elsewhere in the Contract Documents, and make recommendation to University for acceptance of Change Order.

    3. Contractor shall provide full information as required and requested for evaluation of proposed changes, and to substantiate costs for changes in the Work.

    PART 2 - PRODUCTS – Not Applicable to this Section

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 26 00 - 4 CONTRACT MODIFICATION PROCEDURES 01/10 Edition; Rev. 0

    PART 3 - EXECUTION

    3.1 EXECUTION OF CHANGE ORDERS

    A. Execution of Change Orders: University's Representative shall prepare Change Order documents for signature by parties' as provided in the Conditions of the Contract.

    3.2 RECONCILIATION OF CHANGE ORDERS

    A. Schedule of Values: Promptly revise the Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjustment to the Contract Sum.

    B. Schedules: Upon completion of the Change Order, promptly revise progress schedules to reflect changes in Contract Time, revising sub-schedules to adjust time for other items of Work as may be affected by the change. Submit revised schedules with next Application for Payment.

    END OF SECTION 01 25 50

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 29 00 - 1

    MEASUREMENT AND PAYMENT 01/10 Edition; Rev. 0

    SECTION 01 29 00 MEASUREMENT AND PAYMENT

    PART 1 - GENERAL

    1.1 SECTION INCLUDES

    A. Procedures for preparation and presentation of Application for Payment.

    1.2 RELATED DOCUMENTS AND SECTIONS

    A. GENERAL CONDITIONS of the Contract: Progress Payments and Final Payment.

    B. Section 01 24 00 - ALLOWANCES

    C. Section 01 32 00 – CONTRACT SCHEDULES

    D. Section 01 77 00 – CLOSEOUT PROCEDURES

    1.3 PAYMENT APPLICATION FORM

    A. Payment Application Form: Prepare Applications for Payment using Exhibit 4 provided in the Contract or, if otherwise directed, prepare Applications for Payment on AIA Document G702 – Application and Certification for Payment; include continuation sheets as necessary, using AIA Document G703 – Continuation Sheet.

    1.4 PREPARATION OF APPLICATIONS

    A. Preparation of Applications for Payment: The following requirements supplement the provisions of the General Conditions of the Contract. Refer to the GENERAL CONDITIONS OF THE CONTRACT.

    1. Present required information typewritten on the required forms. Media-driven forms are acceptable.

    2. Execute certification by wet ink signature of authorized officer of the Contractor.

    3. Use data from the approved Schedule of Values. Provide dollar value in each column of application for each line item and portion of Work performed and for products stored, if permitted.

    a. List value of each major item of Work and each subcontracted item of Work as a separate line item to serve as a basis for computing values for progress Payments. Round off values to nearest dollar. Listed items of work shall be identified by Specification Section number.

    b. List products and operations of each major subcontract as separate line item. Testing of both the Fire Alarm and Fire Sprinkler systems are considered to be a major item of work.

    c. List separately each allowance included in the scope of work for each Bid Package. Reference section 01 24 00 - ALLOWANCES.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 29 00 - 2 MEASUREMENT AND PAYMENT 01/10 Edition; Rev. 0

    d. Coordinate listings with Progress Schedule.

    e. Component listings shall each include a directly proportional amount of Contractor's overhead and profit.

    f. For items on which payments will be requested for stored products. List sub-values for cost of stored products with taxes paid.

    g. Submit a sub-schedule for each separate Phase of Work specified in Section 01 11 00 – SUMMARY OF THE WORK. Include scheduling of sequences for Phase of the Work as indicated in the Contract Documents.

    h. The sum of values listed shall equal total Contract Sum.

    4. List each authorized Change Order as an extension on the continuation sheet, listing the Change Order number and dollar value as for an original item of Work. Change Order shall be broken down same as Application for Payment.

    5. No Change Order shall be included with Application for Payment until approved in writing by University and University's Representative.

    B. Final Payment: Prepare Application for Final Payment as specified in Section 01 77 00 – CLOSEOUT PROCEDURES.

    1.5 SUBMISSION OF APPLICATIONS FOR PAYMENT

    A. Submission of Applications for Payment: The following requirements supplement provisions of the General Conditions of the Contract. Refer to the GENERAL CONDITIONS OF THE CONTRACT.

    1. Submit five (5) copies of each Application for Payment with original wet ink signature. Round values to nearest dollar or as specified for the Schedule of Values.

    2. Submit an updated Construction Progress Schedule with each Application for Payment and specified in Section 01 32 00 – CONTRACT SCHEDULES.

    3. Submit one (1) copy of the Schedule of Values in accordance with the General Conditions of the Contract. Form and content shall be acceptable to University. Transmit under transmittal letter. Identify Project by A/C # and name.

    a. List installed value of each major item of Work and for each subcontracted item of Work as a separate line item to serve as a basis for computing values for Progress Payments. Round off values to nearest dollar. Listed items of Work shall be identified by Specification section number.

    b. For each major subcontract list products and operations of that subcontract as separate line items.

    c. Coordinate listings with Progress schedule.

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 29 00 - 3

    MEASUREMENT AND PAYMENT 01/10 Edition; Rev. 0

    d. Component listings shall each include a directly proportional amount of Contractor's overhead and profit, or list separate line items for the same.

    e. For items on which payments will be requested for stored products: List sub-values for cost of stored products with taxes paid. Provide vendor invoices, and furnish a proof of title by University. If the storage facility is not owned by the contractor, also attach insurance certificate listing the University as additional insured.

    f. Submit a sub-schedule for each separate Phase of Work specified in Section 01 11 00. Include scheduling of sequences within each phase indicated on the drawings.

    g. The Sum of values listed shall equal total Contract Sum.

    h. When University's Representative requires substantiating information, submit data justifying line item amounts in question.

    i. Provide one (1) copy of data with cover letter for each copy of Application. Show Application number and date, and line item by number and description.

    4. Submit Applications for Payment, Continuation Sheets and Schedule of Values under transmittal letter. Contractor shall identify all payment application documents by University's Project Name and University's A/C number.

    1.6 SUBSTANTIATING DATA

    A. University's Representative may request substantiating information. Submit data reconciling line item amounts in question.

    B. Provide one (1) copy of data with cover letter for each copy of submittal. Show Application number and date and line item by number and description.

    PART 2 - PRODUCTS – Not Applicable to this Section

    PART 3 - EXECUTION – Not Applicable to this Section

    END OF SECTION 01 29 00

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2

    Fire and Life/Safety Upgrades

    01 31 00 - 1

    COORDINATION 01/10 Edition; Rev. 0

    SECTION 01 31 00 COORDINATION

    PART 1 - GENERAL

    1.1 SECTION INCLUDES

    A. Project Meetings

    B. Submittals Requirements

    C. General Contractor Coordination

    D. Coordination of Subcontractor and Separate Contracts

    E. University Criteria

    1.2 RELATED REQUIREMENTS

    A. Section 01 11 00 – SUMMARY OF THE WORK: Description of Contract Documents.

    B. Section 01 32 00 – CONTRACT SCHEDULES

    C. Section 01 33 00 – SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

    D. Section 01 35 00 – SPECIAL PROCEDURES: Interim Life Safety Measures (ILSM).

    E. Section 01 45 00 – QUALITY CONTROL

    F. Section 01 45 50 – INSPECTION OF WORK

    G. Section 01 50 00 – TEMPORARY UTILITIES

    H. Section 01 52 00 – CONSTRUCTION FACILITIES

    I. Section 01 55 00 – VEHICULAR ACCESS AND PARKING: Traffic Regulation.

    J. Section 01 56 00 – TEMPORARY BARRIERS, ENCLOSURES AND CONTROLS

    K. Section 01 56 10 – AIRBORNE CONTAMINANTS CONTROL: Infection Control Risk Assessment (ICRA)

    L. Section 01 61 00 – PRODUCT REQUIREMENTS

    M. Section 01 73 00 – CUTTING AND PATCHING

    N. Section 01 77 00 – CLOSEOUT PROCEDURES: Coordination of completion reviews, inspections and submission of documents.

    O. Section 01 78 00 – CLOSEOUT SUBMITTALS: Record Drawings.

    P. Section 01 82 00 – PLUMBING/HVAC TESTING PROCEDURES

  • A/C 9559030 Hospital Seismic Upgrade – Increment 2 Fire and Life/Safety Upgrades

    01 31 00 - 2 COORDINATION 01/10 Edition; Rev. 0

    1.3 MEETINGS

    A. Pre-Construction/Site Mobilization Conference: University's Representative will administer site mobilization conference at Project site for clarification of responsibilities of University, University's Representation and Contractor, use of site and for review of administrative procedures. Site mobilization conference shall be held within fourteen (14) days of Notice to Proceed, unless otherwise directed by University's Representative.

    1. Agenda: Pre-Construction/Site Mobilization Conference shall cover the following topics at a minimum:

    a. Special Project Procedures: Implementation of requirements as specified in Section 01 31 00 – COORDINATION.

    b. Subcontractors List: Distribute and discuss list of subcontractors and suppliers.

    c. Construction Schedule: Distribute and discuss initial construction schedule and critical work sequencing of major elements of Work, including coordination of University furnished/Contractor installed (UFCI) products and work under separate contracts, by utility agencies and companies and University.

    d. Designation of Key personnel: Designate key personnel and update project directory for University, University's Consultants, Contractor, ma