stephen j. welch, p.e., s.e. period of performance july 1

102
- - CONTRA COSTA WATER DISTRICT Request for Proposal #2244 HVAC Maintenance Services Period of Performance July 1, 2021 through June 30, 2022 BOARD OF DIRECTORS Lisa M. Borba, AICP PRESIDENT Ernesto A. Avila, P.E. VICE PRESIDENT John A. Burgh Connstance Holdaway Antonio Martinez GENERAL MANAGER Stephen J. Welch, P.E., S.E. This Request for Proposal (RFP) dated April 2, 2021 is being issued to receive proposals by the Purchasing Officer, Brian K. Jackson, Contra Costa Water District (District), 1331 Concord Avenue, Concord, California, until 1:00 P.M., Monday, April 26, 2021 for HVAC Services for fiscal year 2022 (FY22) (Base Year), beginning on July 1, 2021 through June 30, 2022, and four (4) priced options for fiscal years (FY23-26), FY23 (Option 1) begins July 1, 2022 through June 30, 2023, FY24 (Option 2) begins July 1, 2023 through June 30, 2024, FY25 (Option 3) begins July 1, 2024 through June 30, 2025, FY26 (Option 4) begins July 1, 2025 through June 30, 2026, to be exercised at the District's sole discretion. Bid priced option sheet(s) must be included for all years for the bid package to be considered a complete submission. The District will evaluate all pricing and will determine what appears to provide the best value to the District. No faxed or email Proposals will be accepted. Proposers must submit three (3) hard copies in a sealed envelope marked "Proposal for HVAC Maintenance Services", and one (1) electronic copy submitted on a USB flash drive containing all required documentation in Microsoft Word, Excel, or PDF format, Proposals received after this time and date will be returned unopened. The District encourages contracts with minority and women-owned and operated business enterprises. Companies must submit responses based on Scope of Work and Contractor's Rates and Charges. A selection committee will review the proposals, based on established evaluation award criteria. The District has provided a copy of the Agreement that will be utilized for the purposes of this work. No additional contract negotiations will be conducted, and no additional contract documents signed. Furthermore, the awardee of this RFP, upon award, must return all contract documents signed within three (3) business days from receipt of documentation from the District. Pursuant to Section 1770, et seq., of the California Labor Code, 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 such prevailing rate of per diem wages are on file at the office of the Purchasing Officer, where copies will be made available during normal working hours to any interested party on request, or Proposers may prefer to obtain the current prevailing rate of per diem wages directly from the website maintained by the California Department of Industrial Relations (http://www.dir.ca.gov/dlsr/pwd/index.htm). Purchasing Officer Contra Costa Water District 1331 CONCORD AVE , CONCORD , CA 94520 I 925 · 688 · 8000 I CCWATER . COM

Upload: others

Post on 06-Apr-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

--CONTRA COSTA WATER DISTRICT

Request for Proposal #2244 HVAC Maintenance Services

Period of Performance July 1, 2021 through June 30, 2022

BOARD OF DIRECTORS

Lisa M. Borba, AICP PRESIDENT

Ernesto A. Avila, P.E.

VICE PRESIDENT

John A. Burgh

Connstance Holdaway

Antonio Martinez

GENERAL MANAGER

Stephen J. Welch, P.E., S.E.

This Request for Proposal (RFP) dated April 2, 2021 is being issued to receive proposals by the Purchasing Officer, Brian K. Jackson, Contra Costa Water District (District), 1331 Concord Avenue, Concord, California, until 1:00 P.M., Monday, April 26, 2021 for HVAC Services for fiscal year 2022 (FY22) (Base Year), beginning on July 1, 2021 through June 30, 2022, and four (4) priced options for fiscal years (FY23-26), FY23 (Option 1) begins July 1, 2022 through June 30, 2023, FY24 (Option 2) begins July 1, 2023 through June 30, 2024, FY25 (Option 3) begins July 1, 2024 through June 30, 2025, FY26 (Option 4) begins July 1, 2025 through June 30, 2026, to be exercised at the District's sole discretion. Bid priced option sheet(s) must be included for all years for the bid package to be considered a complete submission. The District will evaluate all pricing and will determine what appears to provide the best value to the District.

No faxed or email Proposals will be accepted. Proposers must submit three (3) hard copies in a sealed

envelope marked "Proposal for HVAC Maintenance Services", and one (1) electronic copy submitted on

a USB flash drive containing all required documentation in Microsoft Word, Excel, or PDF format,

Proposals received after this time and date will be returned unopened. The District encourages contracts

with minority and women-owned and operated business enterprises.

Companies must submit responses based on Scope of Work and Contractor's Rates and Charges. A selection committee will review the proposals, based on established evaluation award criteria.

The District has provided a copy of the Agreement that will be utilized for the purposes of this work. No additional contract negotiations will be conducted, and no additional contract documents signed. Furthermore, the awardee of this RFP, upon award, must return all contract documents signed within three (3) business days from receipt of documentation from the District.

Pursuant to Section 1770, et seq., of the California Labor Code, 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 such prevailing rate of per diem wages are on file at the office of the Purchasing Officer, where copies will be made available during normal working hours to any interested party on request, or Proposers may prefer to obtain the current prevailing rate of per diem wages directly from the website maintained by the California Department of Industrial Relations (http://www.dir.ca.gov/dlsr/pwd/index.htm).

~~~ Purchasing Officer Contra Costa Water District

1331 CONCORD AVE , CONCORD , CA 94520 I 925· 688 · 8000 I CCWATER .COM

Contra Costa Water District utilizes myCOI to track and verify Vendor's insurance coverage, so that Vendor does not have to spend time requesting, collecting or delivering a Certificate of Insurance (COi) to (Company). Upon (Company's) receipt of this executed Agreement and approval as a vendor, Vendor will receive an email from [email protected]. Vendor must follow the instructions contained in the email and complete the online registration. Upon completion of registration, myCOI will request proof of insurance directly from Vendor's insurance agent(s). In addition to other terms and conditions contained herein, Vendor shall not commence work and no payments shall be made to Vendor, unless Vendor is registered with myCOI and a compliant COi has been received.

Prohibition of Discrimination, Harassment, Retaliation, and Abusive Conduct

Per District Administrative Procedure Xll-4 entitled Equal Employment Opportunity; Prohibition of Discrimination, Harassment, Retaliation, and Abusive Conduct, the District is an equal employment opportunity employer. As such, the District employs, recruits, retains, promotes, evaluates, terminates, and otherwise treats all employees, contractors, and job applicants on the basis of merit, qualification, and competence, and without regard to any Protected Category under the Equal Employment Opportunity Commission or the State of California Department of Fair Employment and Housing. The District does not tolerate discrimination, harassment, retaliation, or abusive conduct by or against employment applicants, employees, those not employed by but working on behalf of the District, and/or members of the public. Immediate and appropriate corrective action will be implemented as warranted for any and all such misconduct. Administrative Procedure Xll-4 is applicable to all employees and agents of the District with whom an individual comes into contact in the workplace or a work-related situation. The District's policy can be found at the following web address: https://www.ccwater.com/DocumentCenter/View/973/Xll-4-Equal-Employment-Opportunity-PDF

Project Schedule: • Pre-Proposal Conference To Be Determined

Date of Pre-proposal will be posted to the District's website on or before 4/7/21. Engineering Bldg. 2411 Bisso Lane, Concord, in the Mallard room please allow for two­

hours. • Questions by email due by Wednesday, April 14, 2021 at 10:00am • Answers to email questions post by Tuesday, April 20, 2021 at 4:00pm

(should there be questions, they will be posted on CCWD website) • Proposals DUE NO LATER THAN Monday, April 26, 2021 at 1 :00pm

Questions must be submitted to Tracie Keith via email to [email protected]. Answers to questions will post on ccwater.com website in the form of an Addendum not later than date listed.

Evaluation/Award Criteria: The District will utilize the following criteria in ranking companies for award: Cost 50% and Non-

Cost 50%.

Non-Cost: 20% Approach to work, ability to perform work as outlined in scope, quality of work, equipment provided and used, method for accomplishing work, organizational resources, plan for managing any supplies left on site, personnel placement and supervision of personnel assigned to work at our facilities, cross training, training/safety/confined space entry programs, ability to

respond to requests on short notice, proximity of technical and management support to site, management philosophy, training, quality assurance, ability to meet contract requirements, employee benefits and compensation, employee retention, ability to assign one journey level technician.

20% Experience/Past Performance: Experience and resumes of all individuals assigned to work at our sites and who will be supervising the account, company experience in this field, financial stability, certifications in the industry and as required in scope of work, continuing education, safety training, specific skills and expertise working onsite and remotely with Energy Management Systems Solidyne EMS, and Train Tracker EMS, and with having office equipment dedicated to monitoring EMS at your business, and send alert notifications when temperatures drop or rise more than 4 degrees. 5% References, 5% Interviews

Note: District will rank applicants and interview top applicants that fall within competitive range, based on criteria.

The District has included a General Provisions attachment to help explain the District's bid and proposal process. Please read and consider these provisions carefully.

Note: Attachment D must be completed and submitted with proposal on or before the due date of April 10, 2018 at 1:30 P. M., please ensure to complete the list in its entirety.

This solicitation does not commit the District to pay any costs incurred in the preparation and presentation of submittals, or to select any interested firms that respond. This solicitation covers only work described and does not commit the District to any fixed amount of work. All materials received will remain the property of the District, whether or not a finn is selected. Brochures or other presentation materials, beyond those required are not necessary.

Proposal Evaluations/ Award Criteria The District does not obligate itself to accept the lowest or any particular proposal, and specifically reserves the right to reject any or all proposals or to accept any proposal considered most favorable to the District.

Questions to be answered and returned with the proposal:

Name and resume of technician that you would assign to our account.

1. Name and contact number of staff person who would be the single point of contact for scheduling and invoicing.

2. Copy of licenses, per the proposal.

3. Provide a summary of how your company monitors and sends electronic alerts to the District to notify us in advance when building temperatures change within 4 degrees.

4. Provide a brief summary of your company's confined space program.

5. Provide a brief summary of your safety program.

(REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK)

Proposals must be prepared in accordance with the following attachments:

Attachment A - Scope of Work Attaclnnent B - Contractors Rates and Charges Attachment C - Equipment List Attachment D - Proposal Guarantee Attachment E - Bid/Proposal General Provisions Attachment F - Insurance Compliance Attachment G - Tecln1ical Services Agreement Attachment H - Contractors Safe Practices Handbook

Attachment A

Scope of Work

1. Contractor shall provide all labor, tools, equipment and transportation to perform regularly scheduled preventative maintenance inspections and repairs for HV AC equipment as outlined in the Maintenance Specifications. Material shall be paid for at the Contra Costa Water District's (District's) expense.

2. A California contractor's license is required for this work. Two State Licenses are required; one is highly desirable: • C4 = Boilers, Hot Water Heating & Steam Fitting (required, provide proof of license) • C 10 = Electrical ( desirable, provide proof of license) • C20 = Warm-Air Heating, Ventilating, and Air-conditioning (required, provide proof

of license)

3. Technicians assigned to this account and working at our sites must be journey level technicians with only one point of contact for scheduling, servicing, and repairs; one primary journey level technician assigned to do work at all our facilities. Apprentices may assist with filter change only, and MUST be approved by the District 72 hour in advance. Journeyman MUST complete all mechanicals at all times. The District is limiting the number of technicians working on District equipment in order to strengthen product equipment and location knowledge and access requirements associated with District HV AC equipment and to eliminate time required to pass historical repair information from one technician to another.

4. The successful bidder shall have full capability for remotely monitoring and managing of Solidyne EMS and Trane Tracker EMS to monitor and adjust the District's energy management systems. The EMS shall also have automatic alarm and remote notification capabilities. For questions about obtaining this software contact the manufacturer directly. Remote access to the District's systems can be remotely accessed tln·ough our firewall with proper authorization. CCWD does not have any on-site support for the EMS. The District does not have a terminal on-site for the EMS system.

5. All work shall be performed during business hours unless other atTangements are made in advance. The District requires at least 72 hours advance notice. The approved vendor MUST submit a request in writing 72 hours in advance for approval. Business hours vary by site but are typically 7 am - 5 pm.

6. District requires a minimum one-year watTanty on patis and labor.

7. Scheduling of Work Work must be scheduled in advance, during business hours for building where work is to be performed (typically 7 am - 3 :30 pm), Work that will negatively affect occupants would be scheduled with the goal of minimally impacting the occupants, meaning if it's hot-work it would be done in the mornings. Offices and meeting rooms ai·e not always available and work needs to be planned accordingly. Gaining access to all facilities and buildings requires scheduling an advance visit, meeting District staff at a site, signing in and signing out, wearing an identifying badge, being escotied ai·ound the site, in some cases; in other

cases it involves moving around the site unaccompanied, meaning you would need to be familiar with the sites and there would be no available District personnel.

8. Invoices shall indicate the site name and address where work was performed, date of service, description of work, part costs, labor hours, any extra charges, total cost, per contracted pricing, and accuracy is essential.

9. The following types of equipment shall require the provision of a warranty agreement when established as equipment that is provided with major repair or replacement by the maintenance contractor: electric motors, all compressors, major heat exchangers and components, pumps, material.

Facilities To Be Served

The District facilities for which HV AC services are needed are listed below, with possible additional locations in Contra Costa County as need arises. When doing work at one of our three water treatment facilities, personnel required to watch a 20-minute safety video before enter the site for the first time.

A. District Center Campus (13 acres) 1. District Center building 2. Engineering building 3. EOC 4. Stores building 5. O&M building

B. Operational Facilities 1. Bollman Water Tx Plant 2. Randall-Bold Water Tx Plant 3. City of Brentwood Water Tx Plant 4. Antioch Service Center

C. Los Vaqueros & Other Facilities 1. Los Vaqueros Watershed Office 2. Los Vaqueros Interpretive Center 3. Los Vaqueros North Kiosk

1331 Concord Ave., Concord 2411 Bisso Lane, Concord 2333 Bisso Lane A, Concord 2333 Bisso Lane B, Concord 2401 Bisso Lane, Concord

2015 Bates Ave., Concord 3760 Neroly Road, Oakley 3760 Neroly Road, Oakley 3965 Neroly Road, Antioch

100 Walnut Blvd., Brentwood 19 Walnut Blvd., Brentwood 121 Walnut Blvd., Brentwood

Maintenance Specifications Heat Pump

1. Replace filters as required. (Per Agreement) 2. Evaporator Coil measure inlet and outlet temperature for efficiency. Clean as necessary. 3. Check for damage and leaks. 4. Inspect drain pan and drain line. 5. Inspect Condenser Coil condition check for visual leaks. Clean as necessary. 6. Compressor Check refrigerant charge, check for refrigerant and oil leak. 7. Check crankcase heater operation. 8. Check Compressor Motor current. 9. Supply Fan/ Motor Inspect condition, Lubricate as necessary. 10. Check motor mount resiliency. 11. Condenser Fan/ Motor Inspect overall condition, Lubricate as necessary. Check motor

mount resiliency. Check for proper rotation and clearance. Check Security to motor shaft. 12. Control Panel test for proper operation, tighten all electrical connections. Sequence tests

all controls. 13. Check Thennal Expansion Valve and Transfer Valve for proper operation.

EMS Control Systems & Thermostat Maintenance

1. Inspect all components for proper operation and sequencing. 2. Inspect and test all operating safety controls. 3. Verify time clocks/EMS cycles all HV AC, correct time 4. Inspect all I-Stats - calibrate/level as required 5. Replace batteries in electronic thermostats

Maintenance Specifications Chillers And Pumps

1. Inspect all components for proper operation and sequencing. 2. Inspect and test all operating safety controls. 3. Check compressor motor starter(s) and connections; tighten as required. 4. Measure operating voltages and amperages as required. 5. Perform megohm compressor motor(s) winding tests, (annually), Note findings. 6. Measure operating temperatures as required. 7. Inspect crankcase heater operation and condition. 8. Measure compressor operating pressures and temperatures. 9. Inspect and test hot gas bypass valve. 10. Check operation of compressor unloaders and controllers. 11. Check thermostatic expansion valve operation and condition. (recip) 12. Inspect head pressure controller(s). 13. Inspect oil level and refrigerant sight glass for leaks and condition. 14. Lubricate pump bearings and motors as required. 15. Inspect pump starter and electrical components. 16. Check pump motor voltage and amperage readings. 17. Check pump coupling and seal for condition. 18. Check pumps pressures and operating temperatures. 19. Cycle & test the operation of the purge systems. ( centrifical) 20. Complete on Site Documentation as required.

Maintenance Specifications Hot Water Boilers & Circulation Pumps

1. Inspect boiler components for proper operation and condition. 2. Inspect boiler piping and fittings for rust and leaks. 3. Check safety reliefvalve(s) for leaks and condition. 4. Check burners for proper ignition and flame condition. 5. Check low water cut off safety controls, and blow down as required. 6. Check anti-backflow device and pressure reducing valves for proper operation and

condition. 7. Inspect gas valve controls, test gas train and temperature controller. 8. Inspect all operating safety controls. 9. Inspect expansion tank for leaks, condition, and operation. 10. Inspect boiler electrical components and connections. 11. Clean and lubricate pump bearings and motors as required. 12. Inspect pump starter and electrical components. 13. Check pump motor voltage and amperage readings. 14. Check pump coupling and seal for condition. 15. Complete on Site Documentation as required.

Maintenance Specifications Cooling Towers

1. Drain and flush out tower sump(s) as required. 2. Inspect and adjust water float level controller as required. 3. Inspect tower sump(s) for scale, sediment, and algae. 4. Inspect condition of cooling tower components. 5. Inspect operation of fan motor, starter and controller. 6. Inspect belts and sheaves for wear, tension, and alignment. 7. Lubricate fan and motor bearings as required. 8. Inspect tower piping for support, rust, leaks, etc. 9. Inspect tower vibration isolators for condition. I 0. Inspect water spray nozzles and mist eliminator grids operation and condition. 11. Lubricate pump bearings and motors as required. 12. Inspect pump starter and electrical components. 13. Check pump motor voltage and amperage readings. 14. Check pump coupling and seal for condition. 15. Check pumps pressures and operating temperatures. 16. Complete on Site Documentation as required.

Maintenance Specifications Air Handler(S) / Fan Coil(S)

I. Inspect all components for proper operation. 2. Inspect electrical components; terminal connections and wiring. 3. Measure operating voltages and amperages as required. 4. Note operation of metering device(s) or valve(s), if applicable. 5. Check for visual evidence ofleak(s) in coil. 6. Inspect condensate pans and drain lines. 7. Inspect motor mounts and tighten as needed. 8. Inspect the condition of the pulleys and sheaves. 9. Inspect belt alignment and tension and adjust as needed. IO. Lubricate fan motor bearings, if applicable. 11. Check and adjust minimum ventilation rate as needed. 12. Change all air filters per contract and check outside air intake screens. 13. Note condition of connected supply and return ductwork. 14. Check cabinet condition and connections for air leaks. 15. Note any unusual vibration. 16. Complete On Site Documentation as required.

Maintenance Specifications Pumps

I. Visually check pump alignment and coupling. 2. Visually check for water leaks at seals. 3. Inspect pump packing. (if applicable) 4. Inspect piping flexible vibration connectors. 5. Inspect pump vibration isolators. 6. Inspect and clean strainers as necessary. 7. Lubricate pump and motor as required. 8. Clean external surfaces on pump and motor. 9. Tighten all nuts and bolts. ( pump, motor assembly) I 0. Close and open isolation valves. 11. Inspect and tighten electrical connections. 12. Inspect safety and operating controls. 13. Check motor operating conditions. 14. Measure pumps motor voltage and amperage. 15. Measure operating pressures and temperatures. 16. Complete on Site Documentation as required.

Maintenance Specifications Compnter Room Unit

1. Inspect all components for proper operation. 2. Check filters switch operation. 3. Visually inspect filters - change per specifications. 4. Tighten, adjust and align belts and sheaves. 5. Inspect and clean humidifier and check humidifier operation. 6. Check humidifier water level sensing device. 7. Check fan safety switch. 8. Check and tighten all electrical connections. 9. Inspect all electrical contacts. 10. Inspect condition of the evaporator coils, check for visual signs of refrigerant leaks. 11. Inspect condensate drain lines. 12. Measure fan motor, compressor amperages. 13. Start compressor(s) check operating conditions. 14. Check operation of unloaders and hot gas bypass. 15. Check compressor oil level. I 6. Inspect and cycle safety controls. 17. Complete on Site Documentation as required.

Maintenance Specifications Package Unit

1. Inspect all components for proper operation, including all safety controls. 2. Test equipment modes of operation and sequencing. 3. Measure operating voltages and amperages as required. 4. Measure compressor operating pressures and temperatures. 5. Inspect and test hot gas bypass valve operation. 6. Check operation of compressor unloaders and controllers. 7. Check thermostatic expansion valve operation and condition. 8. Inspect head pressure controller/s. Adjust as required. 9. Inspect oil level at sight glass/es. 10. Inspect filter drier indicator(s) for proper conditions. 11. Inspect condensate pans and drain lines. 12. Check supply fan motor operation and condition. 13. Inspect belts and sheaves for wear, tension and alignment. Adjust as required. 14. Lubricate fan and motor bearings as required. 15. Inspect economizer for proper operation. 16. Test and verify minimum ventilation rate. Adjust as required. 17. Inspect electrical components, terminal connections and wiring. 18. Change air filters (as covered in contract) 19. Check coils, clean as required 20. Complete on Site Documentation as required.

Maintenance Specifications Pneumatic Air Compressor & Refrigerated Air Dryer

1. Check for leaks at air compressor station. 2. Check compressor lubricant(s) and replace as required at an additional cost. 3. Check operation of automatic tank draining device and drain tank ifrequired. 4. Inspect high-pressure safety valve(s), pressure reducing valve and gauges. 5. Measure operating voltages and amperages as required. 6. Lubricate motor bearings as required. 7. Inspect belts and sheaves for wear, and adjust tension and alignment as required. 8. Test pneumatic electric controller for proper operation and set points, and adjust as

needed 9. Inspect motor starter and alternator for condition and proper operation. 10. Inspect intake air filter and replace as required at an additional cost. 11. Check air drier temperature(s) and pressure(s) as required. 12. Clean air drier condenser coil(s) as required. 13. Check bypass valve for leaks and operation. 14. Perfonn compressor pump up test, and record findings for reference. 15. Complete on Site Documentation as required.

Maintenance Specifications Gas Fired Unit Heaters

1. Check Ignition sequence 2. Check Heat Exchanger 3. Check Fan 4. Check stat 5. Check Electrical 6. Check Burner, clean as required

Ventilation Equipment

1. Lubricate fan and motor bearings as required. 2. Inspect drive belts and sheaves for wear. 3. Adjust belt tension, re-align sheaves as needed. 4. Replace belt as needed. See agreement - change per specifications. 5. Check motor amp draw and adjust sheaves if needed. 6. Clean air intake/bird screen/grilles as needed. 7. Check fan blade condition. 8. Complete on Site Documentation as required.

Maintenance Specifications Makeup Air Unit/Evaporative Cooler

1. Inspect sheaves for wear. 2. Inspect belts for wear. 3. Check tension of belts and adjust as necessary. 4. Inspect sheave alignment and adjust as necessary. 5. Lubricate fan and motor bearings as needed. 6. Inspect and tighten electrical connections, contactors, and relays. 7. Drain and clean sump as needed. 8. Change filters as required. 9. Inspect all components for proper operation. I 0. Inspect and test all operating and safety controls. 11. Check supply fan motor operation. 12. Measure operating voltage and amperage. 13. Check spray nozzles and clean as necessary. 14. Check sump pump operation. 15. Check float valve operation. 16. Check operation of thermostat. 17. Inspect time clock and set as directed by manager/owner. 18. Complete on Site Documentation as required.

Maintenance Specifications Condensing Units

I. Inspect all components for proper operation, including all safety controls. 2. Test equipment modes of operation and sequencing. 3. Measure operating voltages and amperages as required. 4. Measure compressor operating pressures and temperatures. 5. Inspect and test hot gas bypass valve operation. 6. Check operation of compressor unloaders and controllers. 7. Inspect head pressure controller(s). 8. Inspect oil level at sight glass(es). 9. Inspect filter drier indicator(s) for proper conditions. I 0. Lubricate fan and motor bearings as required. 11. Inspect fan blades and shrouds for clearance, and condition. 12. Check all safety controls for proper operation. 13. Inspect electrical components, terminal connections and wiring. 14. Complete on Site Documentation as required.

Attachment B

Contractors Rates and Charges

Year One Year One Year Two Year Two

# Location Total minutes Price Per Visit # visits Total Pricing Price Per Visit # visits Total Pricing

spent per visit 7/1/21 -6/30/20 per year 7 /1/21-6/30/22 7 /1/22-6/30/23 per year 7/1/22-6/30/31 Journevman 0111v Journevman onlv Journe"nrnn 0111" Journevman onlv

l District Center House System 1331 Concord Ave., Concord 4 4

IA District Center TeleCom Room 1331 Concord Ave., Concord

2 2

2 District Center Computer Room 1331 Concord Ave., Concord 4 4

3 District Center Mechanical Room 1331 Concord Ave., Concord 6 6

4 EOC Building 2333 Bisso Lane A, Concord 4 4

5 Stores 2333 Bisso Lane B, Concord 4 4

6 O&M Building 2401 Bisso Lane, Concord 4 4

7 Engineering Building 2411 Bisso Lane, Concord 4 4

8 Bollman Water TX Plant(+ IT room) 4 4 2015 Bates Ave., Concord

9 Antioch Service Center House (Administrative Offices) 4 4

3965 Neroly Rd., Oakley

10 Antioch Service Center Maintenance Shop 4 4

3965 Neroly Rd., Oakley

I I Randall-Bold Water Treatment Plant 3760 Neroly Rd., Oakley

6 6

12 Randall-Bold MPP Building 3760 Neroly Rd., Oakley

6 6

13 Randall-Bold Sed Basin 3760 Neroly Rd., Oakley 6 6

14 City of Brentwood 3760 Neroly Rd., Oakley 6 6

15 City of Brentwood MCC Bldg. 6 6 3760 Nerolv Rd., Oaklev

16 Los Vaqueros Watershed Office 4 4 A 100 Walnut Blvd., Brentwood 16 Los Vaqueros Interpretive Center B 19 Walnut Blvd., Brentwood

2 2

16 Los Vaqueros North Kiosk l l C 121 Walnut Blvd., Brentwood 16 Los Vaqueros South Kiosk D 7000 Los Vaqueros Rd., Bryon

l l

16 Los Vaqueros Marina E 9990 Los Vaqueros Rd., Bryon

4 4

17 Middle River 21000 West Highway 4, Holt

4 4

Note: CCWD will provide all filters and belts. Above prices are for labor only; work to be performed by Journey Level technician ONLY. New contractors required to watch a 20-min safety video prior to performing work for the first time at any of our Water Treatment Plants. The frequency of servicing could change, or if a building is closed for renovations/etc., maintenance could be suspended at that site.

Company Name & Signature & Date

Attachment B Contractors Rates and Charges

Year One Year One Year Two Year Two

# Location Total minutes Price Per Visit # visits Total Pricing Price Per Visit # visits Total Pricing

spent per visit 711123 - 6130124 per year 7 /1123-6/30/24 7 /1124-6/30/25 per year 7/l/24-6/30125 Journcvm11n only Journcvmnn onlv Journevmnn onlv Journeynrnn onlv

I District Center House System 133 l Concord Ave,, Concord 4 4

IA District Center TeleCom Room 1331 Concord Ave., Concord 2 2

2 District Center Computer Room 1331 Concord Ave., Concord 4 4

3 District Center Mechanical Room 1331 Concord Ave., Concord 6 6

4 EOC Building 2333 Bisso Lane A, Concord 4 4

5 Stores 2333 Bisso Lane B, Concord 4 4

6 O&M Building 2401 Bisso Lane, Concord 4 4

7 Engineering Building 2411 Bisso Lane, Concord 4 4

8 Bollman Water TX Plant(+ IT room) 4 4 20 I 5 Bates Ave., Concord

9 Antioch Service Center House (Administrative Offices) 4 4

3965 Neroly Rd., Oakley

10 Antioch Service Center Maintenance Shop 4 4

3965 Neroly Rd., Oakley I I Randall-Bold Water Treatment Plant

3760 Neroly Rd., Oakley 6 6

12 Randall-Bold MPP Building 6 6 3760 Neroly Rd., Oakley

13 Randall-Bold Sed Basin 3760 Neroly Rd., Oakley 6 6

14 City of Brentwood 3760 Neroly Rd., Oakley 6 6

15 City of Brentwood MCC Bldg. 6 6 3760 Nerolv Rd., Oakley

16 Los Vaqueros Watershed Office 4 4 A JOO Walnut Blvd., Brentwood

16 Los Vaqueros Interpretive Center B 19 Walnut Blvd., Brentwood 2 2

16 Los Vaqueros North Kiosk I I C 121 Walnut Blvd., Brentwood

16 Los Vaqueros South Kiosk I D 7000 Los Vaqueros Rd., Bryon I

16 Los Vaqueros Marina 4 4 E 9990 Los Vaqueros Rd., Bryon

17 Middle River 21000 West Highway 4, Holt 4 4

. " Note: CCWD will provide all filters and belts. Above pnces are for labor only; work to be performed by Journey Level techmcmn ONLY. New contractors required to watch a 20-min safety video prior to pe1forming work for the first time at any of our Water Treatment Plants, The frequency of servicing could change, or if a building is closed for renovations/etc., maintenance could be suspended at that site.

Company Name & Signature & Date

Contractors Rates and Charges

Attachment B

Year One Year One

# Location Total minutes Price Per Visit # visits Total Pricing

spent per visit 7/1/25 • 6/3060 per year 7 /1/25-6/30/26 Journevnrnn only Jour11evmn11 onlv

I District Center House System 1331 Concord Ave., Concord

4

IA District Center Telecom Room 2

1331 Concord Ave., Concord

2 District Center Computer Room 1331 Concord Ave., Concord

4

3 District Center Mechanical Room 1331 Concord Ave., Concord 6

4 EOC Building 2333 Bisso Lane A, Concord 4

5 Stores 2333 Bisso Lane B, Concord 4

6 O&M Building 4 2401 Bisso Lane, Concord

7 Engineering Building 2411 Bisso Lane, Concord 4

8 Bollman Water TX Plant(+ IT room) 4 2015 Bates Ave., Concord

9 Antioch Service Center House (Administrative Offices) 4

3965 Neroly Rd., Oakley

10 Antioch Service Center Maintenance Shop 4

3965 Neroly Rd., Oakley

11 Randall-Bold Water Treatment Plant 6 3760 Neroly Rd., Oakley

12 Randall-Bold MPP Building 6

3760 Neroly Rd., Oakley

13 Randall-Bold Sed Basin 3760 Neroly Rd., Oakley 6

14 City of Brentwood 3760 Neroly Rd., Oakley 6

15 City of Brentwood MCC Bldg. 6 3760 Nerolv Rd., Oaklev

16 Los Vaqueros Watershed Office 4 A 100 Walnut Blvd., Brentwood 16 Los Vaqueros Interpretive Center B 19 Walnut Blvd., Brentwood

2

16 Los Vaqueros North Kiosk I C 121 Walnut Blvd., Brentwood 16 Los Vaqueros South Kiosk

I D 7000 Los Vaqueros Rd., Bryon

16 Los Vaqueros Marina 4 E 9990 Los Vaqueros Rd., Bryon

17 Middle River 4

21000 West Highway 4, Holt

Contractors Rates and Charges

FY22

I. Indicate the amount of mark up from Contractor's cost for all overhead and profit on: materials ____ % equipment rental ____ % subcontractors % all other items/expenditures ____ %

2. Cost for phone support for HV AC questions _______________ _

3. Additional Services During Business Hours: Note: journeyman level required, unless authorized by CCWD.

Business hours are 7 a.m. - 5 p.m. Indicate response time _______ _ Journeyman$ ______ per hour Apprentice $ per hour ( for additional work, authorized by CCWD in advance) Energy Management$ ____ per hour

4. Additional Services After Business Hours: Note: journeyman level required, unless authorized by CCWD.

After business hours are M-F; 5 p.m. - 7 a.m. and weekends and holidays Indicate response time _______ _ Journeyman $ _______ per hour Apprentice $ per hour (requires authorization by CCWD) Energy Management $ per hour

5. Energy Management Systems: - refer to equipment list for information Three locations have energy management systems: District Center Building-1331 Concord Ave., Concord Bollman Water Treatment Plant-2015 Bates Ave., Concord Randall-Bold - 3760 Neroly Rd., Oakley

List any other costs associated with providing service, including any costs for start-up of Energy Management Systems ___ and any other costs, identify the service and the cost

FY23 Option 1

6. Indicate the amount of mark up from Contractor's cost for all overhead and profit on: materials ____ %

equipment rental ____ % subcontractors ______ %

all other items/expenditures % ----

7. Cost for phone support for HVAC questions ________________ _

8. Additional Services During Business Hours: Note: journeyman level required, unless authorized by CCWD.

Business hours are 7 a.m. - 5 p.m. Indicate response time _______ _ Journeyman$ ______ per hour

Apprentice $ _____ per hour (for additional work, authorized by CCWD in advance) Energy Management$ ____ per hour

9. Additional Services After Business Hours: Note: journeyman level required, unless authorized by CCWD.

After business hours are M-F; 5 p.m. - 7 a.m. and weekends and holidays Indicate response time --------Journeyman $ _______ per hour Apprentice $ per hour (requires authorization by CCWD) Energy Management $ per hour

10. Energy Management Systems: - refer to equipment list for information Three locations have energy management systems: District Center Building - 1331 Concord Ave., Concord Bollman Water Treatment Plant - 2015 Bates Ave., Concord Randall-Bold - 3760 Neroly Rd., Oakley

List any other costs associated with providing service, including any costs for start-up of Energy Management Systems ___ and any other costs, identify the service and the cost

FY24 Option 2

11. Indicate the amount of mark up from Contractor's cost for all overhead and profit on: materials ____ %

equipment rental ____ % subcontractors ______ % all other items/expenditures ____ %

12. Cost for phone suppmt for HVAC questions _______________ _

13. Additional Services During Business Hours: Note: journeyman level required, unless authorized by CCWD.

Business hours are 7 a.m. - 5 p.m. Indicate response time _______ _ Journeyman $ ______ per hour

Apprentice $ per hour (for additional work, authorized by CCWD in advance)

Energy Management $ ____ per hour

14. Additional Services After Business Hours: Note: journeyman level required, unless authorized by CCWD.

After business hours are M-F; 5 p.m. - 7 a.m. and weekends and holidays Indicate response time _______ _ Journeyman $ _______ per hour Apprentice $ per hour (requires authorization by CCWD) Energy Management $ per hour

15. Energy Management Systems: - refer to equipment list for information Three locations have energy management systems: District Center Building - 1331 Concord Ave., Concord Bollman Water Treatment Plant- 2015 Bates Ave., Concord Randall-Bold - 3760 Neroly Rd., Oakley

List any other costs associated with providing service, including any costs for start-up of Energy Management Systems ___ and any other costs, identify the service and the cost

FY25 Option 3

16. Indicate the amount of mark up from Contractor's cost for all overhead and profit on: materials ____ %

equipment rental ____ % subcontractors ______ % all other items/expenditures ____ %

17. Cost for phone support for HV AC questions ________________ .

18. Additional Services During Business Hours: Note: journeyman level required, unless authorized by CCWD.

Business hours are 7 a.m. - 5 p.m. Indicate response time _______ _ Journeyman $ ______ per hour

Apprentice $ _____ per hour (for additional work, authorized by CCWD in advance) Energy Management$ ____ per hour

19. Additional Services After Business Hours: Note: journeyman level required, unless authorized by CCWD.

After business hours are M-F; 5 p.m. - 7 a.m. and weekends and holidays Indicate response time _______ _ Journeyman $ _______ per hour Apprentice $ per hour (requires authorization by CCWD) Energy Management $ per hour

20. Energy Management Systems: - refer to equipment list for info1mation Three locations have energy management systems: District Center Building-1331 Concord Ave., Concord Bollman Water Treatment Plant - 2015 Bates Ave., Concord Randall-Bold - 3760 Neroly Rd., Oakley

List any other costs associated with providing service, including any costs for start-up of Energy Management Systems ___ and any other costs, identify the service and the cost

FY26 Option 4

21. Indicate the amount of mark up from Contractor's cost for all overhead and profit on: materials ____ %

equipment rental ____ % subcontractors ______ % all other items/expenditures ____ %

22. Cost for phone support for HV AC questions _______________ _

23. Additional Services During Business Hours: Note: journeyman level required, unless authorized by CCWD.

Business hours are 7 a.m. - 5 p.m. Indicate response time _______ _ Journeyman $ ______ per hour

Apprentice$. _____ per hour (for additional work, authorized by CCWD in advance) Energy Management $ ____ per hour

24. Additional Services After Business Hours: Note: journeyman level required, unless authorized by CCWD.

After business hours are M-F; 5 p.m. - 7 a.m. and weekends and holidays Indicate response time _______ _ Journeyman $ _______ per hour Apprentice $ per hour (requires authorization by CCWD) Energy Management $ per hour

25. Energy Management Systems: - refer to equipment list for information Three locations have energy management systems: District Center Building-1331 Concord Ave., Concord Bollman Water Treatment Plant-2015 Bates Ave., Concord Randall-Bold - 3760 Neroly Rd., Oakley

List any other costs associated with providing service, including any costs for stmt-up of Energy Management Systems ___ and any other costs, identify the service and the cost

Warranty

District requires a minimum one-year warranty on parts and labor. Indicate the warranty provided by your company for parts and labor.

Prevailing Wage:

You agree to pay prevailing wage as outlined in the Contract, Section 19.

Company Information:

Date Contractor's License No. --------

Signed by ________ _ Title--------------~

Company __________ _ Address _____________ _

Phone number ________ _ City/State/Zip __________ _

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATTENTION: DATE: --

TRACIE KEITH 412712016

£ UST_QMER3. FAX: !'H~ E: _ _ -- - -

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: SITE NAME: - -P.O.BOXH20 DISTRICT CENTER HOUSE

CITY/STATE/ZIP: . - -· SITE ADDRESS:

CONCORD, CA 94524 1331 CONCORD A VENUE CONCORD, CA 94520

ID# DESCRIPTION MAKE MODEL # SERIAL# FILTERS/BELTS LOCATION

SFl TRANE MCCA0 14UB000A00A0 K02B32244 SOLIDYNE EMS

SF2 TRANE MCCA025UB000A00A0 K02B32237 SOLIDYNE EMS

SF3 TRANE MCCA014UB000A00A0 K02B32284 SOLIDYNE EMS

RFl TRANE MCCA030UB000A00A0 K02B32292 SOLIDYNE EMS

EF2 EXHAUST FAN PENN DX14B NIA Roofi' both floor rlrms

EF3 EXHAUST FAN PENN DX12B NIA Roofi' GM rlroom

FC FAN COIL CARRIER 40FQ920060 2979G00286 SYSTEM OFFICES

cu COND. UNIT CARRIER 38YH060500DL 0789E26602 SYSTEM OFFICES

DSS SPLIT SYSTEM CARRIER 40AQ030310 G9Q97915 SYSTEM OFFICES

cu COND. UNIT CARRIER 38YH030500DL 1689E50602 SYSTEM OFFICES

FC FAN COIL CARRIER 384C024310 0292E03518 SYSTEM OFFICES

EMS EMS SYSTEM TRIDIUM DDC CONTROLLED

EFl EXHAUST FAN Roofi' Mailroom

add old liebert unit

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATTENTION: DATE:

TRACIE KEITH 4/27/2016 CUSTOMER: FAX: PHONE: - ---CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146 STREET ADDRESS:

~ ·---- -- SITE NAME: - - -- - --- --P.O. BOXH20 DISTRICT CENTER TELECOM ROOM CITY/STATE/ZIP: - - SITE ADDRESS: -CONCORD, CA 94524 1331 CONCORD A VENUE CONCORD, CA 94520

ID# DESCRIPTION MAKE MODEL# SERIAL# FILTERS/BELTS LOCATION

(this is two pieces, one piece is

SSl SPLIT SYSTEM To be determined on the carport roof top) TELECOM

A/CCABINET RITTAL TOP SK 3329510 SERVER ROOM

THERMAN PLUS

2244 RFP HVAC MAINT. Attachment C

Equipment List

ATTENTION; .. . · . DATE: I . . _, '""""' -------·-·'-·---·- ""' -· ---··--· - ·-·---- ' ""' . -- ·-··-•-'-

TRACIE KEITH 412712016 CUSTOMER: ·. FAX: . PHONE: .

···•····· ----- -------·""' " ' --v CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRE§S: .. SITENAME: . . .. _, ,,,.,_,_, ______ _, ___ ,,,. . .. P.O.BOXH20 DISTRICT MECHANICAL ROOM CITY/STATE/ZIP: . SITE ADDRESS: . .

_, _ _, .c, ----- ---·------ " . . ' -·-···'-·"'"

CONCORD, CA 94524 1331 CONCORD A VENUE CONCORD, CA 94520

ID# DESCRIPTION MAKE MODEL# SERIAL# FILTERS/BELTS LOCATION -.

CHl CHILLER TRANE RTUAl 104XE01X3007 U99K02425 MECHROOM

CWPl PUMP PACO NIA NIA MECH ROOM

Bl BOILER RITE 120W 27297 MECHROOM

HWP! PUMP BOILER BELL & GOSSETT 5X575.5BH 31230 MECHROOM

CU! COND. UNIT TRANE CAUCD1242B03 J92J83295 MECH ROOM

2244 RFP HVAC MAINT.

Equipment List

ATTENTION:

TRACIE KEITH CUSTOMER:

CONTRA COSTA WATER DISTRICT STREET ADDRESS:

P.O.BOXH20 PT\'./S'fA,'fF;/ZIP: . CONCORD, CA 94524

ID# DESCRIPTION · MAKE

ACl PACK. UNIT BRYANT

AC2 PACK. UNIT BRYANT

sscu SS COND. UNIT FUJITSU

SSFC SS FAN COIL FUJITSU

2 EXHAUST FANS EXIT AIRE

WATE: 4/27/2016 IFAX: 925-688-8240 SITE NAME:

EOC BUILDING

PHONE:

925-688-8146

.. 1s!TEADDRESS: ....... . 2333 BISSO LANE CONCORD, CA 94520

MODEL# . . . SERIAL# FILTERS/BELTS

583BPW060090NB 2204Gll604

583BPW060090NB 2204G41055

AOU12RL2 EYN004904

ASU12RL2 EYA005774

Attachment C

LOCATION

TELE EQUIP.

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATTENT!9N.' ... . . DATE: ·· .

.. . .... -·-·--····•---••··"- - ... --- - -·--- ----- - --- -·· -- -·-····

TRACIE KEITH 4/27/2016

CUST!)~R.: .. · . . FAX: . , •.. . ~ .. CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: . SITENAME: ·· . . . . ····•··········· ·---- ---- --------- ......

P.O.BOXH20 STORES

CITY/STATE/ZIP: . . · ~ITF:ADDRE.SS: . .

---·-··-·-"·'

CONCORD, CA 94524 2333 BISSO LANE CONCORD, CA 94520

ID# DESCRIPTION • · -MAKE - . MODEL# · .· SERIAL.# ··· FILTERS/BELTS LOCATION . .·

1 GASPACK RHEEM

1 EXHAUST FAN DAYTON RESTROOM

1 UNIT HEATER REZNOR

1 UNIT HEATER REZNOR

2244 RFP HVAC MAINT. Attachment C

Equipment List

ATTENTION: DATE: . . ---- ·-·---·-··-•··-· ..•..... - --- ...... .

- -- --------- -- -· ··- ·--- .. -- •· ... ,, ...• "-------·· -··~----' --·--·-··· TRACIE KEITH 412712016

CUSTOMER: FAX: PHONE., . ····•·

. ..

,. -----------··---"'"""

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS:_ . SITENAME: . . ...

P.O.BOXH20 0 & M BUILDING

g:_:ryiST~TE/~; .. .

• ~f!E.ADDRESS: · . " ---·-·-· --- --- . - --·-·· ···--·-~·~~- - ·-··-····" ·-·--·-···-·-

CONCORD, CA 94524 2401 BISSO LANE CONCORD, CA 94520

ID# DESCRIPTION MAKE . •• MODEL#• . .. SERIAL# . FILTERS/BELTS LOCATION

CUI COND. UNIT CARRIER 38CKC060671 1502E25280

CU2 COND. UNIT CARRIER 38CKC060671 2002E36339

CU3 COND. UNIT CARRIER 38CKC060671 1502E25282

CU4 COND. UNIT CARRIER 38CKC060671 2002E31337

CU5 COND.UNIT CARRIER 38CKC060671 2002E31346

CU6 COND. UNIT CARRIER 38CKC048661 0602E04860

CU7 COND. UNIT CARRIER 38CKC060671 1502E25278

FCI FAN COIL CARRIER NIA NIA FC2 FAN COIL CARRIER NIA NIA FC3 FAN COIL CARRIER NIA NIA FC4 FAN COIL CARRIER NIA NIA FC5 FAN COIL CARRIER NIA NIA FC6 FAN COIL CARRIER . NIA NIA

FC7 FAN COIL CARRIER NIA NIA DSSI COND. UNIT FUJITSU AOU30Cl T001834

DSS2 FAN COIL FUJITSU ASU30Cl T001995

SHUTTER MOUNT AX30-2 BAYS

EXHAUST FAN

DAYTON SUPPLY 7CCI6

FAN WITH DRNE PACKAGE

DAYTON SUPPLY 1WDC6

FAN

NCCABlNET RITTALTOP SK 3329510 SERVER ROOM

THERMAN PLUS

2244 RFP HV AC MAlNT. Attachment C

Equipment List

ATTENTION: DATE: . . ..... -·-------

TRACIE KEITH 4/27/2016 CUSTOMER: FAX: ·.- .. - PHONE: .

. v--• ,, . ......

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: SITENAME: · . .

····· •••· •··"'""''"' ,_,,,,,m

P.O.BOXH20 ENGINEERING NABS BUILDING

CITY/STATE/ZIP,: .. SITE [email protected].: ... ..

...

CONCORD, CA 94524 2411 BISSO LANE CONCORD, CA 94520

ID# DESCRIPTION . MAKE • I .

MODEL.# · . . . SERIAL# FILTERS/BELTS. LOCATION .. ·· . ACl Pkg. Unit CARRIER 48TMD-0 14-6 143-150

AC2 Pkg. Unit CARRIER 48TMD-012-6 CONFRM 109

AC3 Pkg. Unit CARRIER 48TMD-0 12-6 CONS 111,112,113

AC4 Pkg. Unit CARRIER 48TMD-008-6 114,115,117,118,119

ACS Pkg. Unit CARRIER 48TMD-0 12-6 ENG 121,116,120

AC6 Pkg. Unit CARRIER 48TMD-008-6 BREAK 137

AC7 Pkg. Unit CARRIER 48TMD-012-6 REC LBY 100,101

ACS Pkg. Unit CARRIER 48TMD-0 12-6 PLAN 108,110,142

AC9 Pkg. Unit CARRIER 48TMD-014-6 ENG

ACl0 Pkg. Unit CARRIER 48TMD-012-6 CONF/TOILETS

ACll Pkg. Unit CARRIER 48TMD-008-6 CONST 111

AC12 Pkg. Unit CARRIER 48TMD-008-6 OLD REC 130

AC13 Pkg. Unit TRANE SERVER ROOM

DSSl SPLIT SYSTEM SERVER ROOM

EFl EXHAUST FAN RR 106,107

EF2 EXHAUST FAN ROOM 127

EF3 EXHAUST FAN JANITOR 138

AC14 Roof Top Pkg Unit ROOF

A/CCABINET RITTALTOP SK 3329510 SERVER ROOM

THERMAN PLUS

A/CCABINET RITTAL TOP SK 3329510 SMALL Older IT

THERMAN PLUS Closet(?)

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATTENTION:_ DATE: -w,•s'••··- w •• • ••••••••-••••-••-

TRACIE KEITH 4/27/2016

CUSTOMER: -- FAX, PHONE, '"· .,',.,_,,,.-,. - --

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: SITENAME, -- - --------------

P.O.BOXH20 BOLLMAN TREATMENT PLANT

CITY/ST_A1'E/ZIP:_ __ - SITE ADDRESS: - - - -"'· ---- ---·-··"··--· , .... ,, .. ,-,,,.,.,,. . " CONCORD, CA 94524 2015 BATES AVE CONCORD, CA 94520

ID# DESCRIPTION - - MAKE - -, MODEL#- - SERIAL# _ , FIL'TERS/BELTS - - --- - LOCATION --

AC! PACK. UNIT TRANE YCD150D4LGAA 211101032D ROOF/LOBBY

AC2 PACK. UNIT TRANE YSC060A4RLAOKD00000010002 213100942L LAB

AC3 PACK. UNIT TRANE YSC048A4RLAOFD000000 10002 213100895L LUNCHROOM

AC4 PACK. UNIT TRANE YCC036A4RLAOFD000000 10002 213100882L LAB

ACS PACK. UNIT YORK B3CH090A46JSA NBFM014676 OPERATIONS

AC6 PACK. UNIT YORK B3CH060A46C NFJM080253 ADMIN OFFICES

AC7 PACK. UNIT TRANE WCC024FIO0BF Rl330B52H CONF.ROOM

2 DOMEXFANS MAINBLDG.

4 DOMEXFANS OZONE BLDG.

1 UTILITY FAN MAIN OFFICES

Bl BOILER BRYAN HECL75-W-FDG 79266 OZONE BLDG.

7 FAN COILS FUJITSU ASU36CLX1

1 FRESH AIR FAN I HOOD ROOF

I TRACKER EMS TRANE PACK. UNIT CARRIER 50JS060501 2303G41009 l-20X20Xl Chem injection shack

HPA/H CARRIER FX4DNF037000AAAA 2910A82112 NEW OFFICE

HPCU CARRIER 38QRR036-301 2009X91681 NEW OFFICE

COND. UNIT FUTITSU AOU36CLX1

AC8CU COND. UNIT YORK YCJD24S4I5IHA Server eqpmt room

ACSFC FAN COIL YORK Lab

UNIT HEATER MODINE OZONE BLDG

UNIT HEATER MODINE OZONE BLDG

BOILER PUMP BELL & GOSSETT l.5X7 58766F PA008068 OZONE BLDG

BOILER PUMP BELL & GOSSETT 1.5X7 58766F PA008068 OZONE BLDG

EXHUASTFAN OZONE BLDG

EXHAUST FAN OZONE BLDG

EXHAUST FAN OZONE BLDG

EXHAUST FAN OZONE BLDG

AC BARD WA701-COOPXX2J 190F07234465902 LOW LIFT BLDG

AC BARD WA701-COOPXX2J LOW LIFT BLDG

AC BARD W A6020-C00P4X2J 155A06212311902 HIGH LIFT BLDG

AC BARD WA6020-C00P4X2J HIGH LIFT BLDG

AC BARD WA602-Cl5XP4X2J POWER ENTRY BLDING

AC BARD WA602-Cl5XP4X2J POWER ENTRY BUILDING

AC KOOLTRONIC OZONE DESTRUCT BLDG

EXHAUST FAN OZONE DESTRUCT BLDG

EXHAUST FAN OZONE DESTRUCT BLDG

EXHAUST FAN OZONE DESTRUCT BLDG

EXHAUST FAN OZONE DESTRUCT BLDG

BOLLMAN NC RJTTAL TOP SK 3329510 Dog House

CABINET THERMAN PLUS

BOLLMAN NC RJTTAL TOP SK3329510 IT Room(?)

CABINET THERMAN PLUS

2244 RFP HVAC MAINT. Attachment C

Equipment List

ATTENTION: __ DATE: - - -- ,. __ ~.,·-------· ----·-·-- •><·•----·-·--·

TRACIE KEITH 412712016

CUSTOMEil: - FAX: PHONE: - - ---------- -----

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: _ - - SITENAME: -

-- - -

P.O.BOXH20 ANTIOCH SERVICE CENTER HOUSE (ADMIN)

CITY/STATE/ZlP_: ___ ----SITE _ADDRESS: _____ : __,

CONCORD, CA 94524 3965 NEROL Y ROAD ANTIOCH, CA 94509

ID# DESCRIPTION MAKE -- -- MODEL# I SERIAL# FILTERS/BELTS - LOCATION - -

FCl FAN COIL CARRIER NIA NIA

FC2 FAN COIL CARRIER 40FQ920060 2979H00286

FC3 FAN COIL CARRIER 40AQ030310 69A97915

CUl COND. UNJT CARRIER 384C024310 0292E26602

CU2 COND. UNJT CARRIER 384H060500DL 0789E26602

CU3 COND. UNIT CARRIER 384H030500DL 1689E50602

EFI EXHAUST FAN DOMEX NIA NIA ROOFTOP

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATT];N_TIO;N: . .. . . DATE:_ .. ··. .. .

TRACIE KEITH 4/27/2016

CUSTOMER: . . ~ FAX: PHONE:

"" ,. .... ,. .. "·"··"

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET __ ~D_RESS: SITENAME: ••• ·.· . . •..... ' . " - ----

P.O.BOXH20 ANTIOCH SERVICE CENTER MAINTENANCE OFFICES/SHOP

CITY/STA,!Ei:ZIP: .... . . · .

SITE ADDRESS: .. ····-· . ... . . .. --··· .. .· .·. . .

CONCORD, CA 94524 3965 NEROL Y ROAD ANTIOCH, CA 94509

ID# DESCRIPTION .· MAKE .· .· .. MODEL# ·.· . .

SERIAL# ·. FILTERS/BELTS·• Ii LOCATION ·. · . '

EFl EXHAUST FAN NIA NIA RESTROOMS

FCl FAN COIL CARRIER YORM-007-611 2501F91786 MAINTSHOP

FC2 FAN COIL CARRIER 58ZAV115-16120 3701A69634 MAINTSHOP

CUI COND. UNIT CARRIER 38AK-007-611 3200000132 MAINTSHOP

CU2 COND. UNIT CARRIER 38CK060-621 0501E05163 MAINTSHOP

DF! Duct Furnace STERLING NIA NIA MAINTSHOP

EF2 EXHAUST FAN RESTROOMS

EF3 EXHAUSTFAN RESTROOMS

NC CABINET RITTAL TOP SK 3329510 IT Closet

THERMAN PLUS

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATTJ;;_NTION: .,_ DATE: '--·- -

--···- -· -·--·······~ -·~·-··"

TRACIE KEITH 4/27/2016

CUSTOMER: FAX: - PHONE: . .

-·--·-·--· ----

CONTRA COSTA WATERDISTRlCT 925-688-8240 925-688-8146

STREET ADDRI:SS:. ·---------·----· SITE NAME: -. '""'' "" -· ""·"···"··

P.O.BOXH20 RANDALL BOLD CONTROL BUILDING (Front)

CITY/STATE/ZIP: __ , - - SITE Al)]}R];:SS: - - -- - -- --. ------

CONCORD, CA 94524 3760 NEROLY ROAD OAKLEY, CA 94561

ID# DESCRIPTION MAKE -- MODEL# SERlAL# I - FILTERS/BELTS --- LOCATION -' --. ,• I.

10-PI DomesticHW BELL & GOSSETT ELECROOM

IOAHl Supply fan TRANE H8A3L02RLBK K91010398 3-20X20Xl5 2-12X24Xl5 BOILER ROOM

!ORF! RETURN FAN TRANE OZONE LOFTS

!EMS SOLIDYNE ISAC2 BOILER ROOM

BLR-1 BOILER BRYAN CL150-W-EX-FDG 71454 BOILER ROOM

CHLR-1 CHILLER TRANE CGAD604AEA!GHRWT F13114746 OUTSIDE BLDG

B PUMP ARMSTRONG AHU-3 BOILER ROOM

B PUMP ARMSTRONG OZONE LOFTS

B PUMP ARMSTRONG OZONE LOFTS

PUMP-I PUMP ARMSTRONG OZONE LOFTS

CUI COND. UNJT+B28:S88 TRANE 2TW A036A4000AB 310151E3F OPER

FCI FAN COIL TRANE TWE03 6C 14080 3006AFP2V OPER

2244 RFP HVAC MAINT. Attachment C

Equipment List

ATTENTION: - DATE: --- ·.' ·. -- - --- - -~····-----'" - - - -- - ·--------- '

TRACIE KEITH 4/27/2016 CUSTOMER: -- FAX: - ,·,,:· __ ,_-_: __ : .. PHONE: . - - ···---""'"'"""'"""' ---·-·--------------CONTRA COST AW ATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: SITENAME: - - -

P.O.BOXH20 RANDALL BOLD MPP BUILDING CITY/STATE/ZIP:_ SITE ADDRESS, - - . - - --

. ---- - _,,. --- ·----- . -~ CONCORD, CA 94524 3760 NERO LY ROAD OAKLEY, CA 94561

ID# DESCRIPTION - MAKE MODEL# ____ - -<SERIAL#_ - FILTERS/BELTS -- -- . LOCATION __ I -_

EV0701 SWAMP COOLER AMTECH PIEC79 3115-2 MPPBLDG

VF0701 EXHAUST FANS GREENHECK 6-260-10-X 03D29431 MPPBLDG

EV0702 SWAMP COOLER AMTECH PIEC79 3115-1 MPPBLDG

VF0702 EXHAUST FANS GREENHECK 6-260-10-X 03D29432 MPPBLDG

PGEl PKG UNIT CARRIER 50GX024311AD I603G30611 MPPBLDG

PGE2 PKG UNIT CARRIER 50GX0243 JJAD !603G306!2 MPPBLDG

2244 RFP HVAC MAINT.

Equipment List

1~1:TENTI<>I<; TRACIE KEITH CUSTOMER:

CONTRA COSTA WATER DISTRICT STREETADDRESS: .

P.O.BOXH20 CITY/STATEl'.?F: CONCORD, CA 94524

ID# DESCRIPTION .

Wl WALLUN!T

MAKE .·

BARD

MODEL#

IDATE: __ -

4/27/2016 IFAX: .. 925-688-8240 SITE NAME,

RANDALLBOLDSEDBASIN SITE ADDRESS:

PHONE:

925-688-8146

3760 NEROLY ROAD OAKLEY, CA 94561

' .· SERIAL# FILTERS/BELTS· .

Attachment C

LOCATION.

SEDIMENT BASIN

2244 RFP HV AC MAINT.

Equipment List

'DATE: ATTENTION: ....... .

TRACIE KEITH . ......... •·· -~~--13/19/2018

CUSTOMER:

CONTRA COSTA WATER DISTRICT STREET ADDllESS:

P.O.BOXH20 CrrYIST,ATEl:zIP: .

CONCORD, CA 94524

ID# DESCRIPTION · MAKE .

5HP1 PKG HP TRANE

FAX:

925-688-8240 SITENAME:

PHONE:

925-688-8146

RANDALL BOLD DWD HlGHLIFT BUILDING . ................. . .. _,,~I.T.E.AD.])llES~: ............... , .... .

3760 NEROLY ROAD OAKLEY, CA 94561

, , ,_,_,,, , MODEL# . · .

I• ··•• SERIAL.# .. FILTERS/BELTS·.· .

WCH060A400BA Fl3114746

Attachment C

·. LOCATION'

HIGHLIFT

2244 RFP HV AC MAINT. Attachment C

Equipment List

ATTENTION: • ))'"'TE:: . ---. ___ " ______ --''"

TRACIE KEITH 3/19/2018

CUSTOMER, . ... FAX: . __ PHONE:

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: . . SITENA!\IE_, ___ . . ·········· ...•

P.O.BOXH20 CITY OF BRENTWOOD WATER TREATMENT PLANT

~!:fY/S'fATE_/ZIP: .... . ~l'.fJIAl)D!lES~: _ ... - -- - - ___ , _____

CONCORD, CA 94524 3760 NEROL Y ROAD OAKLEY, CA

ID# DESCRIPTION MAKE MODEL# SERIAL# FILTERS/BELTS LOCATION

AC! PKG UNIT ICP PGME60Fl40E G060121395 OPS

AC2 PKG UNIT ICP PGME36FlO0E G071811736 OPS

AC3 PKG UNIT ICP PGME36Fl00E G071811737 Server room AC CHEM INJECT roof

CU! PKG UNIT ICP CAE150LAA 1407G20066 OZONE

AH! OAA/H GREENHECK PVF150H l.09E+07 OZONE

WU! PKG UNIT BARD WA701 190M072419201-02 ELECPWRHSE

WU2 PKG UNIT BARD WA701 190M072419202-02 ELECPWRHSE

WU3 CABINET AC PF ANNENBERG DTS3361 LAGOON

WU4 CABINET AC PF ANNENBERG DTS3361 LAGOON

WU5 CABINET AC PF ANNENBERG DTS3361 LAGOON

UH! UNITHTR REZNOR UDBP CHEM

UH2 UNITHTR REZNOR UDBP CHEM

EF3 EXHAUST FAN GREENHECK CUBE-098-4-X 108547500704 OPS

EF2 EXHAUST FAN GREENHECK CUBE-098-4-X 108547490704 OPS

EFl EXHAUST FAN GREENHECK CUBE-098-4-X 108547480704 OPS

EF4 EXHAUST FAN GREENHECK CUBE-098-4-X 108547510704 OPS

EF5 EXHAUST FAN GREENHECK CUBE-098-4-X 108547520704 OPS

EF6 EXHAUST FAN GREENHECK CUBE-098-4-X 108547530704 OPS

EF8 EXHAUST FAN FIBER AIRE WAB24WA5B E02234827-l OPS-CHEM TRMT

EF9 EXHAUSTFAN FIBER AIRE WAB18WA4B E072348272 OPS-CHEM TRMT

#2244 RFP HV AC Attachment C

Equipment List

ATTENTION: . .. DATE: .· . .. A --•••-"••••• . - -··· ---··- ··-·· -... ---- ..• " -~·· ,u ., __

TRACIE KEITH 3/19/2018

CUSTOMER:. . . . FAX: PHONE: . ~

. ........ ... CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: . SITENAME: .. •· .....

P.O.BOXH20 CITY OF BRENTWOOD MCC BUILDING

CffY/STA,:rE/ZIP: SITE AD_))llESS: . . .

CONCORD, CA 94524 3760 NEROL Y ROAD OAKLEY, CA 94561

ID# DESCRlPTION MAKE ·• MODEL# . ··•·· SERIAL#

.· ... FILTERS/BELTS .· . LOCATION

CU! CONDUNIT CARRlER 38ARD024K601A 0106820040 ROOF

CU2 CONDUNIT CARRIER 38ARD024K601A 0!06820041 ROOF

FCI AIR HANDLER CARRlER 40Ri\1024H61 !FD 0606X01482 INSIDEBLD8

FC2 AIR HANDLER CARRlER 40RM024H61 !FD 0606X01483 INSIDEBLD8

2244 RFP HVAC MAINT. Attachment C

Equipment List

ATTENTION:_ -_______ .. __ - - - - DATE: - - ------ . --·~--~·-···-•~····. ' . ··-·-··--···

TRACIE KEITH 3/19/2018

CUSTOMER: FAX: - PHONE: ___ : -- --- -

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: SITENAME: ---_, '"""·"·"'"''"'•"""""

P.O.BOXH20 CITY OF BRENTWOOD GALLERY

CITY/STATE/ZIP: SITE ADDRESS: ---------

CONCORD, CA 94524 3760 NEROL Y ROAD OAKLEY, CA

ID# - . DESCRIPTION MAKE MODEL# - SERIAL# FILTERS/BELTS - -- LOCATION -

EF!O EXHAUST FAN GREENHECK CUBE-161-5-X 108547550704 GALLERY

SF! SUPPLY FAN GREENHECK 2SF-200-15-X 07E00704 GALLERY

EFll EXHAUST FAN GREENHECK CUBE-161-5-X 108547560704 GALLERY

EF12 EXHAUST FAN GREENHECK CUBE-220-15-X 108547570704 GALLERY

2244 RFP HV AC MAINT.

Equipment List

IA'.["T]!}NTJON:

TRACIE KEITH CUSTOMER:

CONTRA COSTA WATER DISTRICT STREET ADDRESS:

P.O.BOXH20 CITY/STAT]!}/ZIP:

CONCORD, CA 94524

ID# • DESCRIPTION • MAKE .. CUI COND. UNIT CARRIER

CU2 COND. UNIT CARRIER

CU3 COND. UNIT CARRIER

FCI FAN COIL CARRIER

FC2 FAN COIL CARRIER

FC3 FAN COIL CARRIER A/CCABINET RITTAL TOP

THERMAN PLUS

3/19/2018 IFAX: 925-688-8240 SITENAME:

PHONE: ''"""'" '"

925-688-8146

LOS VAQUEROS WATER SHED OFFICE SITE Al>DRESS:

100 WALNUT BLVD BRENTWOOD, CA 94513

MODEL# - . · } :SERIAL# ... > I FILTERS/BELTS_ • 38YCC060300 3101E00057

38YCC042320 2701E8160

38YCC060300 3301E00206

FC4BNF060 0501E62675 FC4BNF042 3901A60218

FC4BNF042 3999Al0628 SK 3329510

Attachment C

.. . _LOCATION· .

OFFICES

OFFICES

OFFICES

OFFICES

OFFICES

OFFICES IT CLOSET

2244 RFP HVAC MAINT.

Equipment List

IA,'.l'Tll!o!TI()N: TRACIE KEITH CUSTOMER:

CONTRA COST A WATER DISTRICT STREETADDRESS: .. P.O.BOXH20 CITY/STATE/ZIP:

CONCORD, CA 94524

JD# DESCRIPTION

LVIC A/H LVICCU

MAKE

CARRIER

CARRIER

IDATE: - ...

3/19/2018

925-688-8240 SITENAJ\1E_:_ _ _

!PHONE:

925-688-8146

LOS VAQUEROS INTERPRETIVE CENTER SITE ADDRESS:

100 WALNUT BLVD BRENTWOOD, CA 94513

MODEL# ... SERIAL# FlLTERS/BELTS .

40RMQ012B610GC 4700F6258 2 - 16X24X2 38AQ06012 NIA 2 - 16X24X2

Attachment C

LOCATION

INTERPRETIVE INTERPRETIVE

2244 RFP HV AC MAINT.

Equipment List

1,-.:rTENTION: ......... . TRACIE KEITH CUSTOMER;

CONTRA COSTA WATER DISTRICT STREET ADDRESS:

P.O.BOXH20 CITY/STATE/ZIP:

CONCORD, CA 94524

ID# DESCRIPTION MAKE WALLNC FRIGIDAIRE

Attachment C

-. ID;\TE: ...... -c

5/19.2018 ······· ·······••I ... ····--·--- -~~~~ . I

-

.. IFAJC; 925-688-8240

.,§1'.fENAME:

IPlIONE; 925-688-8146

-

LOS VAQUEROS NORTH KIOSK SITE ADDRESS: ---·-•--·-"-·~·"··" -. ., _ _, __ "'" -··-···"'- ,,_, 100 WALNUT BL VD BRENTWOOD, CA 94513

MODEL# I SERIAL# L ]'ILTERS/BELTS

NIA NIA

-

LOCATION

NO.KIOSK

2244 R.FP HV AC MAINT.

Equipment List

ATTENTION: .. ..................... .

TRACIE KEITH CUSTOMER:

CONTRA COSTA WATERDISTRJCT STREET ADDRESS:

P.O.BOXH20 CITY/STATE/ZIP:

CONCORD, CA 94524

ID#. DESCRJPTION MAKE . MODEL#

WALL UNIT CARRIER NIA

!DATE:.

311912018 IFAX: 925-688-8240

PHONE:

925-688-8146

LOS VAQUEROS SOUTH KIOSK SITE ADDRESS;

100 WALNUT BLVD BRENTWOOD, CA 94513

. SERJAL# FILTERS/BELTS . ·.· .

NIA

Attachment C

LOCATION

SO.KIOSK

2244 RFP HVAC MAINT. Attachment C

Equipment List

~"fTENTIC>?<:_ ... . . . DATE: .

··---·-·--· -· ----- . -"-"'"-·-··- ""'·--··----'"" '

TRACIE KEITH 311912018

CUSTOMER: . FAX; . ·. P,IIC>l<E; . . .

-·-- ,_,,_,_,, . ·• ...

CONTRA COSTA WATER DISTRICT 925-688-8240 925-688-8146

STREET ADDRESS: SIT.E)'!Al\1lc: .. . . ··•·········· . ...

P.O.BOXH20 LOS VAQUEROS MARINA

CITY/STATE/2::IP: .... SITE ADD!(.ES§: . . .

CONCORD, CA 94524 100 WALNUT BLVD BRENTWOOD, CA 94513

ID# . DESCRIPTION MAKE MODEL# ••• SERIAL# . ·· FI1TERS/BELTS . LOCATION

HP! SPLIT SYSTEM HP YORK YHJD36S43S4A NIA 6-24X24X2 MARINA

HP2 SPLIT SYSTEM HP YORK YHJD36S43S4A NIA 6 - 18X18X2 MARINA

DSSI DUCTLESS SPLIT MITZUBISHI CHEM INJECT

NC CABINET RITTAL TOP SK 3329510 IT / ELECTRICAL

THERMAN PLUS CLOSET

Attachment D

PROPOSAL GUARANTEE

TO THE CONTRA COSTA WATER DISTRICT, CONCORD, CALIFORNIA:

Pursuant to the foregoing notice to proposers, the undersigned proposer here with submits a proposal on the proposal sheet or sheets attached hereto and made a part hereof, and binds himself/herself on award by the Contra Costa Water District (District) under this proposal, to execute in accordance with such award a contract, of which this proposal and the said notice to proposers and the specifications attached to the notice to proposers shall be a part.

The proposer further agrees that should the proposer withdraw this proposal in a manner other than provided for in the specifications, or his/her default in executing the contract, {providing the necessary insurance and bonds}, or timely provision of {materials} {equipment} {services} under said contract in a manner satisfactory to District, the bidder/proposer shall pay any and all additional cost incurred by District in obtaining the {materials} {equipment} (services} from another firm.)

(Corporate Seal)

Signature: __________ _

Address: -----------

Nature of firm (corporation, partnership, etc.) and names of individual members of the firm, or names and titles of officers

of the corporation.

Corporation organized under the laws of the state of:

Bid/Proposal General Provisions Attachment E

1.1 Bid/Proposal Form

Bids/proposals must be submitted only upon the forms provided in the bid/proposal package, including

but not limited to pricing sheets, addenda and bid/proposal guarantees, with all items properly filled out

in non-erasable permanent ink. All bid/proposal documents must be signed and dated. The bid/proposal

form may be rejected if it shows any omissions, alterations of form, a conditional bid/proposal or

irregularities of any kind.

All sealed bids and proposals to be considered for acceptance must be received by the District on or before

the specified date and time for submittal. Bids/Proposals received after said date and time will be returned

to the sender unopened, and will not be considered under any circumstances. Bids/Proposals postmarked

but received after the bid opening will not be accepted. Bids/Proposals submitted electronically or by

facsimile will not be accepted.

All bids will be publicly opened and read aloud to all in attendance at the District's headquarters at 1331

Concord Ave, Concord CA 94520 at the time and date specified. Bidders are invited, but not required, to

attend the bid opening. Proposals will be evaluated based on stated evaluation criteria and results posted

on the District's web site.

The Contra Costa Water District reserves the right to reject any and all bids/proposals and to waive

informalities, irregularities or technical defect in the bids/proposals received. The District reserves the right

to award a contract to other than the lowest responsible Bidder, if it is determined to be in the best interest

of the District.

1.2 Estimated Quantity

Unless otherwise stated, the quantities and/or dollar estimates indicated are estimates of anticipated

usage for the contract period and are given for informational purposes only. Nothing in these estimated

contract period or annual quantities shall be construed as obligating the District to purchase specific

quantities, as these quantities may vary depending on actual operating conditions and demands during

the contract term. The District reserves the right to purchase any volume of products or services listed, at

the contract price, regardless of stated estimates of quantities or dollar estimates. No price adjustments

will be allowed as a result of an increase or a decrease in the quantity purchased.

1.3 Delivery Locations

The District's service area covers the eastern portion of Contra Costa County and has delivery locations in

Concord, Oakley and Brentwood California. The Bidder/Proposer must take into consideration deliveries

to any or all of these locations.

1.4 Bid/Proposal Pricing

1

Bid/Proposal General Provisions Attachment E

All bids/proposals submitted must include a stated unit price for the products or services listed. Units of

measure can vary but will be described in the bid/proposal documents. The stated unit price must include

all costs associated with providing and delivering the products or services including materials, labor,

equipment, transportation, insurance, overhead, and profit. State sales tax, as well as any Federal, State,

or Local excise taxes in effect at the time of delivery should not be included in the bid/proposal price unless

specifically requested on the pricing sheet, but applicable taxes must be included on all invoices that

correspond to deliveries of products or services.

Bids/Proposals qualified by additional or conditional charges such as Consumer Price Index calculators,

fuel surcharges, or transportation charges between the supplier and the final delivery points will not be

allowed unless otherwise stated. Bids/Proposals that do not include the unit prices will be considered

irregular and, at the option of the District, may be eliminated from further consideration.

1.5 Bidder Qualifications

A qualified Bidder is one determined by the District to meet standards of business competence, reputation,

financial ability, and product quality. A responsive Bidder is a firm/person who has submitted a bid that

conforms in all material respects to the terms and conditions, the specifications of the product, and any

other requirement of the bid instructions. A responsible Bidder is a firm/person who has the capability in

all aspects to perform full contract requirements, and who has the integrity and reliability that will assure

good faith and specific performance. Before submitting a bid, the Bidder must carefully examine and read

all parts of the Bid Contract Documents, and be fully informed as to all existing conditions and limitations.

It should be noted that the entire contents of the Bid Contract Documents will be part of the agreement

upon selection and approval of the successful Bidder/Proposer.

1.6 Authorized Signatory of Bid/Proposal Contract Documents

The person signing the submitted bid/proposal must be fully authorized to represent and legally bind the

bidding/proposing company regardless of their position within that firm.

1.7 References

Where specifically requested, the Bidder/Proposer must submit with the bid a list of a minimum of three

references that have purchased similar products and/or services from the Bidder/Proposer. The

Bidder/Proposer must provide the company or agency name, contact name, and telephone number for

each reference.

1.8 Bid/Proposal Submittal

All bid/proposal submittals must be enclosed in a sealed envelope and clearly marked with a description

of the products or services to be provided by the date and time specified. The original and any additional

copies specified of the bid and all attachments must be submitted. Bids/proposals submitted

electronically or by facsimile will not be accepted. It is the Bidder's/Proposer's responsibility to ensure

that any bid/proposal that is submitted is received in the proper format, time, and place. The

2

Bid/Proposal General Provisions Attachment E

Bidder/Proposer is responsible for allowing adequate time for delivery of their bid/proposal by hand

delivery, express delivery, US Mail, or by other means. Bids/Proposals received after the date and time

specified will not be accepted and will be returned to the Bidder/Proposer unopened.

1.9 Modification, Addenda, and Interpretations

Any explanation desired by the Bidders/Proposers regarding the meaning or interpretation of the

bid/proposal documents must be requested in writing, either by facsimile or mail, at least 7 days prior to

the time set for the bid opening/proposal due date. Any and all such interpretations or modifications must

be in the form of written request to the District and mailed to:

Brian K. Jackson

Purchasing Officer

Contra Costa Water District

1331 Concord Ave.

Concord CA 94520

Any changes made to the bid/proposal documents initiated by the District will be through written addenda

and furnished to all bidders/proposers via US Mail, email or fax. Any written addendum issued before the

date and time of the bid opening or proposal due date will become a part of the Bid/Proposal Contract

Documents and must be signed and attached to the Bid/Proposal Form that each bidder/proposer

submits. Failure to submit any and all the addendum(s) with a bid/proposal will be cause for rejection of

the bid/proposal.

1.10 Modification of Bids/Proposals

A Bidder/Proposer may modify their bid/proposal by written communication provided such

communication is received by the District prior to the date and time of the bid opening or proposal due

date. The written communication should not reveal the bid price and should state the addition or

subtraction or other modification so thatthe final prices or terms will not be known by the District until the

sealed bids/proposals are opened.

1.11 Withdrawal of Bids/Proposals

Any bid/proposal may be withdrawn any time prior to the stated bid opening or proposal due date and

time (opening time) only by a written request that is filed with the District requesting withdrawal of the

bid/proposal. The withdrawal request must be executed by the bidder/proposer or a duly authorized

representative. The withdrawal of the bid/proposal does not prejudice the right of the bidder/proposer to

file a new bid/proposal prior to the bid/proposal closing time. No bids/proposals may be withdrawn after

the opening date and time without the permission of the District.

1.12 Proposed Deviations from the Specifications by the Bidder/Proposer

3

Bid/Proposal General Provisions Attachment E

Any deviation from the specifications described herein or in a written addendum that is proposed by a

bidder/proposer must be noted in detail on the bid/proposal form, and a copy of the proposed

specification must be attached to the bid/proposal form at the time of submission.The absence of a

proposed change in the specifications will hold the bidder/proposer strictly accountable to the

specifications as described herein. If proposed deviations from the specifications are submitted, the

bidder's/proposer's name should be clearly shown on each document. The District will be responsible for

accepting or rejecting any proposed deviations/substitutions from the described specifications.

1.13 Competency of Bidders/Proposer

Before any contract is awarded the bidder/proposer may be required to furnish a complete statement of

financial ability and experience in performing the proposed services. In accordance with the provisions of

the California Business and Professions Code and other regulations, the bidder/proposer must have and

maintain current any and all necessary licenses or certificates.

1.14 Rejection of Bids/Proposals

The District reserves the right to reject any and all bids/proposals, and reserves the right to waive and/or

reject a bid/proposal for any of the following reasons: informalities, nonconforming, non-responsive or

conditional bids/proposals, bids/proposals showing any alterations of form or erasures or irregularities of

any kind, additions not called for, incomplete bids/proposals, or bids/proposals not conforming with the

written instructions in any way. The District does not obligate itself to accept the lowest cost bid or proposal

or any particular bid or proposal and specifically reserves the right to reject any or all bids or proposals, to

make any rejections in what it alone considers to be in the best interest of the District.

1.15 Opening Bids

After the closing time deadline, all bids received will be publicly opened and read, as set forth in the

Invitation to Bid documents. Bidders or their representative and other interested persons may be present

at the opening and reading of the bids. Following the bid opening, a bid tabulation will be circulated to all

of the responsive bidders, even if their representative was not present at the bid opening.

Proposals will be evaluated based on stated evaluation criteria and scored. Highest ranking proposal will

be selected for award. The District reserves the right to interview highest ranking firms for final selection.

1.16 Method of Award

Bids may be awarded by the District to the lowest, responsive, and responsible bidder meeting the

specifications. The District has the right to delete terms or options from the Bid Contract Documents, and

reserves the right to reject any and all bids and to waive irregularities in said bids. The following is a non­

inclusive list of criteria that must be used in Award of the Bid.

a. Unitcostoftheproduct

b. Product specifications

4

Bid/Proposal General Provisions Attachment E

c. Guaranteed warranties or standards of quality

d. Capabilities to deliver product within District schedule or throughout the contract term

e. Bidder's reputation, competency, and previous customer service record

f. Fully executed non-collusion affidavit

1.17 Disqualification of Duplicate or Collusive Bidders/Proposers

More than one bid/proposal from an individual, a firm or partnership, a corporation or an association under

the same or different names will not be considered. Reasonable grounds for believing that any

Bidder/Proposer with financial interest in more than one bid/proposal for the bid/proposal contemplated

will cause rejection of all bids/proposals in which such bidder/proposer is interested. If there is reason for

believing that collusion exists among the bidders/proposers, any and all bids/proposals may be rejected.

1.18 Identical Bids

In the case of tied or identical bids corresponding to the proposed unit costs, the District reserves the right

to award the bid based on the factors outlined in paragraph 1.16, Method of Award.

1.19 Bid/Proposal Summary

Bid/Proposals will be summarized and reviewed following the bid opening or proposal due date.

Bid/Proposal summaries or tabulations will also be provided to the responsive bidders/proposers within

ten (10) business days following the bid opening or proposal due date on the District's web site,

www.ccwater.com.

1.20 Material Safety Data Sheet (MSDS)

Where appropriate, bidders/proposers must submit an MSDS sheet for all applicable products offered with

the bid/proposal. The successful bidder/proposer must also provide an MSDS sheet for those products

with each delivery.

1.21 Legislative Impacts

In the event that the District Board ofDirectors fails to appropriate funds for the purchase of these products

or services, the District may terminate such contract without penalty and thereupon be released of further

obligation.

1.22 Subcontracting

No portion of the bid/proposal award may be subcontracted to another vendor or supplier without the

prior written approval of the District. All proposed subcontractors must be listed and identified on any

provided Proposed Subcontractors Sheet.

5

Bid/Proposal General Provisions Attachment E

1.23 Insurance

Insurance to be provided at levels as stated on the District contract documents provided. Prior to

commencement of any performance under this contract, the successful Bidder/Proposer must

provide an original Certificate of Insurance, and copies of information or declaration pages for the

insurance required with respect to evidence of commercial general liability and automobile liability

insurance coverage endorsements. All policies and/or certificates of insurance must be endorsed to name

the District, its elected officials, officers, employees, agents, and volunteers as additional insured parties.

The successful bidder/proposer hereby agrees to waive subrogation which any insurer of Contractor may

acquire from vendor by virtue of the payment of any loss. Contractor agrees to obtain and provide to the

District any endorsement that may be necessary to affect this waiver of subrogation. The Workers'

Compensation policy shall be endorsed with a waiver of subrogation in favor of the District for all work

performed by the Contractor, its employees, agents and subcontractors.

The successful bidder/proposer must maintain the required insurance at all times while this contract is in

effect, and must replace any certificate, policy or endorsement which will expire prior to that date. All

policies must be endorsed to provide that the required insurance must not be suspended, voided, reduced,

canceled, or allowed to expire except on thirty (30) days prior written notice to the District. The Certificate

of Insurance must have a cancellation statement worded as follows: "Should any of the above described

policies be cancelled before the expiration date thereof, the issuing company will mail 30 days written notice

to the Certificate holder named to the left."

1.24 Indemnification

As stated on District contract forms provided.

1.25 Equal Opportunity

The successful bidder/proposer must agree not to refuse the hire, discharge, promote, or to otherwise

discriminate in the matters of compensation against any person otherwise qualified solely because of race,

creed, sex, national origin, ancestry, physical handicap or sexual orientation. It must be a condition that

any company firm or corporation supplying goods or services, must be in compliance with the appropriate

areas of the Americans with Disabilities (ADA) Act of 1990. A certificate stating compliance with the ADA

may be required, upon request.

1.26 Common Language

Unless otherwise specified in this document, all words must have a common language unless the context

in which they are used clearly requires a different meaning. Words in the singular number include the

plural, and in the plural include the singular.

1.27 Proprietary Information

6

Bid/Proposal General Provisions Attachment E

All information included in any bid/proposal that is of a propriety nature must be clearly marked as such.

The District must be held harmless from any claims arising from the release of proprietary information not

clearly designated as such by the proposing firm.

1.28 Patent Guarantee

The bidder/proposer must, with respect to any bidder/proposer's standard manufacture, indemnify and

hold harmless the District, its employees and agents, from costs and damages as finally determined by any

court of competent jurisdiction for infringement of any United States Letters & Patent by reason of the sale

or normal use of such product, provided that the Bidder/Proposer is promptly notified of a II such actual or

potential infringement suits, and is given an opportunity to participate in the defense thereof by the District.

1.29 Term of Contract

The typical term of District maintenance, repair and service contracts will be twelve (12) months, normally

commencing on July 1st, and expiring on June 30th, unless otherwise stated.

1.30 Termination for Cause

In the event of a breach of any term or provision of this contract by the bidder/proposer, the District may

terminate this contract by providing the bidder/proposer with written notice of such termination, and

specifying the effective date thereof, at least ten (10) days before the effective date.

1.31 Other Cities/Agencies

Other Cities and/or Public Agencies may be interested in purchasing goods and services under the same

arrangement as an existing contract, also called "piggy-backing", subject to the same price, terms and

conditions offered to the District. Other parties utilizing the contract will place orders with, and make

payments directly to the successful Bidder. Agreement with "piggy-backing" or declining to participate in

"piggy-back" contracts with other Cities and/or public agencies will not be used by the District to determine

an award for the bid/proposal invitation, unless more than one bidder were to submit identical bid prices

and terms. Please state if your company would agree to extend the same price, terms and conditions to

other Cities and/or Public Agencies.

Yes __ We would agree to extend the same price, terms and conditions.

No __ We would not agree to extend the same price, terms and conditions.

7

Bid/Proposal General Provisions Attachment E

BIDDER/PROPOSER INFORMATION

1. Legal Name of Bidder:

2. Bidder's Street Address:

3. MailingAddress:

4. Business Telephone: Fax Number: ______ _

5. Type of Supplier:

D Sole Proprietor n Partnership n Corporation

If Corporation, indicate State where incorporated: ________ _

6. Business License Number issued by the City where the Supplier's principal place of business is

located.

Number: ________ _ Issuing City: ________ _

7. Supplier Federal Tax Identification Number: ___________ _

8. Emergency Contact: Name:

Phone Number: ____________ _

9. Order Contact: Name: Address: ________________ _

Phone Number: _____ Fax Number: ____ _

Email: _________________ _

10. References:

Company/Agency Name Contact Name Phone Number

l) _________ _

2) ----------

3) ----------

8

CONTRACTUAL INSURANCE REQUIREMENTS The Information contained herein Is to describe the contractual requirements that Contra Costa Water Olslllct has indica ed to myCOI. Theso contractual requirements should NOT be usod to provide Inaccurate Information regarding current Insurance policies. Questions regarding I terpretatlon of this document can bo directed to our support team at 317-759-9426.

INSURED CARRIER REQUIREMENTS

A- or higher, VIII

~ POLICY LINE ~--...... ~\. POLICY LIMITS

_~Q . EACH OCCURRENCE

CLAIMS MADE l DAMAGE TO RENTED PREMISES (Ea occurrence)

GENERAL X OCCUR MED EXP (Any one person)

LIABILITY PERSONAL & ADV INJURY

GENERAL AGGREGATE

GEN'LAGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG

POLICY I !PROJECT I I LOCATION

COMBINED SINGLE LIMIT (Ea accident)

X ANY AUTO BODILY INJURY (Per person) AUTO LIABILITY ALL OWNED AUTOS BODILY INJURY (Per accident)

SCHEDULED AUTOS PROPERTY DAMAGE (Per accident)

HIRED AUTOS

NON-OWNED AUTOS

UMBRELLA OCCUR EACH OCCURRECE /EXCESS LIABILITY

ClalmsMade AGGREGATE

WC + I OTHER X STATUTOR WORKERS LIMITS COMP

E.L. EACH ACCIDENT /EMPLOYEE LIABILITY E.L. DISEASE - EA EMPLOYEE

E.L. DISEASE°--f'OLICY LIMIT

Property Causes of Loss Deductibles JI Building

Basic Building Personal Property

Broad Contents Business Income

Special Exira Expense

Earthquake

c_,1> Rental Value

Property Wind Blanket Building

Flood Blanket Pers Prop

Blanket BLOG & PP

Boller and Boiler & Machinery /Equipment Break Down Machine

Certification Holder

Contra Costa Water District C/O: myCOl 1075 Broad Ripple Ave, Suite 313 Indianapolis, IN 46220

ADDITIONAL REQUIREMENTS

Division Name: All Vendors. "30 Days Notice of Cancellation Required.

General Liability

"A physical copy of additional Insured endorsement Is required. "Additional Insured applies to General Liability. I, "Additional Insured Names: Contra Costa Water District, Its officers, directors, agents, employees and volunteers,

Automobile Liability

"Any Auto OR all Owned, Hired, & Non-owned will be accepted.

Workers Compensation

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

2,000,000

1,000,000

4,000,000

1,000,000

1,000,000

1,000,000

1,000,000

CONTRA COSTA WATER DISTRICT TECHNICAL SERVICES AGREEMENT

THIS AGREEMENT for technical services is between Contra Costa Water District ("District") and ("Contractor"). Contractor's address is

telephone ------~ and fax number ______ . Contractor is a [] corporation, [] partnership, [ ] individual, having taxpayer's identification or Social Security number ------~ and professional license class and number __________ _

1. The Agreement. District and Contractor agree that Contractor shall perform technical services for District on the terms and conditions herein set forth in connection with District's project number ______ for _________________ . Thefollowingdocuments

are attached hereto and are a part of this Agreement:

Attachment A- General Agreement Provisions . Attachment B - Scope of Work Attachment C - Contractor's Rates and Charges

This Agreement, including said attachments, constitutes the entire agreement between the parties and supersedes any prior proposals, representations, or understandings. This Agreement may be modified only by a written amendment signed by each party.

2. Time of Performance. Unless otherwise stated in Attachment B, Contractor is authorized to commence performance of this Agreement upon its execution by the District and receipt of a Notice to Proceed from the District. Contractor shall complete all services covered by this Agreement no later than ____ unless this date is extended by District in writing. Should the District elect to extend this Agreement through ---~ there shall be no change in the terms and conditions of this Agreement (other than to the time of performance). If Contractor fails to complete the services by said date, Contractor shall pay District as liquidated damages$ __ per day of default.

3. Payment. Contractor shall at convenient intervals not more frequently than monthly submit itemized statements of services performed at the rates and charges in Attachment C. District shall pay for work satisfactorily performed within thirty (30) days after receipt of a statement, less any retention withheld as specified in Attachment A. The total amount payable by District for Contractor's services pursuant to the Agreement shall not exceed $ ______ for the period from ____ _ to----~ without the prior written approval of the District.

Rev: 4/18

4. Termination. District may terminate this Agreement at any time by 15 days prior written notice to Contractor. Upon termination, District shall pay Contractor for all amounts due for service rendered up to the date of termination.

Dated: _________ _

CONTRA COSTA WATER DISTRICT CONTRACTOR

By: By: -------------Stephen J. Welch

Title: General Manager Title: ______________ _

Rev: 4/18

BID/PROPOSAL GENERAL PROVISIONS

1, Bondsandlnsurance

a. Bonds

Unless excused by the District, the Contractor shall furnish, on forms provided by the District, a Payment Bond and a Faithful Performance Bond, each of which shall be in an amount equal to one hundred percent (100%) of the total amount specified in section 3 of the Agreement. The Faithful Performance Bond is to secure the faithful performance of the Contract, and the Payment Bond is to secure the payment of those to whom the Contractor may become legally indebted for labor, materials, tools, equipment, or services of any kind used or employed by the Contractor in performing the work. Said bonds shall be secured from a surety company satisfactory to District or shall comply with the minimum requirements specified in sections 995.610 through 995.660 of the California Code of Civil Procedure.

b. Insurance

1) Without in any way limiting Contractor's liability pursuant to the "Indemnification" section of this Agreement, Contractor must maintain in force, during the full term of the Agreement, insurance in the following amounts and coverage

a) Workers' Compensation, in not less than statutory amounts, with Employers' Liability Limits not less than $1,000,000 each accident, injury, or illness; and

b) Commercial General Liability Insurance with limits not less than $2,000,000 each occurrence for Bodily Injury and Property Damage, including Contractual Liability, Personal Injury, Products and Completed Operations; and

c) Commercial Automobile Liability Insurance with limits not less than $1,000,000 each occurrence for Bodily Injury and Property Damage, including Owned, Non-Owned and Hired auto coverage, as applicable; and

d) Professional liability insurance, if applicable to Contractor's profession, with limits not less than $2,000,000 each claim with respect to negligent acts, errors or omissions in connection with professional services to be provided under this Agreement.

2) Commercial General Liability and Commercial Automobile Liability Insurance policies must be endorsed to:

a) Name as Additional Insureds, Contra Costa Water District and its respective Directors, Officers, Agents, and Employees.

b) Provide that such policies are primary insurance to any other insurance available to the Additional Insureds, with respect to any claims arising out of this Agreement, and that insurance applies separately to each insured against whom claim is made or suit is brought.

Rev: 4/18

3) Regarding Workers' Compensation, Contractor hereby agrees to waive its rights to subrogation which any insurer of Contractor may acquire from Contractor by virtue of the payment of any loss. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation. The Workers' Compensation policy shall be endorsed with a waiver of subrogation in favor of Contra Costa Water District for all work performed by the Contractor, its employees, agents and subcontractors.

4) All policies shall provide thirty days' advance written notice to Contra Costa Water District of reduction or non renewal of coverage or cancellation of coverage for any reason.

5) Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this Agreement and, without lapse, for a period of four years beyond the expiration of this Agreement, to the effect that, should occurrences during the contract term give rise to claims made after expiration of the Agreement, such claims shall be covered by such claims-made policies.

6) Before commencing any work under this Agreement, Contractor shall furnish to Contra Costa Water District certificates of insurance and additional insured policy endorsements with insurers with ratings comparable to A-, VIII or higher, that are authorized to do business in the State of California, and that are satisfactory to Contra Costa Water District, in form evidencing all coverage set forth above. Failure to maintain insurance shall constitute a material breach of this Agreement.

7) Approval of the insurance by District shall not relieve or decrease the liability of Contractor hereunder.

8) If a subcontractor will be used to complete any portion of this agreement, the Contractor shall ensure that the subcontractor obtains all necessary insurance, which shall name Contra Costa Water District, and its respective directors, officers, agents and employees and the Contractor as Additional Insureds.

2. Hold Harmless and Indemnification

If an action is filed in which it is claimed or alleged that any damages, injuries, or deaths arose out of, pertained to, or related to negligent acts, errors oromissions, recklessness, or willful misconduct of Contractor (or any person or organization for whom Contractor is legally liable), in the performance of the services for District, Contractor agrees, at its own expense, to defend District, its Governing Bodies, Directors, officers, employees and agents; provided that no settlement of a claim shall be made without the consent of District. I

To the extent permitted by law, Contractor shall indemnify, save and hold harmless District, its Governing Bodies, Directors, officers, employees and agents from and against all claims, demands, costs and expenses, including reasonable attorney's fees, and liability for any damages, injuries or deaths arising out of, pertaining to, or relating to the negligent acts, errors or omissions, recklessness, or the willful misconduct of Contractor (or any person or organization for whom Contractor is legally liable), directly or indirectly related to the services provided hereunder excepting there from only those claims, demands, or liability caused by the sole or active

Rev: 4/18

negligence, or the willful misconduct of the District. Contractor will reimburse District for any expenditure or fees District may make by reason of such matters.

To the extent permitted by law, Contractor shall also indemnify the District, its Governing Bodies, Directors, officers, employees and agent, against any and all claims, demands, costs and expenses at law or in equity including reasonable attorneys' fees, and liability, suffered or incurred on account of, or that may at any time arise out of, or are in any way connected with, any breach by Contractor, or its employees, agents, sub-Contractors, or subcontractors, of the obligations, covenants, or any other provisions of this Agreement.

This Section shall survive any expiration or termination of this Agreement.

3. Laws and Regulations

The Contractor shall observe and comply with all Federal, State, and local laws, ordinances, codes, orders and regulations which in any manner affect those engaged or employed on the work, materials used in the work, or the conduct of the work. If any discrepancy or inconsistency should be discovered in this Agreement in relation to any such law ordinance, code, order, or regulation, the Contractor shall report the same in writing to the Purchasing Officer. The Contractor shall indemnify, hold harmless and defend the District, its officers, agents and employees, against all claims or liability arising from violation of any such law, ordinance, code, order, or regulation, whether by the Contractor, the Contractor's employees, or its subcontractors. This Agreement shall be governed by and construed in accordance with the laws of the State of California.

The Contractor or subcontractor offers and agrees to assign to the District all rights, title and interest in, and all causes of action it may have under Section 4of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2) commencing with Section 167.00 (of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials pursuant to the Agreement. This assignment shall be made and become effective at the time the District tenders final payment to the Contractor, without further acknowledgment by the parties.

4. Permits and Licenses

Unless otherwise provided, the Contractor shall obtain at his own expense all permits and licenses or property used in connection with the work, including all safety permits for excavations, tunneling, trenches, construction (building structure, scaffolding, or falsework) and demolition required by CAL/OSHA including but not limited to, the permits required by Labor Code Section 6500, and shall pay all taxes properly assessed against his/her equipment or property used in connection with the work. The Contractor shall possess a current and valid State of California Contractor's License/endorsement, and shall not employ any subcontractors that are not both properly licensed in accordance with State law and properly registered to perform public works contracts, or change any subcontractors listed in the Proposal without the consent of the District using the procedures set forth in Public Contract Code 4100 et. seq.

Rev: 4/18

S. Sales and Use Taxes

The Contractor shall pay all sales and use taxes assessed by Federal, State, or local authorities on parts and materials furnished by the Contractor in the performance of the work.

6. Patents and Copyrights

The Contractor shall defend, indemnify, and save harmless the District, its officers, agents and employees against all claims or liability arising from the use of any patented or copyrighted design, device, material, or process used by Contractor or any subcontractors in the performance of the work.

7, Termination

If any or all services to be performed under the Agreement are abandoned by the Contractor, or if the District determines that the schedule of service is not being maintained, or that the Contractor is violating any of the conditions or provisions of the Agreement or failing to provide a consistently high level of service; and if the Contractor fails to remedy such default within three days after receipt of written notice of such default, or, within three {3) days.after receipt of District's written consent to such longer period to remedy such default, fails to provide satisfactory evidence that such default will be promptly corrected, the District may at its sole election choose to terminate any or all portions of the Agreement, or withhold any amounts otherwise due under the Agreement. Thereupon, the District will have the right to complete such service by whatever method the District deems expedient. Any additional expense for completing such service shall be chargeable to the Contractor.

Additionally, the District may, at its option, terminate the Agreement in whole or in part, at any time, by written 15-day notice thereof to the Contractor, whether or not the Contractor is-in default. Upon such termination, the Contractor shall waive any claims for damages, including loss of anticipated profits on account thereof.

8. Waste Disposal

The Contractor shall properly transport and dispose of all waste, including hazardous wastes, generated by these activities. Copies of proper disposal documentation must be maintained by the Contractor and submitted to District on demand.

9. Additions, Deletions and Changes

The District reserves the right to add, delete, or change the scope of work under this Agreement and may do so upon giving written notice to the Contractor. To the extent possible, payment will be made at the unit price set forth in Attachment C. If other changes cause an increase or a reduction in the costs of this agreement, the parties shall attempt to negotiate an equitable adjustment based upon an acceptable lump sum proposal from the Contractor. Any agreed upon adjustment to the prices shall be incorporated in a written Change Order issued by the District, which shall be written so as to indicate an acceptance on the part of the Contractor as evidenced by its signature.

Rev: 4/18

By signature of the Change Order, the Contractor acknowledges that the adjustments to cost and time contained in the Change Order are in full satisfaction and accord, payment in full, and so waives any right to claim any further cost and time impacts at any time during and after completion of the Contract for the changes encompassed by the Change Order.

If the parties cannot agree on a lump sum adjustment, the Contractor shall proceed to do the additional work on a "force account" or time and expense basis, that is, on an accounting of the Contractor\ forces, materials, equipment, and other items of cost as required and used to do the Work. For the work performed, payment will be made for the documented actual cost of the following:

a. Direct labor cost for workers, who are directly assigned to the force account work, including wages, fringe benefits, if any (as established by negotiated labor agreements or State prevailing wages), and a labor surcharge of thirty percent (30%} for all other fixed labor burdens such as workers' compensation and labor insurance, and labor taxes.

b. Material delivered and used on the designated work, including sales tax, if paid for by the Contractor or its subcontractor.

c. Equipment rental, for those days or hours during which the equipment is in actual use based on actual rental and transportation invoices.

A fixed fee not to exceed ten percent {10%} of the costs of Items (a), {b), and (c) above covering the cost of general supervision, overhead, profit, bond, insurance, and any other general expenses.

10. Equal Opportunity Employer

The District is committed to equal employment opportunities. The District encourages the consideration and utilization of minority and women-owned businesses.

11. Successors and Assigns

Contractor shall not assign, sell, sublet, or subcontract all or any portion of this Agreement or any personal interest herein or any property, real or personal, used hereunder, without the prior written consent of the District. No assignments by Contractor shall be effective until the assignee shall, in writing, agree to assume and fully perform all of the terms and provisions of the Agreement.

12. Subcontractors

In accordance with California Public Contracting Code Section 4100, et. seq., the Contractor shall list, in Section 00430, PROPOSED SUBCONTRACTORS, the name, business address, California contractor's license number, public works contractor registration number, and portion of Work to be performed, and location of the place of business for the following.

Rev: 4/18

a. Each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the Work or improvement, in an amount in excess of one-half of one percent of the bidder's total bid;

b. Any subcontractor licensed by the State of California who, under subcontract to the bidder, will specially fabricate and install a portion of the Work or improvement according to detailed drawings contained in the drawings and specifications, in an amount in excess of one-half of one percent of the bidder's total bid.

Failure to list the subcontractors defined in subparts a. and b. above may render the bid or proposal non-responsive and may be grounds for rejection thereof. For each portion of the Work (as defined by the Contractor for the purpose of listing subcontractors) the Contractor shall list only one subcontractor in Section 00430, PROPOSED SUBCONTRACTORS. Failure to comply with the provisions of the California "Subletting and Subcontracting Fair Practices Act" shall make the Contractor subject to the sanctions as set forth in the Act. Failure by a listed subcontractor to be registered to perform public work as required by subdivision (a) of Labor Code section 1725.5 shall be grounds under Section 4107 of the Public Contract Code for the Contractor, with the consent of the awarding authority, to substitute a subcontractor who is registered to perform public work pursuant to Section 1725.5 in place of the unregistered subcontractor.

Nothing contained in the Agreement shall create any contractual relation between any subcontractor and the District. The persons engaged in the work, including employees of subcontractors and suppliers, will be considered employees of the Contractor. The Contractor will be responsible for their work and their work shall be subject to the provisions of the Agreement. The Contractor is fully responsible to the District for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by them, just as the Contractor is fully responsible for the acts and omissions of persons directly employed by the Contractor.

13. Responsibility for the Work

Until completion and acceptance of the work, the Contractor shall have the charge and care of the work and of the materials to be used therein and shall bear the risk of injury, loss, or damage, to any part thereof from any other cause, whether or not arising from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries, losses, or damages to any portion of the work or the materials occasioned by any cause before its acceptance and shall bear the expense thereof, except for such injuries, losses, or damages as are directly and approximately caused by acts of the District.

14. Inconsistencies and Omissions

Where the Agreement describes portions of the work in general terms but not in complete detail, it is understood that only the best general practice is to prevail and that only materials and workmanship of the first quality are to be used. Unless otherwise specified, the Contractor shall furnish tools, equipment, and incidentals, and do all the work necessary to complete the work in a satisfactory and workmanlike manner.

Rev:4/18

Unless specifically noted otherwise, the Agreement and all Attachments are intended to be complementary and applicable to each other.

In resolving inconsistencies among two or more portions of the Agreement and/or the Attachments, the most stringent requirements shall apply.

15. Inspection of Site(s)

The information provided by the District is not intended to be a substitute for, or a supplement to, the independent verification by the bidder/proposer to the extent such independent investigation of site conditions is deemed necessary or desirable by the bidder/proposer. Bidders/proposers are required to satisfy themselves, by personal examination of the site(s) of the work or by such other means as they may prefer, of the location and of the actual conditions at the site(s) of Work. If, during the course of its examination, a bidder/proposer finds facts or conditions which appear to be in conflict with the letter or spirit of the Agreement, bidding/proposal documents, the bidder/proposer shall report the conflict in writing, to the District's Contract Administrator, within a reasonable time before submitting its bid/proposal.

Submission of a bid/proposal by the bidder/proposer shall constitute conclusive evidence that, if awarded the Contract, it is relying on its own examination of the site(s) of the work, including existing facilities and conditions to be encountered on and in the vicinity of the site(s).

16. Examination of Agreement

Each Proposer shall thoroughly examine and be familiar with the Agreement before submitting its proposal. Any inconsistencies or omissions found in the Agreement and/or Attachments shall be reported to the District's Contract Administrator, who will clarify discrepancies or omissions, in writing, within a reasonable time.

The submission of a bid/proposal shall constitute an acknowledgment, upon which the District may rely, that the bidder/proposer has thoroughly examined and is familiar with the Agreement, with the character, quality and scope of the work to be constructed under the Agreement, including the quality and quantity of the materials and services to be furnished, and all other requirements of the

. Agreement. The bidder's/proposer's failure or neglect to examine and become familiar with the Agreement, shall in no way relieve it from any obligation with respect to its proposal or to the Agreement, and no claim for additional compensation will be allowed which is based upon a lack of knowledge or misinterpretation of any portion of the Agreement.

17. Waiver or Acquiescence

No action or failure to act by the District's Contract Administrator or anyone else acting for the District shall constitute a waiver of any right or duty afforded under the Agreement nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing.

Rev:4/18

18. Liquidated Damages

It is agreed by the parties to the Agreement that time is of the essence in the completion of this work, and that in case all the work called for under the Agreement, or such portion thereof as may be designated by the District's Contract Administrator, is not completed before the date specified in section 2 of the Agreement or such earlier date as may be specified by the District's Contract Administrator, or each District facility affected by the work is not restored to full service within the period specified by the District's Contract Administrator for that facility, damage will be sustained by the District. As it is impracticable to determine the actual delay damage; it is, therefore, agreed that the Contractor shall pay liquidated damages to the District in the amount set forth in section 2

of the Agreement. Contractor further agrees that if such liquidated damages are not promptly paid, the District may deduct the amount thereof from any moneys due, or that may become due, the Contractor under the Agreement.

19. Prevailing Wages

In accordance with Section 1770 of the Labor Code, the District does hereby specify that, if any personnel of Contractor or a subcontractor of Contractor performs work under the Agreement for which a general prevailing wage of the locality in which the Work is to be performed and applicable to the Work to be done has been determined by the Director of the Department of Industrial Relations, Contractor or subcontractor shall pay the prevailing wage for such work, including all employer payments that are required by Section 1773.1 of the Labor Code, and such travel and subsistence payments to workers needed to execute the Work as defined in the applicable collective bargaining agreement filed with the Department of Industrial Relations pursuant to Labor Code Section 1773.8, and shall comply with all applicable provisions of the California Labor Code Section relating·to public works (Section 1720 et. seq.). Copies of such prevailing wage rates are on file at the District's principal office. If it becomes necessary to employ a craft other than those listed in the prevailing wage rates, the Contractor shall notify the District immediately and the District will obtain the additional prevailing rate from the Director of the Department of Industrial· Relations, which rate shall be applicable at the time of initial employment. For questions regarding this section, Contractor should visitwww.dir.ca.gov/opr[/pwd/index.htm or call the Department of Industrial Relations at 1-415-703-4774.

This project is subject to labor compliance monitoring and enforcement by the California Department of Industrial Relations.

The general prevailing wage rates for such work which establish minimum wages for this Agreement shall be posted by Contractor in a prominent place at the site where such work is performed.

The wage rates set forth are the minimum that may be paid by the Contractor. Nothing herein shall be construed as preventing the Contractor from paying more than the minimum set forth. No extra compensation whatever shall be allowed by the District due to the inability of the Contractor to hire labor at the minimum rate nor for any necessity for payment by the Contractor for subsistence, travel time, overtime, or other added compensation.

Rev: 4/18

For each worker performing work under the Agreement for which prevailing wages are applicable who is paid less than the stipulated rate by the Contractor, or any subcontractor under it, in violation of the provisions of Section 1770 to Section 1780 of the Labor Code, inclusive, the Contractor shall be subject to the provisions of Section 1775 of the Labor Code, which require the Contractor to pay penalties to the District, and to pay to each worker the difference between such stipulated prevailing wage rates and the amounts actually paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the stipulated prevailing rate,

Contractor is responsible for its and its subcontractors' compliance with all of the provisions of Section 1776 of the Labor Code. Each month, each Contractor and subcontractor shall furnish the records specified in Labor Code Section 1776 directly to the Labor Commissioner, in the format prescribed by the Labor Commissioner, and shall submit them to the District with requests for payment. Certified payroll records shall also be available for inspection at all reasonable hours at the principal office of the Contractor as specified in Labor Code 1776.

The Contractor shall forfeit, as a penalty to the District, the penalty as provided in Section 1813 of the Labor Code for each worker performing work under the Agreement for which prevailing wages are applicable employed in the execution of the Contract by the Contractor, or any subcontractor under the Contractor, for each day during which such worker is required or permitted to work more than eight (8) hours in any one"(l) day and forty (40) hours in any one (1) week, in violation of the provisions of the Labor Code, and in particutar, Section 1810 to Section 1815 thereof, inclusive, except that work performed by employees of Contractors in excess of eight (8) hours a day and forty (40) hours during one (1) week, shall be permitted upon compensation for all hours worked in excess of eight (8) hours per day, at not less than one and one-half (1.5) times the basic rate of pay as provided for in Section 1815 of the Labor Code.

It shall be the responsibility of the Contractor, if it employs tradespersons in any apprenticeable occupation, to comply by the provisions of Section 1777.5 of the Labor Code and the regulations of the California Apprenticeship Council, which pertain to the employment of apprentices, and shall require all subcontractors employed by or contracting with the Contractor to abide by said provisions. The Contractor shall furnish the District sufficient evidence of compliance with this code section upon request of the District. For failure to comply with Section 1777.5 of the Labor Code where applicable, the Contractor shall be subject to the penalties in Section 1777.7 of the Labor Code.

20. Safety

To protectthe public's safety as well as the safety of their employees, the District's employees, and all persons at or near the site(s) of work, the Contractor and its subcontractors shall take all measures required to comply with all applicable Federal, State, County, and local laws, ordinances, codes, and regulations, including but not limited to, providing protection barriers and barricades, and signs. The Contractor, its suppliers, and its subcontractors of all tiers, and their respective employees, shall also comply with the CCWD Contractor Safe Practices Handbook at all times when present on District property or at the site(s) of work. The Handbook is available at http://www.ccwater.com/files/safepracticeshandbook.pdf. The signature page of the CCWD Contractor Safe Practices handbook shall be signed by the Contractor and submitted to the District.

Rev:4/18

The Contractor shall provide copies of the Handbook to all Sub-Contractors. The Contractor shall be solely and completely responsible for performing all work under this Agreement so as to protect the safety of all persons and property at or near any site(s) of the work. The Contractor shall continually and diligently inspect all work, materials and equipment to discover, and shall be solely responsible for discovery and correction of, such conditions which might cause bodily harm to persons or damage to property. These requirements shall apply twenty-four (24) hours per day continuously during the term of this Agreement and shall not be limited to normal working hours. The District shall not be responsible in any way for the methods selected by the Contractor in discharging its exclusive responsibility for safety of its work hereunder.

The Contractor shall perform all work in a fire-safe manner. He shall supply and maintain on the site adequate fire-fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable Federal, local, and State fire-prevention regulations, or, if these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building Construction Operations (NFPA No. 241).

In the event of any spill or other release to the environment of any regulated chemical in any physical form that occurs on or immediately adjacent to the site(s) and arises from work under this contract, the Contractor shall immediately notify the District. The Contractor shall be responsible for all costs that result from any chemical spill or other release caused by the Contractor including, but not limited to containment, control, and disposal, and any fines or other damages lawfully assessed against the Contractor or the District.

The Contractor shall cooperate fully with District personnel while working within the scope of this

contract.

The Contractor shall support a drug-and-alcohol free workplace. The unlawful use, possession, or distribution of a controlled substance within the site(s) of any work will not be tolerated. Employees are prohibited from being under the influence of alcohol within the site(s) of any work. The Contractor shall be responsible for initiating, maintaining, and supervising safety and anti­substance abuse programs in connection with the work.

If the work to be performed under this contract involves confined space work, the Contractor shall prepare confined space operating and rescue procedures fully complying with the applicable provisions of Section 5158, Title 8, California Code of Regulations and shall submit the procedures to the District. The Contractor shall be fully responsible for the adequacy of the procedures. The District shall neither review nor accept the procedures, and the sole purpose of submitting the procedures is to advise the District that such procedures have been prepared.

To the extent required by Labor Code Section 6401.7, Contractor shall establish, implement, and maintain a written injury prevention program, and shall take all actions necessary to comply with all provisions thereof before proceeding with any work under the Agreement, including but not limited to furnishing and maintaining all safety equipment, test equipment, and safety apparel applicable to the work, enforcing the use of such equipment by its employees and the employees of any of its Subcontractors, and furnishing all items necessary for giving first aid and other medical

Rev: 4/18

treatment to anyone injured at any site(s) of work, and shall provide for the immediate removal of such person to a hospital or a doctor's care.

If death or serious injuries or illness, or serious damages are caused, the accident or illness shall be reported immediately by telephone or messenger to the District. In addition, the Contractor must promptly report in writing to the District, all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site(s), giving full details and statements of witnesses. The Contractor shall make all reports as are, or may be, required by any authority having jurisdiction, and permit all safety inspections of the work being performed under this Agreement. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the District, giving full details of the claim.

21. Differing Site Conditions

Pursuant to Public Contract Code Section 7104, the Contractor shall promptly, and before such conditions are disturbed, notify the District, in writing, of any:

a. Material that the Contractor believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law.

b. Subsurface or latent physical conditions at the site differing from those indicated.

c. Unknown physical conditions at the site of any unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Agreement.

In addition to giving written notice as described above upon encountering material that the Contractor believes may be "hazardous waste" as defined above, Contractor also shall immediately stop all Work to any area affected by said material, if continuing Work may present a substantial danger to persons or property exposed to the materials in connection with any Work at the site. These obligations pertaining to "hazardous waste" shall apply only to such "hazardous waste" not shown or indicated in the Agreement Documents to be within the Scope of Work.

The District, or the Contractor, if the District so directs in its sole discretion, shall promptly investigate the conditions, determine the necessity to retain a qualified expert to evaluate such hazardous condition, and/or to take corrective action, if necessary, and if the District finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the Work, the District shall cause to be issued a change order.

Contractor shall not be required to resume work in connection with such hazardous condition identified in the Agreement Documents, orin any such affected area until after District has obtained any required permits related thereto and delivered to Contractor special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the

Rev: 4/18

resumption of work, or (ii) specifying any special conditions under which such work may be resumed safely.

In the event that a dispute arises between the District and the Contractor whether the conditions materially differ, or involve hazardous waste (other than that shown or indicated in the Agreement Documents), or cause a decrease or increase in the Contractor's cost of, or time required for, performance of any part of the work, the Contractor shall not be excused from any scheduled completion date provided for by the Agreement, but shall proceed with all work to be performed under the Agreement provided that, if after receipt of the special written notice described above in this section 21, Contractor does not agree to resume such work based upon a reasonable belief that it is unsafe to do so, or does not agree to resume such work under the special conditions specified in said special written notice, the District may at its sole election order the portion of the Work affected by said hazardous waste to be deleted from the Work, and the District may thereupon have the portion of the Work so deleted performed by District's own forces or by separate Agreement(s). The Contractor shall retain any and all rights provided either by Agreement or by law which pertain to the resolution of disputes and protests between the contracting parties.

No claim of the Contractor under this clause shall be allowed unless the Contractor has complied with Section 23.

The Contractor shall cooperate with forces engaged in sampling, investigation, and clean-up work pertaining to hazardous waste (whether or not said hazardous waste is shown or indicated in the Agreement Documents) and shall conduct its operations in such a manner as to avoid any unnecessary delay or hindrance to the work being performed by such forces.

The District shall not be responsible for any such materials brought to the site by the Contractor, subcontractors, suppliers, or anyone else for whom the Contractor is responsible.

22. Retention

As specified in Public Contract Code Section 9203, District will deduct .and retain five percent (5%) from each progress payment, if any, and will retain such amounts in accordance therewith as part security for the satisfactory and timely completion of the Work until release thereof is required .under Public Contract Code Section 7109:

In addition to the amount which the District may otherwise retain under the Contract, the District may withhold a sufficient amount or amounts of any payment or payments otherwise due the Contractor, as in its judgment may be necessary to cover just claims against the Contractor or any subcontractor for labor or materials furnished for the performance of this Contract, damage to the District or a third party, and any costs or penalties imposed because of the failure of the Contractor or any subcontractor to comply with environmental, labor, employee safety, or any other regulatory requirements. When the above reasons for withholding are resolved, payment may be made to the Contractor for amounts withheld less any District incurred expenses.

a. Pursuant to Public Contract Code Section 22300, for moneys earned by the Contractor and withheld by the District to ensure the performance of the Contract or otherwise as provided

Rev:4/18

above, the Contractor, may, at their option, choose to substitute securities, meeting the requirements of said Section 22300. In the event the Contractor wishes to choose this option, the Contractor shall enter into an escrow agreement with the District and the escrow agent, a qualified bank to be acceptable to the District, in the form of the agreement included in the project specifications. The costs of such escrow shall be paid by the Contractor. The securities to be deposited in said escrow account shall be equivalent, in fair market value, to the amount to be withheld as performance retention. The securities shall be held in accordance with the provisions of Public Contract Code Section 22300, and the implementing agreement.

b. Contractor shall have the obligation of ensuring that such securities deposited are sufficient so as to maintain, in total fair market value, an amount equal to the cash amount of the sums to be withheld under the Contract. If, upon written notice from the District, or from the appropriate escrow agent, indicating that the fair market value of the securities has dropped below the dollar amount of moneys to be withheld by the District to ensure performance,

· Contractor shall, within five (5) days of the date of such notice, post additional securities as necessary to ensure that the total fair market value of all such securities held by the District, or in escrow, is equivalent to the amount of money to'be withheld by the District under the Contract.

c. Any Contractor wishing to exercise this option shall, at the request of any Subcontractor performing more than five percent (5%) of the Contractor's total bid/proposal price, make this same option available to the Subcontractor regarding any moneys withheld in retention by the Contractor, and if the Contractor elects to receive interest on any moneys withheld in retention by the District, then the Subcontractor shall receive the identical rate of interest on any retention moneys withheld from the Subcontractor by the Contractor. In addition, any Contractor wishing to exercise its option to substitute securities shall give notice in writing to District, and shall thereafter execute an escrow agreement in the form entitled SECURITY DEPOSITS IN LIEU OF RETENTION.

23. Dispute Resolution

This section specifies the procedures for making, processing, and resolving claims.

a. Notice and Submission - Claims based on adverse determinations of the District regarding the meaning of the Agreement shall be filed in writing within ten (10) days of receipt of such decision. All other Claims for extra work shall be filed in writing prior to the commencement of such work. Such Claims shall state the circumstances and the reasons for the claim, but need not state the amount. No claim filed after the date of final payment will be considered.

Unless notice is properly given, the Contractor shall not recover costs incurred by it as a result of the alleged extra work, changed work, or other situation which, had proper notice been given, would have given rise to a right for additional compensation. Timely notice of potential claim is of great importance to the District, and is not merely a formality. Such notice allows the District to consider preventative action, to monitor the Contractor's increased costs resulting from the situation, to marshal facts, and to plan its affairs. Such notice by the

Rev:4/18

Contractor, and the fact that the District has kept account of the costs, shall not in any way be construed in anyway as proving the validity of the claim.

b. Written Statement - Upon receipt of a Claim sent by registered mail or certified mail with return receipt requested, the District shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Upon receipt of a Claim, the District and the Contractor may, by mutual agreement, extend the time period provided in the preceding sentence.

c. Records of Disputed Work- The Contractor shall furnish reasonable documentation to support the Claim. Unless otherwise agreed, such documentation will consist of accurate records of all costs, including a daily summary of the hours and classification of equipment and labor utilized on the disputed work, as well as a summary of any materials or any specialized services which are used. Unless otherwise agreed in writing, such information shall be submitted to the Construction Administrator on a monthly basis, receipt of which shall not be construed as an authorization for or acceptance of the disputed work.

d. Submission of Claim Costs - Within thirty (30) days after the last cost of work for which the Contractor contends it is due additional compensation is incurred, the Contractor shall submit to the Construction Administrator reasonable documentation to support the Claim, including, as best it is able, its costs incurred for the claimed matter. If costs are incurred over a span of more than thirty (30) days, then within fifteen (15) days after the thirtieth day of the first month and every month thereafter, the Contractor shall submit to the Construction Administrator reasonable documentation to support the Claim, including, as best it is able, its costs incurred for the claimed matter.

e. Board approval - If the District needs approval from its governing body to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the Claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, the District shall have up to three days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the Contractor a written statement identifying the disputed portion and the undisputed portion.

f. Payment of Undisputed portion -Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the District issues its written statement. If the District fails to issue a written statement, subsection i shall apply. ·

g. Informal conference - If the Contractor disputes the District's written statement, or the District fails to provide a written statement responding to the Claim within the time prescribed, the Contractor may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the District shall schedule a meet and confer conference within thirty (30) days for settlement of the dispute.

Rev: 4/18

h. Further written statement; mediation -Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, the District shall provide the Contractor a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the District issues its written statement. Any disputed portion of the Claim, as identified by the Contractor in writing, shall be submitted to nonbinding mediation, with the District and the Contractor sharing the associated costs equally. The District and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the Claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to applicable procedures outside this Section.

For purposes of this Section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this Section.

Unless otherwise agreed to by the District and the Contractor in writing, the mediation conducted pursuant to this Section shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has been commenced.

i. Effect of failure to respond - Failure by the District to respond to a Claim from a Contractor within the time periods described in this Section orto otherwise meet the time requirements of this Section shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of the District's failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this Section, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the Contractor.

j. Interest-Amounts not paid in a timely manner as required by this Paragraph 00700-7.3 shall bear interest at 7 percent per annum.

k. Subcontractors' claims - If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against the District because privity of contract does not exist, the Contractor may present to the District a Claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that the Contractor present a Claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the claim be presented to the District shall furnish reasonable documentation to support the Claim. Within 45 days of receipt of this written request, the Contractor shall notify the subcontractor in writing as to whether the Contractor presented

Rev:4/18

the Claim to the District and, if the original Contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so.

1. Claims for Three Hundred Seventy Five Thousand Dollars ($375,000) or less which cannot be resolved between the parties shall be resolved pursuant to the provisions of the Public Contract Code commencing with section 20104, except that the mediation conducted pursuant to this Section shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has been commenced unless otherwise agreed.

m. Proceedings in Court- If a civil action is filed to resolve the Claim, the case shall be submitted to judicial arbitration pursuant to chapter 2.5 (commencing with section 1141.10) of title 3 of part 3 of the Code of Civil Procedure, notwithstanding section 1141.11 of that code. The Civil Discovery Act of 1986 (article 3 (commencing with section 2016) of chapter 3 of title 3 of part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision to the extent consistent with the rules pertaining to judicial arbitration.

1) Arbitrators, Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds.

2) Trial de Novo. In addition to chapter 2.5 (commencing with section 1141.10) of title 3 of part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo.

3) Witnesses. The court may, upon request by any party, order any witnesses to participate in the mediation (if any) or arbitration process.

4) Payment of Undisputed Claims. The District shall not fail to pay money as to any portion of a claim that is undisputed except as otherwise provided in the Contract Documents.

5) Interest. In any suit filed on a claims subject to Public Contract Code section 20104, the District shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law in the California County where the work is being performed.

6) Venue. Should either party to this Agreement bring legal action against the other, the case shall be handled in the California county where the work is being performed. The Agreement shall be construed and its performance enforced under California law without regard to the conflict of law provisions thereof.

24, Underground Work

The following provisions will govern any underground work un.der this Agreement.

Rev: 4/18

CONTRA COSTA WATER DISTRICT

CONTRACTOR/CONSUL TANT SAFE PRACTICES HANDBOOK

Fiscal Year 2022

Contractor/Consultant Safe Pract{ces Handbook, Fiscal Year 2022 - Pagel of 29

CONTRACTOR/CONSUL TANT SAFE PRACTICES HANDBOOK

Contra Costa Water District's (District) goal is to provide everyone with the benefits of a safe and healthy work environment. The District is committed to maintaining a workplace free from work-related injuries and illnesses, and to complying with applicable laws and regulations governing workplace safety.

To help achieve these goals, the District has developed a Contractor/Consultant Safe Practices Handbook. These safe practices outlined in this handbook are intended to foster a safe and healthful

work environment.

It is the responsibility of everyone to work together to identify and eliminate conditions and practices that

create an unsafe or unhealthy work environment.

This handbook is to augment the requirements in the safety section of the bid documents in the General Conditions, if applicable, and is to be used by each contractor, consultant, subcontractor, sub-consultant and their employees (herein called Contractor) as the minimum requirements of their safety program. While this handbook provides many of the safe practices the District requires of its contractors, it is not intended to include all required safe practices. The Contractor and its employees are expected to follow all applicable rules and regulations in the performance of their work. District staff may exercise Stop Work Authority if contractors are observed violating District safe work practices while working on District infrastructure, and may shut down a job until the condition or situation creating the hazard has been corrected and District safety procedures are adhered to.

The District's Health and Safety Program's objectives are to:

• Maximize the safety of employees, contractors, and the general public

• Maintain a safe and healthy work environment as free as possible from threat of injury or illness due to unsafe practices or conditions

• Establish safety as a priority in conjunction with efficiency and productivity

• Comply with all federal, state, city, and District safety requirements and guidelines and, where necessary, to implement additional policies to ensure safety

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 2 of 29

TABLE OF CONTENTS

GENERAL SAFETY PRACTICES ............................................................................................................. 4

SITE SAFETY AND SECURITY ................................................................................................................ 6

CONSTRUCTION AND MAINTENANCE WORK ...................................................................................... 7

Asbestos Cement Pipe Work ........................................................................................................... 8

Silica Safety ..................................................................................................................................... 8

Grounds Maintenance ..................................................................................................................... 8

Treatment Plant and Pumping Plant Areas ................................................................................... 8

Oxygen and Ozone Systems Maintenance ..................................................................................... 9

BOATING SAFETY ......................•........................................................................................................ 10

CONFINED SPACES ............................................................................................................................ 11

DIVING OPERATIONS ......................................................................................................................... 12

DRIVING SAFETY ................................................................................................................................ 12

ELECTRICAL SAFETY .......................................................................................................................... 13

FALL PROTECTION ...•........................................................................................................................ 15

FIRE SAFETY ..........•............................................................................................................................ 16

HEAT ILLNESS PREVENTION ............................................................................................................. 17

HIGH HAZARD JOB TASKS ................................................................................................................. 18

LAD DER SAFETY ................................................................................................................................. 19

LOCKOUT, BLOCKOUT AND TAGOUT ............................................................................................... 20

LOS VAQUEROS WATERSHED ........................................................................................................... 22

PERSONAL PROTECTIVE EQUIPMENT .............................................................................................. 23

POWERED TOOLS AND EQUIPMENT ................................................................................................. 25

SOLITARY WORK ................................................................................................................................ 26

WELDING, CUTTING AND OTHER HOT WORK ................................................................................... 27

APPENDIX: COVID-19 PROTOCOLS ................................................................................................... 28

The fa/lowing are safe practices that shall be followed. These safe practices coincide with and/or augment other applicable federal, state and local safety, health and environmental regulations and codes that also shall be followed. The Contractor shall follow the more stringent requirement of this handbook or other federal, state or local regulations.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 3 of 29

GENERAL SAFETY PRACTICES

1, Review the requirements set out in this handbook with all employees and subcontractor employees.

2, Obtain appropriate equipment before the start of work to conduct work safely. For example: ladders, lighting, extension cords, direct-read gas monitors, confined space retrieval devices, ventilation fans, lockout/tagout kits, warning signs, as well as personal protective equipment such as respiratory protection, fall protection harnesses, lanyards, hard hats, and safety glasses.

3, Delineate the work zone requiring hard hats using signs, cones, barricades, caution tape, or equivalent warning devices.

4. Use stairs, ladders or ramps to climb up or down work surfaces 4 feet or more in height and/or depth.

5. Ensure there is adequate lighting to perform the job safely.

6. Do not enter confined spaces (vaults, tanks, buried reservoirs, and pipes) unless you are trained, have monitored the atmosphere, and have eliminated or controlled all serious hazards. Notify the District 24 hours before a confined space entry. See Confined Spaces section for other requirements.

7. Keep your work area clean and orderly at all times to prevent slips, trips or falls. Place barriers or warning signs at locations with wet floors.

8. Attend pre-job safety briefings. Conduct tailgate safety meetings at least once every ten days for work involving construction, maintenance or repair work, or any work near water (reservoirs and canals) or in confined spaces.

9. The District water treatment plants and Los Vaqueros Watershed have additional visitor safety rules. Comply with the pertinent visitor safety rules when visiting one of these District locations.

10. Written pre-task plans are required to be completed prior to High Hazard Job Tasks. See High Hazard Job Tasks section for further information. High Hazard Job Tasks are defined as:

a. Permit-required confined space entry

b. Maintenance tasks requiring lockout/tagout

c. Line breaking tasks - Opening of equipment that may carry flammable, corrosive, or toxic material, or an inert gas or any fluid, including water, at a volume, pressure, or temperature capable of causing serious injury

d. Neutralizing large amounts of spilled corrosive substances at plant process areas

e, Work requiring the use of cartridge respirators or self-contained breathing apparatus

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 4 of 29

f. Use of mobile cranes with persons (other than the crane operator) on foot and in the immediate area of operation

g. High-voltage electrical work above 480 Volts or work on exposed live parts of low voltage (50 -480V)

h. Work using a personal fall arrest system

i. Excavating with heavy equipment or working in an excavation deeper than 4 feet

j. Work in public roadways with the speed limits of 30 MPH or more and when traffic control measures are needed for a time period of more than 15 minutes

k. Scaffold erection

I. Hot work (welding, cutting, or grinding outside of maintenance shops)

m. Chainsaw operations to remove a branch or tree greater than 8 inches in diameter

n. Work over water at night

o. Any other job task determined as highly hazardous by the lead person or the supervisor in charge.

11. The pre-task plan must cover hazards expected throughout the job task, measures to protect against those hazards, and emergency response planning. Use available safety checklists for the job task (e.g., confined space entry permit), and complete during the tailgate meeting. All employees involved in the High Hazard Job Task must attend the meeting. The pre-task plan and meeting information must be documented. Prior to High Hazard Job Tasks performed at treatment plants or Los Vaqueros Watershed, pre-task plans must be communicated to the District Contract Administrator or Construction Inspector by phone, e-mail or text.

12. Written Procedures: Submit all pertinent written safety plans, programs, and information (written programs on Injury Illness Prevention Plan [IIPP], confined space entry, hot work, diving safety, fall protection, hazardous chemical line breaking, and/or respiratory protection) to the District Contract Administrator before the start of work at the Pre-Construction or Kick-Off meeting. Also submit a written plan for a "critical lift" before performing that lift. A critical lift is a crane lift of more than 75% of crane lift capacity.

13. Training: Submit all current safety certifications and licenses for asbestos work and mobile crane operations to the District Contract Administrator. Before starting work involving asbestos cement pipe, mobile crane and rigging operations, confined space entry, hazardous electrical systems (of 50 or more volts), plant machinery (lockout/tagout), hazardous chemicals, excavations, underwater diving, scaffold erection or the use of fall arrest systems, submit pertinent training records and written descriptions of qualifications to the District Contract Administrator for all staff expected to perform work. All employees and subcontractor employees working at or on District facilities must have received all safety training required by Cal-OSHA regulations. All safety training records must be available to the Contract Administrator upon request.

a. Project managers, superintendents, foremen or other lead employees that conduct or supervise High Hazard Job Tasks, as defined above, at District project work sites must successfully complete CCWD Contractor Safety Orientation training, and provide proof of

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Pages of 29

completion to the District prior to commencement of any project activities. This training shall be fulfilled at the OSCA Training Center in Martinez, (1805 Arnold Dr., Martinez, CA 94553; phone {866) 699-2727).

14. Ensure availability of adequate shade and water for employees working outdoors at temperatures 80°F and above. At temperatures 95°F and above (i.e. high-heat), observe all employees for alertness and signs of heat illness, and remind employees to drink water throughout the work shift.

a. High-heat and emergency response procedures must be documented in the employers Injury Illness Prevention Plan, or maintained as a separate document. The Contract Administrator may request to review these procedures prior to or during work.

15. Construction debris shall be kept reasonably cleared from work areas, passageways, and stairs in and around buildings or other structures. Debris shall not be stored or piled in the path of egress. Debris waste must be stored in a waste container before removal. All waste shall be disposed of at intervals determined by the rate of accumulation and capacity of the job site container.

16. Ensure employees working outdoors have protection from wildfire smoke when the Air Quality Index (AQI) for PM2.5 is 151 or greater, and when it is anticipated that employees will be exposed to wildfire smoke.

a. Refer to AirNow.gov for local PM2.5 and wildfire smoke conditions. b. Protective measures against exposure to wildfire smoke can include: relocating work to an

indoor area with filtered air or an area with less smoke, reducing the time and intensity of work, and providing voluntary access to N95 masks.

SITE SAFETY AND SECURITY

1. Close gates and entry doors that will be unattended to prevent unauthorized entries.

2. If a rattlesnake is found to obstruct your ability to safely perform your work, contact Contra Costa County Animal Services at925-335-8300, Antioch Animal Services at 925-779-6989, or Los Vaqueros Watershed staff (when available) to have the snake safely removed from the worksite.

3. Follow posted speed limits. The speed limit at maintenance yards, plant roads, and parking lots is 10 MPH. At Los Vaqueros Watershed, the speed limit is 15 MPH for unpaved roads and 30 MPH for paved roads.

4. Contact Watershed supervisors at 925-240-2360 before driving on unpaved Watershed roads. Watershed supervisors determine when it is safe to drive and what vehicle types may be used during, or shortly after periods of rain.

5. When unaccompanied by District staff, contact District Operations Control at 925-688-8397 when entering and exiting remote District facilities (e.g., reservoirs and pump stations).

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 6 of 29

CONSTRUCTION AND MAINTENANCE WORK

1. Follow Government Code 4216 (USA North's California Excavation Manual) to prevent potentially catastrophic accidents and damage to underground utilities.

2. Use hand tools to locate the exact location of underground utilities (hand dig or probe). While excavating laterally within 24" of the exterior surface of marked utilities or when all known utilities are not marked, probing or hand digging shall be required prior to mechanical excavation. In areas where buried power lines are suspected or within 24" of electric utility marks, use a non­conducting (fiberglass handle and shaft) probing tool to probe soil. Using a probe with a steel shaft and electrically-rated insulated handle to probe soil further away than 24" from electric utility marks or identified electric utility is permissible. Probes within 24" of these marks shall be constructed of a dielectric material.

3. Install adequate shoring, or bench or slope excavations that have either poor soil conditions or depths in excess of 5 feet prior to entry in the excavations.

4. Keep spoils or heavy equipment at least 2 feet from the edge of excavations to prevent them from falling or rolling into excavations.

5. Use grounded electric-powered tools and ground-fault circuit interrupters (GFCls) during all construction and maintenance activities.

6. Set barricades, fencing or guard rails around open excavations deeper than 6 feet to prevent falls. Place fencing around or sturdy covers (e.g., road plates or 1 1/8" plywood) over unattended excavations.

7. For excavation work, arrange to have the atmospheric levels checked with an appropriate gas monitor, when there is a strong odor present, or other sign of a nearby release of sewage, fuel, natural gas or other hazardous chemical line.

8. Use a portable exhaust fan when welding, torch cutting, operating equipment with combustion engines, or using chemicals in enclosed spaces.

9. Evaluate the working clearance to overhead high voltage (greater than 600 V) power lines and adjust work practices to provide for adequate (greater than 10 foot) clearances.

10. Place rebar caps that provide impalement protection on all sharp vertical metal projections. Non­metal vertical projections (e.g. PVC pipe) should be evaluated for impalement risk and protected appropriately.

11. Where cranes are used to lift loads, the area beneath the load must be delineated using signs, cones, barricades, caution tape, or equivalent warning devices to keep people, vehicles and other equipment out of the area beneath the load's path of travel. Loads placed on sloped roofs must be secured to ensure there is no potential of the load falling off.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 7 of 29

Asbestos Cement Pipe Work

12. Only employees trained to work with asbestos cement (AC) pipe shall disturb, cut, or perform work AC pipe.

13. Only use manual-cutting tools (snap cutter, hammer or knife blade) to cut AC pipe. Use of other cutting tools must be first approved by the District. The use of powered tools to cut AC pipe is prohibited. Continuously wet the area of the pipe being cut with water and surfactant through the use of a sprayer to prevent asbestos fibers from becoming airborne. Wear appropriate respiratory protection as required. Smoking is prohibited when handling asbestos materials.

14. Before AC pipe work begins, place an asbestos danger sign at the excavation as required by CCR, Title 8, Sec. 1529.

15. AC pipe shall be either abandoned in place in the excavation or properly disposed of asbestos­containing materials according to Cal-EPA regulations. Before AC pipe is disposed, double-wrap the pipe in 6-mil polyethylene sheeting and seal with duct tape. Store waste pipe at a secure location. Attach an asbestos warning label to waste pipe as required by CCR, Title 8, Sec. 1529.

Silica Safety

16. A silica exposure control plan must be established for work that could expose Contractor or District employees to respirable crystalline silica at greater than 25 micrograms per cubic meter of air (25 µg/m3) as an 8-hourtime-weighted average (TWA) under any foreseeable conditions. Copies of this plan may be requested by the Contract Administrator.

17. In addition to the exposure control plan, control methods for minimizing silica exposure must be developed and utilized at all times during the course of potential silica-exposing work. Copies of this control plan and verification of their effectiveness may be requested by the Contract Administrator.

Grounds Maintenance

18. When feasible, keep at least 50 feet away from other workers operating push mowers or weed eaters to prevent being struck by flying objects.

19. Do not trim tree branches that are within 10 feet of live high voltage power lines.

20. Use a fall protection system when climbing trees.

Treatment Plant and Pumping Plant Areas

21. Unless necessary for troubleshooting, avoid being in the immediate location of industrial equipment when the equipment is remotely started.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page B of 29

22. When opening hazardous material piping or tanks follow the CCWD Operations & Maintenance Standard Operating Procedure {O&M SOP) "Line Breaking Involving Dangerous Materials." Wear self-contained breathing apparatus (SCBAs) when opening systems containing chlorine gas, ozone, or ammonia.

23. Always check atmospheric levels before entering a potentially hazardous atmosphere. Wear appropriate respiratory protection before entering a hazardous atmosphere. Continuously monitor the atmosphere.

24. Wear supplied air respiratory protection when applying urethane orother coatings inside confined spaces that may create a hazardous atmosphere.

25. Check Safety Data Sheets for hazardous chemical permissible exposure limits, especially when using the chemicals inside enclosed spaces.

Oxygen and Ozone Systems Maintenance

26. Wear 100% cotton clothing to minimize the risk of sparks generated by static discharge from clothing.

27. Use spark-resistant tools when working on oxygen and ozone systems.

28. Confirm oxygen levels are in the safe range of 20.9% and 23.5% using a direct-read gas monitor before conducting hot work. Stop work and exit the work area if the direct-read gas monitor indicates oxygen levels outside of the safe range in the work area.

29. Use only intrinsically-safe ventilation equipment (exhaust and blower) prior to and during ozone line breaking activities. Wear self-contained breathing apparatus until ozone levels i~ the work area are confirmed to be below 0.1 ppm.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 9 of 29

BOATING SAFETY

1. Do not operate a boat unless properly trained in a course approved by the National Association of State Boating Law Administrators (NASBLA), the California Department of Boating and Waterways, the US Coast Guard Auxiliary, or US Power Squadrons.

2. Do not operate a boat in inclement weather except when needed to conduct a rescue. Boating at Los Vaqueros Reservoir is prohibited when sustained wind speed is above 16 miles per hour.

3. Each boat occupant must wear a US Coast Guard-approved personal flotation device (PFD). Each occupant must carry a whistle or horn to alert others in case of emergency.

4. Each boat must have the maximum carry capacity marked. Do not exceed the maximum

occupancy or carrying capacity.

5. Each boat must have a means of communication (e.g., push-to-talk device or cell phone).

6. Each boat must carry a fire extinguisher and a US Coast Guard-approved throwable rescue device.

7. If the boat operator expects the boating activity to take longer than four hours, a written float plan must be prepared. The float plan must include the following information: names of personnel on board, activity to be performed, expected time of departure, route, time of return and means of

communication.

8. A minimum of two trained persons launch or retrieve a boat from a boat ramp.

9. Ensure there is enough fuel and drinking water for the boating activity.

10. Stay seated while the boat is traveling.

11. Work over water at night requires a written pre-task plan.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 10 of 29

CONFINED SPACES

1. Before entering confined spaces:

a. Remove standing water to less than 3 inches in depth when possible;

b. Monitor the atmosphere with a calibrated gas monitor device with oxygen, carbon monoxide, hydrogen sulfide, and explosive atmosphere sensors. Where the potential for hazardous atmospheres of ammonia, chlorine, ozone, or volatile organic compounds exists, monitor the atmosphere with sensors that can detect those hazards, or use appropriate respiratory protection equipment during entry;

c. Use an appropriate ladder;

d. Where welding and cutting and/or spray coating activities occur or where other serious hazards exist as defined by the California Code of Regulations (CCR), Title 8, Sec. 5157, "Confined Spaces," a "permit" entry procedure is used. A permit procedure includes use of a Confined Space Permit checklist, use of a retrieval and fall protection system (unless the system poses a greater hazard), and attendant(s) or rescue personnel available on-site that are prepared to carry out a confined space rescue plan;

e. Use mechanical ventilation as needed; use exhaust ventilation to remove welding fumes during welding/cutting activities;

f. Eliminate chemical or drowning hazards using positive isolation methods as defined by CCR, Title 8, Sec. 5157 and Sec. 1953. If positive isolation to eliminate drowning hazards is not feasible, entry using a single point of isolation may be made only if a written failure analysis using engineering data indicates that risk of engulfment is adequately controlled by the use of the single isolation point;

g. Ensure that self-contained breathing apparatus (SCBAs) are available for rescue personnel where a potential for a hazardous atmosphere may exist; and

h. Where access to and from the space is horizontal, fall protection may not be required. However, entrants shall wear harnesses to help assist rescue personnel in retrieval.

2. All confined space entrants, attendants and entry supervisors must be trained on the hazards of confined spaces and safe entry procedures, as well as lockout/tagout procedures when used. Confined space rescue personnel must have participated in a confined space rescue drill within the last 12 months, and be certified in cardiopulmonary resuscitation and first-aid.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 11 of 29

DIVING OPERATIONS

Follow these safety procedures during all underwater diving operations:

1. Before diving operations commence, submit a written diving safety manual and dive plan to the Contract Administrator.

2. The diving safety manual shall describe safety, equipment and other operating procedures as well as emergency procedures covering evacuation and medical treatment.

3. The dive plan shall include information for the specific task including identified hazards, team assignments, emergency procedures, a list of nearby medical facilities including recompression chambers, breathing gas supply equipment, and thermal protection and other equipment planned for use.

4. When a diver is submerged without being line-tended from the surface, a stand-by diver or a second diver shall be available to assist in an emergency. Effective communication with the submerged diver such as radio communication shall be in place at all times.

DRIVING SAFETY

1. When driving on District property, a valid driver's license for the type of vehicle being driven, vehicle registration form, and proof of vehicle insurance in required.

2. Ensure that driver and passengers have safety belts fastened while driving at all times. Obey all laws and rules of the road, including speed limits, traffic signal and signs.

3. Park all vehicles in compliance with the California Vehicle Code and loca l ordinances. Follow the California Manual on Uniform Traffic Control Devices whenever work is performed in and adjacent to vehicle traffic.

4. Determine loading restrictions on reservoir roofs prior to driving vehicles or placing other loads on the roof. Do not overload roofs.

5. Before driving heavy equipment or trucks on steeply sloped unpaved paths, inspect the paths with either a light vehicle or on foot. Determine and mark soft areas, sharp turns, slopes and other hazards.

6. When departing vehicles, set all brakes. Turn off the engine (unless required to power axillary equipment). At sloped areas, place a wheel chock on the downhill side of one of the drive wheels or curb wheels. Where possible, park the vehicle's wheels perpendicular to the slope's direction.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 12 of 29

ELECTRICAL SAFETY

1. Only qualified electricians shall work on electrical conductors, equipment or systems of 480 V or more. Qualified electricians have a minimum of two years of training and experience with high voltage circuits and equipment and have demonstrated by performance familiarity with the work to be performed and the hazards involved.

a. Documentation of electrician experience must be submitted to the District Contract Administrator prior to the start of work.

Under the supervision or instruction of a qualified electrician, trained persons familiar with the electrical operation to be performed and the electrical hazards involved are permitted to work on electrical equipment or systems of less than 480 V (including throwing switches and using voltage testers to verify proper lockout). No electrical work shall be performed by untrained persons that do not have the demonstrated skills or knowledge in the construction and operation of electric equipment and installations and the hazards involved.

2. Check equipment, cords and attachments before each use to ensure they are safe to use and operate. Remove damaged electrical equipment from service.

3. Use energy control procedures to ensure that power is completely off during maintenance and repairs of hard-wired equipment. Physically lock all isolation devices with a lockout device. Confirm de-energization before handling non-insulated wiring. The exception to this rule is electrical troubleshooting.

4. Stay clear of energized parts whenever possible. If you must work with or near energized parts with voltages exceeding 50 Volts (i.e., electrical troubleshooting):

a. Use personal protective equipment such as rated flame retardant clothing, rubber insulating gloves, sleeves, hard hats, blankets, mats and nonconducting tools.

b. Avoid wearing metallic jewelry including watches.

c. Follow arc flash label requirements to keep safe distances from electrical equipment. Wear appropriate PPE if closer than the safe distance from live electrical parts. Where arc flash labels do not exist, stay at least 10 feet away from where live low voltage (480 V and less) electrical work is being conducted unless you are wearing the appropriate personal protective equipment. Stay outside of the motor control center area (building or room) where live high voltage (more than 480 V) electrical work is being conducted unless you are wearing the appropriate personal protective equipment. Use barricade tape or signs to warn unprotected persons to keep away from the live electrical work area.

d. Do not use two hands when handling energized parts.

5. Do not work on energized electrical equipment when wet, including heating tape on equipment.

6. Re-install equipment guards that protect electrical equipment after work is completed.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 13 of 29

7. Keep electrical panel doors on and closed. Keep access to electrical panels clear with at least a 36" clearance. Do not use motor control center rooms as storage areas.

8. Use equipment designed for use in damp environments when exposed to such environments. All electrical equipment in these areas must be grounded.

9. Use ground fault circuit interrupters (GFCls) when using electrically-powered tools and equipment during construction and maintenance activities.

10. Only persons who are trained shall access electrical panels and equipment. Before accessing electrical panels, take safe and appropriate actions to check the panel enclosure for hazardous voltage prior to opening.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 14 of 29

FALL PROTECTION

1. Install temporary standard 42" guard rails or fencing whenever feasible to provide protection from

falls over 6 feet.

Set barricades, fencing, or guard rails around open excavations with depths in excess of 6 feet to

prevent falls into the excavation.

2. Wear proper fall protection equipment (harness with a fall arrest or fall restraint device tied to an anchor point) when working within 6 feet of the leading edge of unprotected work surfaces more than 6 feet in elevation or unprotected sloped work surfaces greater than 40 degrees and more

than 6 feet in elevation.

3. For work on sloped roofs greater than 30 degrees {7:12 slope) and more than 6 feet in elevation, use fall protection equipment secured to a suitable anchor point. Install anchor points as needed.

4. For work on flat roofs or roofs less than 30 degrees in slope and more than 6 feet in elevation:

a. When possible, keep 6 feet from leading edges;

b. When working within 6 feet of a leading edge and work is expected to be of long duration (more than a week), install temporary guard rails; when work is of short duration (less than a week) wear proper fall protection equipment to work within 6 feet of the edge.

5. Do not use fall protection equipment unless properly trained. Inspect fall protection equipment

before use.

6. Anchor points must be capable of supporting 5000 lbs. per attached worker. Do not attach fall protection equipment to guard rails. When practical, secure the anchor end of the fall arrest device at a level not lower than your waist.

7. A fall arrest device can be a shock-absorbing lanyard or a self-retracting lifeline. Lifelines shall be

protected against damage.

8. When the use of guard rails or other conventional fall protection is impractical or creates a greater hazard, submit a written fall protection plan that complies with CCR, Title 8, Section 1671.l to the District Contract Administrator before the start of work.

9. Scaffolds are erected and inspected only by trained competent persons. Inspect the scaffold before use. Stay clear of electrical lines and other equipment. Scaffolds must be level and be set up on firm and solid foundations. Scaffolding over 6 feet must have guard rails and toe-boards on open sides and ends. Scaffolds must not exceed its load capacity. Do not climb on scaffold cross bracing. Do not carry materials when climbing. Riding on rolling scaffolds is prohibited. All wheels' safety locks and pins must be in place when a person is on the scaffold. Place barricades or cones around the area beneath the scaffold to warn passersby of possible falling objects.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 15 of 29

WELDING, CUTTING AND OTHER HOT WORK

1. Maintain a fire watch when open flames, sparks, or smoke are present. Keep a fire extinguisher available when welding/cutting, grinding or conducting other hot work.

2. High Wildfire Risk Areas: If grinding or welding near dry (cured) vegetation, always wet down the veget_ation at least 35 feet around and 75 feet downwind of the work site. Do not mow, weed-eat, or grind or weld near dry vegetation within 24 hours of a red flag day, or when temperatures exceed 80 degrees Fahrenheit, sustained wind speeds exceed 10 MPH and humidity is less than 30%. Check the National Weather Service on-line, evaluate weather with a "Kestrel" or contact a supervisor prior to hot work. Hot work at Los Vaqueros Watershed must be approved by the Watershed Superintendent. An employee on fire watch should have on hand: a shovel, and at least 5 gallons of water to spray as extinguishing agent.

3. Obtain a hot work permit before performing hot work outside of maintenance shops at District facilities (office buildings/areas, pump stations/plants, and treatment plants).

4. Maintain a fire watch for 30 minutes after hot work is completed under a permit.

5. Employees performing welding activities and fire watch duties shall wear 100% cotton clothing or flame-resistant clothing and have received fire extinguisher or fire suppression training within the last 12 months.

6. Before attaching a regulator to a cylinder, "crack" the cylinder valve (open the valve for an instant to blow dust or dirt out). Do not stand in front of valves when opening them.

Stand to one side of the regulator and very slowly open the cylinder valve on the oxygen all the way. Open the acetylene valve no more than ¾ of a turn. Take the T-wrench out of the cylinder and keep it close at hand. Tops of cylinders must be unobstructed at all times so valves may be quickly closed.

7. Use exhaust ventilation when welding or cutting in enclosed spaces. Use a gas monitor to confirm safe atmospheres. Do not place cylinders into confined spaces.

8. To prevent fires from flames, sparks and molten metal, remove combustible materials at least 35 feet around the work area. Cylinders shall be kept far enough away from hot work so that sparks, slag or flame will not reach them. Use fire-resistant shields (plywood) as needed.

9. Close all valves on cylinders when storing and/or transporting in vehicles. For long-term storage in buildings, close all valves, remove regulators and secure valve caps. Before a regulator is removed, close the cylinder valve and release the gas from the regulator.

10. Cylinders shall be used, stored or transported in an upright and secured so they cannot fall over and/or fall out of the truck. Valves of empty cylinders shall be closed, and cylinders marked "Empty" and properly stored.

11. Cylinders shall never be transported by a forklift unless in a secured and approved transportation apparatus.

12. Separate acetylene and oxygen cylinders stored in buildings by 20 feet or a 2-hour fire wall.

13. Shield welding work from others to prevent eye damage.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 27 of 29

APPENDIX

COVID-19 / CORONAVIRUS

As a new virus, Coronavirus, also known as COVID-19, response and precautions have been rapidly changing. Below are some general guidelines that were true when this handbook was published in Spring of 2021. Please look t.o your District contact for up to date information as some of this below may have

changed.

1. Follow all applicable federal, state, local and CCWD guidelines regarding COVID-19.

2. Implement a written COVID-19 Prevention Program per CCR, Title 8, Sec. 3205.

3. Complete a daily self-assessment of potential COVID-19 symptoms and exposure prior to arriving at a District facility or jobsite when planning to be onsite for 15 minutes or longer. Confimartion of the self-assessment will be sent daily to the visitor's District contact

4. Stay home if you are sick.

5. Practice good hand hygiene. Wash your hands frequently for at least 20 seconds each time (or use

hand sanitizer).

6. Maintain at least six feet of separation from other people who are not in your household.

7. Avoid touching shared surfaces. If touching is necessary, clean surfaces before and after use.

8. Wear a face covering when within six feet of others, when interacting with the public regardless of distance, or when in a shared space regardless if anyone else is present at the time.

9. Cough or sneeze into a tissue or your sleeve (not into your hands).

10. Conduct safety meetings by phone or virtually if possible.

11. Limit access to facilities, job site and/or work trailers to only those necessary for the work.

12. Upon discovery, immediately disclose to the District any contractor/subcontractor personnel who have tested positive for COVID-19 that have visited a District construction site or facility.

13. If requested, immediately provide any information that could inform the District's contact tracing.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 28 of 29

FIRE SAFETY

1. Ensure good housekeeping is maintained, keeping work areas clean and free of debris.

2. Store flammable materials in approved safety cans and/or cabinets. Keep large amounts (more than 10 gallons of flammable liquid) in a flammable liquids cabinet.

a. Keep smoking, flames/sparks, and other ignition sources at least 35 feet away from areas where flammable fuel is dispensed.

b. To prevent the buildup of static electricity and prevent sparks from causing a fire, bond dispensing and receiving containers together before dispensing flammable liquid. Additionally, ensure the dispensing container is grounded.

c. Report all fires.

3. Operate and maintain all electrical circuits so they do not become overloaded.

4. Keep fire exits and escape routes clear.

5. Know the evacuation routes from your work area.

6. Know where alarm boxes are located.

7. Maintain a fire watch when open flames, sparks, or smoke are present. Keep a fire extinguisher available when welding/cutting/brazing, grinding or conducting other hot work.

Wildfire Prevention: Maintain a fire watch for at least 30 minutes after hot work or weed abatement activities are completed at areas with a high wildfire risk. A fire pump-equipped pickup truck or water truck must be in operation for fire watch duty. At wildfire-prone areas, and when temperatures exceed 80 degrees Fahrenheit, relative humidity is below 30% and sustained winds exceed 10 miles per hour, contact CAL FIRE in Morgan Hill (408) 779-2121 for permission to conduct hot work. Hot work at the Los Vaqueros Watershed must be approved by the District's Watershed management.

Structural Fire Prevention: Obtain a hot work permit from the District Contract Administrator before performing hot work at CCWD facilities. At CCWD facilities (office buildings/areas, pump stations/plants, and treatment plants), maintain a fire watch for 30 minutes after hot work is completed under a permit.

Employees performing welding activities and fire watch duties shall wear 100% cotton clothing or flame-resistant clothing, and have completed fire suppression training within the last 12 months.

(See also Welding, Cutting and Other Hot Work section for related requirements).

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 16 of 29

HEAT ILLNESS PREVENTION

1. Water must be located as close as practicable to the areas where employees are working at all times.

2. Employees are encouraged to take a preventative cool-down rest in the shade when they feel the need to do so to protect themselves from overheating or experiencing heat illness.

3. Shade shall be present when the temperature exceeds 80 degrees Fahrenheit. Shade should be less than a 5-minute walk from the work area.

4. Employees shall be closely monitored during a heat wave (any day in which the predicted high temperature for the day will be at least 80 degrees Fahrenheit and at least ten degrees higher than the average high daily temperature in the preceding five days), especially if they have been away from the heat for a week or more or are newly assigned to a high-heat area. Newly assigned employees shall be monitored for 14 days.

5. High heat procedures shall be implemented when the temperature equals or exceeds 95 degrees Fahrenheit. This includes:

a. Daily heat alerts to employees

b. Ensuring effective communication between employees and supervisors

c. Observing/checking with employees for alertness and signs/symptoms of heat illness.

d. When forecasted temperatures exceed 105 degrees Fahrenheit, supervisors must schedule strenuous work activities during cooler times of the day, except for emergency job tasks that are necessary to be completed to avoid major servi.ce disruptions or impacts to public safety.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 17 of 29

HIGH HAZARD JOB TASKS Pre-task plans and tailgate meetings are required to be conducted just prior to all high hazard job tasks, in accordance with O&M SOP High Hazard Work. Completed High Hazard Work Plans shall be submitted to the Manager of Health & Safety. High Hazard job tasks include:

High Hazard Task Work Planning Form Required Permit-required confined space entry Confined space permit Maintenance tasks requiring lockout/tagout Energy Control Procedure (ECP) Line breaking tasks - Opening of equipment that may carry flammable, High hazard work plan corrosive, or toxic material, or an inert gas or any fluid, including water, at a volume, pressure, or temperature capable of causing serious injury Neutralizing large amounts of spilled corrosive substances at plant High hazard work plan process areas Work requiring the use of cartridge respirators or self-contained High hazard work plan or SCBA breathing apparatus form Use of mobile cranes with persons (other than the crane operator) on High hazard work plan foot and in the immediate area of operation High-voltage electrical work above 480 Volts or work on exposed live High hazard work plan, or parts of low voltage (50 - 480) energized electrical permit Work using a personal fall arrest system High hazard work plan Excavating with heavy equipment or working in an excavation deeper Excavation pre-task plan than 4 feet Work in public roadways with the speed limits of 30 MPH or more and Excavation pre-task plan, or when traffic control measures are needed for a time period of more than high hazard work plan 15 minutes Scaffold erection High hazard work plan Hot work (welding, cutting, or grinding outside of maintenance shops) Hot work permit Chainsaw operations to remove a branch or tree greater than 8 inches in High hazard work plan, or tree diameter removal form Work over water at night High hazard work plan Any other job task determined as highly hazardous by the lead person or High hazard work plan the supervisor in charge

1. The tailgate meeting must cover hazards expected throughout the job task, measures to protect against those hazards, and emergency response planning.

2. Use available safety checklists for the job task (e.g., confined space entry permit), and complete during the meeting.

3. All employees involved in the high hazard job task must attend the meeting. Meeting information must be documented. See the table above for the appropriate form for documentation.

4. Before working on high hazard activities that are non-routine and not covered under an existing SOP, complete a High Hazard Work Plan as per the O&M SOP. The High Hazard Work Plan must be approved by a supervisor and the Manager of Health & Safety.

5. Staff shall delineate the work zone using cones, barricades, caution tape, or equivalent warning devices.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 18 of 29

LADDER SAFETY

1. Select the right ladder for the job.

a. The ladder shall be tall enough so that you can safely reach the required objects, and must be on solid footing on the ground or a solid foundation. Do not put the ladder on some other object to reach the required height.

b. The ladder shall be made of a material that is appropriate for the work to be performed. Do not use metal (electrically conductive) ladders when working around or with electrical

equipment.

2. Use ladders for only their intended purpose, i.e., climbing up and down.

3. Always face the ladder when ascending or descending, holding on with both hands.

4. Step Ladders

a. Make sure the spreaders are locked open before climbing.

b. Do not climb above second rung from the top.

5. Straight/Extension Ladders

a. Ensure that the ladder extends at least 3 feet above the elevated surface to which you are

climbing.

b. Secure the ladder at the top to hold it in place. Have a second person hold the ladder in place when ascending or descending until the ladder is secured. The person climbing the ladder and the person holding the ladder shall wear hard hats when an overhead hazard is

present.

c. Keep at or below the third rung from the top on a straight ladder.

6. Fixed Ladders - Use a ladder climbing safety device (LAD-SAF®) when climbing fixed tank ladders

that have the device installed.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 19 of 29

LOCKOUT, BLOCKOUT AND TAGOUT

Follow the District's Energy Control Procedures, which include these lockout, blackout and tagout procedures during all confined space entries and all construction and maintenance activities on machinery or equipment where a hazardous release of energy is possible including electrical, mechanical, chemical, hydraulic, pneumatic and potential.

1. Notify all affected personnel (including operators of machinery, equipment and facilities) during a hazard analysis tailgate meeting before the activity.

2. Follow the District's Energy Control Procedures (ECP) for the specific District equipment/systems. Coordinate with District staff to identify all hazardous energy sources, their energy isolation devices (e.g., circuit breakers, valves, etc.), control circuit-type devices (e.g., push buttons, selector switches, etc.), block-out points, drain/bleed points and energy indicator devices (e.g., gauges, panel lights). Review and suggest changes to ECPs where needed to ensure proper lockout, blackout and tagout prior to work.

3. Shut down. All operating controls shall be turned off or returned to the neutral position (depress stop button, open switch, close valve, etc.). Deactivate the energy isolation device so that the machine or equipment is isolated from the energy source. Disable motor-operated valves.

4. Lock out. A locking device shall be placed on each energy-isolating device or project lock box to isolate each energy source. Each employee who could be potentially injured by unexpected energy release shall place their own uniquely keyed lock and tag at each isolation point, or at the lock box.

5. Tag out. Do not use tags alone on energy isolation points unless the isolation point is not lockable. The tag must be attached using a zip tie (or equivalent) and have the following information: name, "Danger- Do Not Operate" (or equivalent wording), date, and contact information.

Machines or equipment not equipped with lockable controls shall be disconnected from their sources of power to prevent inadvertent movement or release of hazardous energy. Tag equipment controls. Implement additional safety measures such as the removal of an isolating circuit element, blocking of a controlling switch, opening of an extra disconnecting device, or the removal of a valve handle to reduce the risk of inadvertent energization.

6. Drain, bleed, and purge any stored energy. Coordinate with District staff to ensure stored or residual energy (such as capacitors, springs, elevated machine members, rotating flywheels, hydraulic systems, pressurized air, gas or water systems, chemicals, etc.) are dissipated by methods like grounding, bleeding down, flushing, etc. If necessary, moveable parts shall be mechanically blocked to prevent inadvertent movement.

Prior to opening a chemical system, depressurize and drain as completely as possible, thoroughly wash, flush, purge and vent (if safe). Some toxic gases may not be safely vented. For more specific guidance, follow the District's O&M Line Breaking Procedure, which requires use of SCBAs when opening aqueous ammonia, ozone or chlorine systems.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 20 of 29

7. Verify lockout. First, check that no personnel are exposed, then test and verify isolation of equipment by operating the push buttons, switches or other normal operating controls to make certain the equipment is not energized (voltage tester). Visually inspect to ensure the equipment will not otherwise operate. Return operating controls to neutral or "off" position after verification.

8. Exceptions to the lockout and tagout procedures must be approved by the District and may include the following: electrical troubleshooting performed by qualified electricians and hot tapping of water pipelines.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 21 of 29

WORK AT LOS VAQUEROS WATERSHED

1. All contractors, consultants, and CCWD employees must sign-in and sign-out when entering and leaving the Los Vaqueros Watershed or its associated Conservation Properties for safety and security. Sign-in and sign-out will be done at the Watershed Office (100 Walnut Boulevard, Brentwood), or by phone (925-240-2360).

2. Keys for gate access and vehicle tags must be picked up at and returned to the Watershed Office. Vehicle tags must be displayed for identification. Travel only on routes approved by Watershed Resources Staff. Return gates and locks to the configuration they were found.

3. All work outside of normal business hours must be coordinated with Watershed Resources Staff.

4. All work conducted at the Los Vaqueros Watershed and its associated Conservation Properties must be done in accordance with the Los Vaqueros Watershed Programmatic Biological Opinion and its associated permits, unless otherwise noted.

5. All contractors, consultants, and CCWD employees must receive a Sensitive Species Training prior to conducting work at the Los Vaqueros Watershed and its associated Conservation Properties. Depending on the type of work to be conducted, a biological construction monitor may be

required.

6. Be advised, rain events stop most types of work and travel throughout the Los Vaqueros Watershed and its associated Conservation Properties from occurring. If a rain event occurs or is predicted to occur, consult with Watershed Resources Staff.

7. Wildfire safety: All contractors, consultants, and CCWD employees are required to follow the Cal Fire Operational Guide for Use of Equipment in Grass, Brush or Forest Covered Areas:

a. Do not drive, park, or idle over dry grass or brush.

b. All equipment must be inspected for defects and include a spark arrestor.

c. Each piece of equipment will carry the following tools: 1 (one) round point shovel not less than 46 inches long, and 1 (one} 5-gallon water-type fire extinguisher.

d. Mowing operations should be completed by 10 AM.

e. No operations shall occur within 24 hours of a predicted Red Flag event as determined by the National Weather Service.

f. Prior to commencement of any operations, a weather sampling will be conducted at the site. Additional weather sampling will be conducted every 2 hours thereafter until completion of the operation. If the ambient temperature reaches 80 degrees Fahrenheit at any time during the operation. weather samplings must be taken hourly. In the event the following readings are noted. OPERATIONS WILL CEASE IMMEDIATELY: The relative humidity is at or below 30%. or sustained wind speeds reach 10 MPH or higher.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 22 of 29

PERSONAL PROTECTIVE EQUIPMENT

Head

1. Hard hats are to be worn at all times when any of the following conditions are present:

a. At work sites where construction and maintenance activities are conducted.

b. When working on a public street, or walking on paths for construction vehicle traffic.

c. When climbing ladders.

d. Vertically entering/exiting confined spaces.

e. At treatment plant process areas.

f. At pump stations/plants.

2. When possible, wear hard hats for sun protection.

3. Delineate the work zone requiring hard hats using signs, cones, barricades, caution tape, or equivalent warning devices.

4. Hard hats need not be worn in office environments with no overhead hazards.

Eye/Face

1. Wear the appropriate eye and face protection when you are engaged in metalworking activities, welding and cutting, using powered tools or otherwise exposed to flying particles/objects, injurious light rays, liquid chemicals, or hazardous gases.

2. Eye/face protection is required to be worn at treatment plants (except offices), pump stations/plants, laboratories, maintenance shops, and all areas where there are unshielded pressurized hazardous chemical lines or when hazardous chemicals are being used.

3. Full-face splash shields with safety glasses worn underneath, chemical splash goggles, or full-face respirators are required to be worn in the immediate areas (within 6 feet or inside secondary containment areas) where corrosive chemicals are off-loaded, handled, or leaking from process lines, or where corrosive chemical line breaking activities are conducted.

4. Eye/face protection is required in the immediate areas were construction and maintenance activities are being performed.

Hand and Arm

Wear appropriate protective gloves when you may be exposed to abrasions, hazardous substances, burns, cuts, punctures, live electricity, or other hazards. When welding, wear protective leather gauntlet gloves

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 23 of 29

or leather gloves and sleeves. Appropriate chemical resistant nitrite, latex or rubber gloves, and chemical resistant coveralls must be worn when approaching connected bulk chemical delivery hoses.

Foot

Wear safety shoes/boots that comply with ASTM F2413-05 M 1/75 C/75 Standard when exposed to the risk of foot injuries from hot material, corrosive substances, falling objects, and crushing or penetrating activities.

Body and Leg

1. Wear chemical-resistant suits, coveralls or aprons, when working with bulk chemicals or performing line-breaking operations where chemical exposure to the torso is possible.

2. Wear approved personal floatation devices (PFDs) to control drowning hazards when inside the canal liner fence, near or over areas where water depths may exceed 4 feet, or in areas where indicated by posted signs.

PFDs do not need to be worn when other protective measures are in place, such as:

a. Keeping a horizontal distance of more than 6 feet from the drowning hazard.

b. Using fall prevention equipment system (anchor point, harness and connection device) that effectively prevents a fall into the water.

c. Working behind a proper guardrail or equivalent barrier that is at least 42 inches high.

3. When exposed to traffic, all employees must wear high visibility shirt or vest rated at least Class 2 by ANSI/IS EA 107-2015. During hours of darkness and/or on roads with a speed limit of 45 MPH or above, wear shirts or jackets with rated Class 3 by ANSI/ISEA 107-2015. Wear flame-resistant (FR) high visibility apparel for hot work activities on roads.

4. Wear long pants on all construction project sites. Synthetic fabrics shall not be worn during hot work (welding, cutting) and fire watch activities.

5. Wear leg protection (chaps) when operating chainsaws (excluding pole saws or when climbing trees).

6. Wear leg protection (snake chaps) when working in snake-prone areas.

Hearing

Wear hearing protection when near the operation of the following equipment: pneumatic tools, concrete saws, mowers, weed eaters, leaf blowers, chainsaws, pavement router, cement grinders, welding/cutting equipment, as well as other equipment where one must shout to be heard.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 24 of 29

POWERED TOOLS AND EQUIPMENT

All employees shall follow these power tool/equipment safety rules:

1. Use manufacturer-recommended safety devices, guards, and shields on powered equipment.

2. Do not disengage safety devices and guards unless equipment is disabled so that it cannot unexpectedly energize. Exception: A chainsaw's bar nose guard may be removed for certain situations as allowed by the manufacturer's instruction manual.

3. For non-cord and plug-type equipment: isolate, lock and tag out hazardous energy sources (electrical disconnects and valves) before performing service and maintenance. (See Lock and Tag section).

4. Effectively ground all cord-connected, electrically-powered tools and equipment, or use double­insulated type tools.

5, Use grounded electric-powered tools and ground-fault circuit interrupters (GFCls) during all construction and maintenance activities.

6. Use a fall arrest system (lanyard and harness) when using an aerial boom lift.

7. Secure all compressed gas cylinders during transport, use, or storage to prevent them from toppling over. Place valve protection devices on all stored cylinders.

8. Grinders:

a. Inspect grinding wheels for cracks or damage before use. Ensure guards are in place. For bench/floor grinders, ensure that the tongue guard is within 1/4" of the wheel, and the tool rest is within 1/8" of the wheel.

b. Before using a new grinding wheel, make sure the manufacturer's recommended speed, as posted on the wheel, is compatible with your grinder. Perform a "ring" test to ensure the integrity of the wheel.

c. Don't stand directly in front of a grinding wheel whenever a grinder is started.

d. Don't grind material for which the wheel is not designed.

e. Don't force grinding so that motor slows noticeably.

9. Use water other appropriate controls to prevent silica dust from becoming airborne when generating dust from concert, stone, or other silica-containing material. This includes sawing, demoing, crushing, etc.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 25 of 29

SOLITARY WORK

Contractors shall not work alone under the following work conditions:

1. Chemicals/ Hazardous Materials:

a. Line breaking activities at treatment plants involving toxic or corrosive substances b. Work with open batteries {splash hazard)

2. Confined Space: Permit-required confined space entries

3. Electrical: High-voltage{> 480 Volts) electrical work

4. Equipment and Tools:

a. Operation of lattice or boom truck crane b. Chainsaw operation used for tree work

5. Excavation/ Street Work:

a. Work in excavations more than 4 feet deep b. Excavation work when flagging is required (minimum of 4 persons) c. Work in public roadways with speed limits of 30 MPH or more and when traffic control

measures are needed for an anticipated time period of more than 15 minutes

6. Fall Protection:

a. Use of personal fall arrest system (not including ladder climbing devices, e.g. Lad-Saf) b. Work using an extension ladder when the ladder is not secured

7. Respiratory Protection: Potentially hazardous atmospheres where self-contained breathing apparatus is required (a minimum of four persons required)

8. Water/ Drowning:

a. Repair of the canal liner fence, or other work occurring on the inside of the liner fence b. Work during hours of darkness near or over water (when personal floatation devices are

required) c. When launching or retrieving a boat from a boat ramp

9. Welding: Hot work occurring outside of a maintenance shop (fire watch needed when welding, cutting, or grinding outside of maintenance shop)

10. Workplace Violence: Threat received regarding customer turn-off or any other threat

11. Work at the following facilities and locations, regardless of the type of work:

a. Mallard Pump Station {PS) - Hourly safety checks shall be conducted by Control b. Los Meda nos Wasteway c. Canal laterals

12. Other work tasks or work locations may also be determined to require two people by the supervisor, superintendent, manager, or Manager of Health & Safety on a case-by-case basis.

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 26 of 29

CONTRA COSTA WATER DISTRICT CONTRACTOR/CONSULTANT SAFE PRACTICES HANDBOOK

Fiscal Year 2022

Sign and return this page to the Contract Administrator

I have read and understood the Contractor/Consultant Safe Practices Handbook and I understand it is my responsibility to ensure that every employee from my company and each employee of subcontractors and sub-consultants working at or on Contra Costa Water District facilities has been briefed on the requirements contained in this handbook and has received a copy of the handbook.

Print Name Company Name

Position

Signature Date

Contractor/Consultant Safe Practices Handbook, Fiscal Year 2022 - Page 29 of 29