Loading...
HomeMy WebLinkAboutMINUTES - 10111977 - Remodel Hosp Ward J and I "J" AND "I" WARDS REMODELING, Contra Costa Hospital - Malpass Construction Company, Completed October 11, `1977 STORED: REEL4,2��57 INDEX MP .# BOX # I I i 146' 81 QC-1` 41977 WHEN. RECORDED. RETURN BOOM8549 :pkq TO CLERK; 1�.;r -)r I 1;�r, .A m n_ r,i, , : rn: r►;.._ .BOARD 1.OF .SUPERVISORS Co tra Costa County Record:, at J. R. OLSSOa, County 1?ccorder . Tee S Official ' BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIrORIIIA In the Flatter. of Accepting and Giving RESOLUTIO ; Or ACCE TI_:tTCE Notice of Completion of Contract with and TiO 'ICE OF CO :I'LLTIO�i Malpass Construction Company., Pleasant Hill (C. C. 3§;086, 3C93) '(4419-4161 ) RESCLU T IO:; N . _77/829 The Board of Supervisors of Contra Costa County I:ESOLV33S TIM: TheCounty of Contra Costa on February 9, 1977 contracted frith a i 94523 flame and Address of Contractor for construction of "J" and "I" Wards _remodeling for Contra Costa County Hospital , ; 2500 Alhambra Avenue, Martinez, CA 94553. vtith American Fidelity Fire Insurance Co. of New York as surety, ; 3tame of Bonding Company - - _ fo-_ work to be performed on the Grounds of the Co-imty; and The Public: dor-.s Director reports that said work has been inspected and complies with the au_nroved plans, special provisions, and standard_ specifications, and recommends its acceptance as coniplete as of October 11 , 1977 i Therefore , said work is accented as completed on said date, and the Clerk shall file with the Couity Recorder a copy or this Resolution ' and Notic-�: as a- Notice. of Completion for said contract. A time extension of 91 da s i s ranted to allow -for delays s i n delivery of manufactured items.. • - -- y g y y • c PASSED AND AIMPTED ON October-11 , 1977 CERTIFICATION and VERIFICATION I certify that the foregoing is a true and correct copy of a resolu-- tion and acc`atance duly adopted and entered on the minutes of Board' s meeting on the above date. I declare under penalty of l perjury that the foregoing is true and correct. . Dated: + o a J. R. OLSS02:, County Clerk & at Martinez, `rifornl.a e�_ officio Clerk of the Board By cc: ReCorcl Xltl ra r1urn Contractor Auditor. RT:SOLUTIOU 1110 . "17/829 END OF DOCUMENT ' Sunday, September 11, 1377 Centra Costa Times---Page 15 Electronic Device In J-Ward Fails' Lesher News Bureau MARTINEZ--The critical component of the stroke detection system which was holding up completion of the J-Ward security system at County Hospital has been installed. It doesn't work. Lew Pascalli, Mental Health administrator said Friday, that a test of the system revealed that while doors at the facility for the mentally disturbed could be locked automatically,they couldn't be unlocked. He described it as a "malfunction of the system." Pascalli said the county Public Works Department will now contact the contractor of the project again, Malpass Construction of Pleasant Hill. The contract was awarded last March. But work was held up because the company that made the special door-opening electronic device in the smoke' detector was on strike. The county had decided to put locks on the doors at J-Ward because of the many complaints over the patients wandering through neighborhoods. The city of Martinez had threatened to"sue the > county if the problem of J-Ward walkaways,was not remedied. Sunday, September 11, 1977 Contra Costa Times—Page 15 Electronic Device In J-W. , Fails' Lesher News Bureau MARTINEZ—The critical component of the smoke detection system which was holding up completion of the J-Ward security system at County Hospital has been installed. It doesn't work. Lew Pascalli, Mental Health administrator said Friday, that a test of the system revealed thatwhile -doors at the facility for the mentally disturbed could be locked automatically,they couldn't be unlocked. He described it as a "malfunction of the system." Pascalli said the county Public Works Department will now contact the contractor of the project again, Malpass Construction of PIeasant Hill. The contract was awarded last March. But work was held up because the company that`.made the special door-opening electronic device in the smoke detector was on strike. The county had decided to put locks on the doors at J-Ward because of the many complaints over the patients wandering through neighborhoods. The city of Martinez had threatened to sue the county if the problem of J-Ward walkaways was not remedied. • In the Board of Supervisors of Contra Costa County, State of California May 3 , 19 77 In the Matter of Approving Inspection Services Contracts with Laurel Rodrick Cameron for Various Projects. The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Laurel Rodrick Cameron, 751 Valita Drive, San Leandro, for contract documents review and construction inspection services for the following projects, which are effective May 2, 1977: Community Park No. 1 , Alamo Area, County Service Area R-7, Work Order No. 5486-927; Stone• Valley School Neighborhood Park, County Service Area R-7, Alamo Area, Work Order No. 5464-927; Veterans' Memorial Hall Remodel , 401 Hartz Avenue, Danville, Work Order No. 5480-927; Women's Minimum Security, Work/Education Furlough Center, 847 Brookside Drive, Richmond, Budget Line Item No. 1003-097-7711-608; Motor Pool Garage Fuel Station - Additional Fuel Tanks, 1215 MainStreet; Martinez, Budget Line Item No. 1003-119-7712-608; Fire Safety Alterations, Main Jail , Pine Street, Martinez, Budget Line Item No. 1120-097-7710-709; J & I Wards Remodel , County Hospital , 2500 Alhambra Avenue, Martinez, Budget Line Item No. 1003-108-7710- 739; North Wing Remodel , Planning Department, Administration Building, 651 Pine Street, Martinez, Budget Line Item No. 1003-086-7710-830; and George Miller Jr., Memorial - West Therapeutic Swimming Pool , 2801 Robert Miller Drive, Richmond, Budget Line Item No. 1003-108-7712-845. PASSED by the Board on May 3, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: Public Works Department affixed this(_ day of_ May 19 77 Agenda Clerk Building -Projects County Administrator J. R: OLSSON, Clerk County Auditor-Controller By �� / 4�-0 , Deputy Clerk Inspector Cameron N-POUS H -24 3/76 15m i "i'}iACT Special. i`r►;; •an ;-Ad,-aini.;trat1ve :Services Cc�n:_trircL : c�:� :;t�i�4rvic,ic�n Y: Ill:;r)F_Ct•ion L >nec:i.ri Ca:,::i �;i:, . These :;pecial condi ions are incorporated below by reference; a) Public AL;ency :_..&2ntra Costa County b) Inspector' s Name & Addve:;S : Laurel Rodrick Cameron, a 11 ta Drive, San Leandro, California 94577 c) Effective Daae__ May 2, 1977 d) Project ' s ;•chine and Location : d & I Wards Remodel , County Hospital , 2500 Alhambra_Aye. , Martinez, Budget Line Item No. 1003-108-7/10-739 e) 003- 0 - - e) Hate of Compensation: $13.00 per hour 2. Signatures . These signatures attest. the parties ' agreement hereto. PUBLIC AG" C Co ra Costa County INSPI.CTOR By 1 _. ,public Works Dir for Laurel Rodri Ca 3. Parties . Effective on the above date, the above-named Public Agency (owner) and the above-named Inspector mutually agree and promise as follows : 4. Gene:al Qualifications t Conditions . Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and com petent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and con- struction supervision of construction projects . This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Tern. The duration of this contract is the duration of this construction project , but either party may terminate it by giving 30 days advance written notice to the other. 6. General Dutiez & Instructions . The Inspector's construction supervision and Inspection services include the following general duties and instructions : a. Status Ft Relationship with Public A`,ency and Architect. His independent cont.'act relationship with the Public Agency parallels that which exists betwaen the Public Agency and �hL Architect ; but he is sub- ordinate to the Architect $ because the Architect is responsible for the desiSn of the prosect and for general supervision of its construction pursuant to the Public Agency-Architect agreement . Form Approved by County Counsel 1-77 Microrilmect with board order -.� 1,. ::1:::Lu: �. i► :), L.tc,:�: ;,1 :� �. i ..i; C:1:It z,:! •Lc.,:•. :.hall rtaint•ain a i rI vDil`."Led trot unaE•r::L�� III ; i•r. i;,t ;;,�•, ;;S t h ;,l, rkmcri on Lho job SUP, h:; :,l,:cll conduct' a, tl,.. c0,ttX&'I •tUV' ,. joh superir,Lc:nd a t and Slr:%l.l not :c::.:;,...• • i:ont:i ..•Lcrr':- ' • ,.,,c: :•� duti.c .,, and he shall ncL Live instruct] ori.- dil ocU 4• t.0 the e;:,pluyee(s) or suLcarliractor(s) ; anu lie :;hall 11,,7;wdlately :dvl.:e the Architect of any case where the Public Agency give: instructions to the Contractor's employees. e. Public Alr�enc -Contractor Cuorci,l ration. He shall effectively maintain close coordintation Of Lbo Contractoz•'s viork, and the owner's { requirements by frequent, regular ccnferonces or othez• :;uitLblc- means, especially where projects involve alterations or mudificationt.; of or ' additions to an exi:stinI& functioning faciliL;;, :•rhich ii ;t be inaintaingd as an operating unit during co uluct of construction work and therefore require special alertness to jot, conditions which r;i�cy afi'ect such con- tinuing operations. IIe shall coordinate necessary interruptions of ,formal owner activities with the Public Agency rend General Contractor ,eforehand. d. Familiarity with Contrcct-. lie shall became thoroughly 'amiliar with all contract documents including :;pecifications, draw- .ngs and addenda; and lie ;hall Supervise and check the adequacy and .dcuracy► of required ",:s built" drawingu prepared by the Contractor's aiployees (see also 7-a, below) . e. Personal Prenence & OLserv::tion. lie :;ball be personally present •henever work is being purforme:u (even on ovcrtimu, night , holiday or eekend basis when so directed) , and shall attend taeetings called by he Public Agency, , Contractor or Arcr,itect; and lie shall make direct ersonal observations of work being performed by the General Contractor nd subcontractor(s) for certification to Public Agency-Owner that such ork is being performed in a skillful manner and in accordance with the equirements of the contract documents. f. Advice & Surgest•ions. lie shall advise Public Agency on all instruction natters, such as suggc.,,ting change orders or reviewing con- ::ruction schedules; he shall evaluate suggestions or modifications which .ive been Trade to accommodate on-tl:c-job problems, and report them with commendations to the Architect; and he shall review and make reeom- 3ndations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed 1• the Public Agency, lie sliall perfor:;, in-depth review of the contract' icuments before construction *begins , and make appropriate recommendations iereon to the Public Agency. Special Duties & Instructions. The inspector' s duties specially ncerning the progress of -the work include the following: a. General Records & Files. He shall maintain a file of, and be ; are of the contents or# the local, State , Federal , NFDU, NEPA, etc. , -des, regulations, directives, requirements, etc. , which are pertinent this project, and are provided by the Public Agency; and he shall Antain a complete file of all drawings, specifications, contracts, , ,ange orders, directives, etc. , which determine work, to be done by the retractor (see also 6-d, above) . - -2- b . Diary and Ii,! .7,h:z.11 rnainLaln a bound daily diary, noting therein job problems , co:ffer•ences and reniar'e:; ; and he shall submit all reports deemed rie-c,,:;Sary by State and Federal agencies , Architect and Public Agency, t-:h: ch shall be timely and in sufficient detail to satisfy the purpose of the report . C . Material Records . He shall maintain records of materials and/or equipment delivered atthe site , shoring manufacturers ' names , catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict- compliance with the plans, shop drawings and/or specifications , or are approved by the Architect . He shall certify to Public Agency that all materials used in construction `l "' are as specified in contract documents ; and , on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees , certificates ,. maintgnance manuals, operating instructions , keying schedules, catalog numbers, vendors addresses and telephone contacts , etc . , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency . 8. Pay for Services & Reimbursement for Expenses . a. Public Agency shall pay Inspector for these services , at the above rate, for semi-monthly pay periods off' the lst through the 15th and 16th through the last day of the month . Payment will be made on the 10th of the month or on the 25th of the month following the - pay period •i£ a demand billing is received by the County Public Workd Depart- ment on the last County working day of the period. b . Mileage authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs . - 9 . Insurance . Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles , with a minimum combined single limit coverage of $500,000 for all damages due 'to bodily injury, sickness or disease , or death to any person, •and damage to property. including the loss of use thereof, arising out of each accident or occur- rence . Inspector shall furnish evidence of such coverage , naming Public Agency, its officers and employees as additional insureds , and requiring 30 days ' written notice of policy lapse or cancellation. 10 . Enforcement and Interoretation of Contract. The- Public Agency's , agent for enforcing and interpreting this Contract is the County 's Public Works Director or a deputy . 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. Form prepared by County Counsel 's Office (CC-61 : :10/76) -3 Page 38 Contra Costa Times Thursday, Jane 27, 1.977 Locks for Mental Wards at Hospital Lesher News Bureau walkaways from the two MARTINEZ — Locks wards. over which Martinez city Lee Walton, Martinez officials and hospital ad- city manager, said calls ministrators have been have been received.in the haggling for several years middle of the night'from will be installed within two frightened Martinez resi- weeks at County Hospital. dents who have spottbd County supervisors ac- fleeing patients. cepted the low bid of$18,200 He said that a walkaway from the Malpass Construc- tion Company of Pleasant came to his porch recently Hill for the construction in and asked to use a tele- the mental health wards. phone. A few.months ago, The locks on the doors he added, a walkaway was will be coordinated with the discovered in a child's bed- smoke detection systema In room in a neighbor's home. case of fire,the doors auto- Dr. Charles Pollack, matically..unlock. Fire county mental health direc doors will also be installed. tor, has said it is not good For years Martinez city for patients to be physically officials have been request- locked up. i ing that the two mental health wards be locked up. Since 1969, the Martinez Police Department has kept a log of walkaways from the two facilities. In the past-seven days there have been total of 13 Ji tlili'- 1J:iil .D OF COI1111AA COSTA. GoUicT:', STAT.: Ute CALIP0,11111A In the ?latter of Ai-jarring Contract ) for "J & I" Wards Remodeling at the.Contra ) January- 25, 1977 Costa 'County Hospital , •Martinez.. . ) 1003-108-771.0-739). �� ) B3 dc),;r Total Amount Bond Iimotu-t— Malpass Construction Co. , Inc. $18,200.00 Labor & Bats. 9,100.00 503,Waterberry Drive (Base- Bi'd Plus Faith. Perf. . 18,200.00 Pleasant Hill , California Alternate #1)• Vitton Construction Co. - Castro Valley, California Elmer A. Lundgren • • Walnut Creek, California - ' Sal Cola Construction Co. Martinez, California Kfrkham, Chaon & Kirkham, Inc. . Walnut Creek, California • Tho' above-captioned project and the specifications tberefor being approved, bids being duly invited and received, the Public 1,orkrs Director .reco_�*mendin; that' the bid listed first .above- 'is the lowest responsible bid and this Board concurring and so finding; IT IS OED3Rh► that the contract f'or the furnishinl; of labor zed materials for said work is awarded to said first listed bidder: at the listed amou:,t and at the unit prices su i-nitted in said bid; and that said contractor shall present two good and sufficient surety kends as - indicated- above.; and' that the-'?ublic Works Departirlen_LO shall prepare the contract-therefor.. 'IT IS Ft7IiTHEZ O113DI tiED "that, after the contractor has signed the contract and returned it to ethcr with bonds as noted abovo and any required certificates of insurance, and the County-- Counsel has review-:rd - and cpproved them as to fora, the Public Works Director is authorized to sign the contract Sbr this Board, IT IS FMOIeR ORDERED that, upon signature. of the contract by. the Public Works Director, the bonds .posted by the other bidders are to be ex operated and any checks submitted for .security shall 1�.e returned. PASSED by the Board on January 25.• •1 X77 • CEI11FI :D COPY • I ecrlifr fleet this !. a tali, frac & rorrert on)- of — --- the orional tlurutarm a l►irit 1.1 nit flit! in tot• office. and thaL Jt wets.1t.te:rt•d d2 :ttluptrtl lay 1110 111%.L•d of Stilimb�"r:t of Cuutrt Oaaa County, Cr-tliornlat, on tate date nhoa•n. ,t7'1 E:M: J. I;. ftl�::U�. L'aaunty Clt:ri: ex•ufiIrlo Cla•s1.of meld Board of::tti.rr►J3ora. cc: Pub13 c 1-:orks Diro ctor by Jtvlsttty Clerk- - County counnal Q?y _ an JAN 2:•5 1977 County Auditor Contractor Forin 9.1 11 6-7f; r r� i CONTRACT f 0 (Construction Agreement) (Contra Costa County Standard Form) 1. SPECIAL TER11S. These special terms are incorporated below by reference. (§§2,3) Parties [Public Agency] Contra Costa County Malpass Construction Co. , Inc. [Contractor] 503 Waterberry Drive. Pleasant Hill . CA, 94523 -[Complete legal name (92) Effective Date: February 9. 1977 [See 54 for starting date.] (§3) The .Work: Construction of "J & I" Wards Remodeling for Contra Costa County Hospital at 2500 Alhambra Avenue, Martinez, California, Budget Line Item No. 1003- 108-7710-739, Base Bid and Alternate No. 1 , all in accordance with the plans and specifica- tions and drawings or general conditions prepared by or for the Public Works Director, and in accordance with accepted bid proposal . (94) Completion Time: [strike out (a) or (b) and "calendar" or "working"] WxxMx4c (OXXXxxxxxxxxxxxxxxxx (b) Within--i20_calendar/)(MXk3�Xi)g days from starting date. (0) Liquidated Damages: $ 25.00 per calendar day. (§6) Public Agency's Agent: Public Works Director (§7) Contract Price: $18,200 00 (for unit price contracts: more or less, accordance with finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] 2. SIGdATURES & ACKNOWLEDGUE jor Public Agency, By: (President, Chairman Or Other Vernon L. Cline Designated Representative) Public Works Director Contractor, hereby also acknowledging awareness of and compliance with Labor Code §1861 ncerning Workers' Compensation Law. : By: � V " P�',gS%P�!y7` [CORPORATE TDesi nate officialcapacity in the business SEAL] By: Af==6 `t -77'1 Design to officiAl capacity in the business Note to Contractor (1) Execute acknowledgment form below, and (2) if a corpora- tion, affix Corporate Seal. State of for a C ) ACKNOWLEDGMENT (by Corporation, / ss. County of ) Partnership, or Individual) tt G�.-� The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: /01;7 ] OFFICIAL SEALNotary Public HOTnaROSELM. PRIGE - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ IC FORM bYC�11QEi C,�1A b"er. -?_ MY Commifaion Ezra lune 23, 1978 Microfilmed with board order, 51°kS `� stC s (Page 1 of 4) (CC-1; Rev. 11-76) I 3. WORK CONTRACT, CHANGES. (c&By their signatures in Secti�, effective on the above date, these parties promise an ree as set forth in this cont ct, incorporating by these references the material ("special terms") in Sec. 1.. (b) Contractor shall, at his owp cost and expense, and in a workmanlike manner, fully and faithfully perform and complete P_ the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time. fixed therefor,_ allowance being made for contingencies as provided herein, he becomes .liable to the Public Agency for all its ' loss and damage therefrom; and because, from the -nature- of the case it itandwill be impracticable and yxtrepmerfodifficult- iffi ult-to P Y ascertain and fix the Public Agency's actual .dama e `from andela in hereof, it is agreed. that Contractor will pay as liquidated damages to the Public Agency the. reasonable sum specified in Sec. 1, the result of the parties' ' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing. said work; and if the same be not paid, Public Agency may, in addition to its other . remedies, deduct the same from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause. authorizes or contributes to a delay, suspen- sion of work or extension of time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide -for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intended to co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall oe .finally determined by Public Agency's Agent specified `in Sec. 1. - - 7. PAYMENT, (a) For his"Strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the sum specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities: at unit bid prices. (b) `On br-about the. first day of each calendar month the Contractor shall submit to the Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, and the cost thereof; whereupon,_ after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due,--minus 10% thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. 8. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making.;good any , defective work or parts: (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) i J work, -i-t 'shall issue a certifi* to the Contractor and pay t0alance of the contract price after deducting all amounts withheld under this contract, provided the Contractor • shows that all claims for labor and materials have been paid, no claims have been pre6ented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the work or site, and provided there are not reasonable inuications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURANCL. (Labor Code §51860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workers' Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILL11E TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same anddeduct. the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.:- 1735, 1777.5, & 1777-.6 forbidding discrimination) and .intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 & 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code §94100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and said -rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to wort: longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 11-76) 17. PRI•FERENCE FOR MATERI The Public Agency desires tomote the, industries ;and. economy of Contra Costa Count , and the Contractor therefore romises to use the products' workmen, laborers and mechanics of this County in every case where the price, fitness and - quality are equal. _ 18. ASSIGIUMNT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due,or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. - Inspection of the work and/or materials, or approval of work and/or-materials inspected, or statement by any officer,._agent.or employee. of the Public Agency indicating the work or any part thereof complies with. the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or . - payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the.Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to- comply with any of the terms and conditions hereof. 20. HOLD HARHLESS & INDEMITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and. appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, including., personal injury, death,_property damage, inverse condemnation,_or any combination of these; regardless ofwhether or not.such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection th wi'' -the matters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agent(s) or employee(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) , drawing(s) , :.specification(s) . or special provision(s) in connection with this work, has insurance or :other_indemnification covering any of these inatters, , or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6705, if applicable,-,by submitting to Public Agency a detailed plan showing. the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of. caving ground during trench excavation. (Page 4 of 4) (CC-1; Rev. 11-76) ! I i I , �)CERTIFICATE OF INSURANC FIMITOYERS INSURANCE OF SAU -`Chi. is t(, certify that tilt inxuranee pt,Iiciry (described below by a policy number) written on forma in use by thv company have hccn i..uc{l. '1'ltis certificate is filar a ltniicy or a hinder of inKurance and tines: not in tuty way alter, antcnd or rxtrnd the c"verage afforded I,y any policy referred to herein. AMENDED, ( ) This certificate renews or replaces the certificate previously issued. Name and address of Insured 14ALPASS CONSTRUCTION CO., Ili. KUHN & COMPANY 503 WATEMB IRY DR' P. 0. BOX 393 PLEASANT HILL, CA 94523 BURLINGAME, CA 94010 _Kind of Coverage^—t Expiration Date Policy Number — Limits of Liabili Workmen's _ Bodi—y In'u Property Dsmage_�_ Compensation` 1 6 1 77 061', 02 029734 +_ Each Person ge omenta Aggregate Occurrence Aggregate Comptehensivr.. kf` �.. ...._..._. . .__ General Liability 6 1 77 0627 OO 029734 t 00 000 00 000 100,000 100,000 Manufacturers' and �.Y�� 4.. .c,.•ter'`,?�. ;F'•,,2:3'.. Contractors,'Liability `••Y<• "' >:atr�� ✓�?rPjal +. Owners',Landlords' and Tenants'Liability Ips ��,sr s•:> `' "�%'::: Contractual •. ,'• Liability" 16 1 77 0627 00 02973L <`�i '' s'` INCLUDED '•' TS AutomobilejX1 Owned500,000 '�•',:; ''"� __ b 1 7Z. S�4? _ 250_,000 _ x,; kX) Hired and ti Nonowned %N ' av , ll a' 1 •the entry of a number in this column means that the coverage is afforded by the company designated by the,same number. ` Unless otherwise indicated, this policy affords full coverage under the Workmen's Compensation laws of all atatei (except states where coverage can be provided only by State Funds, and Canada) and as designated in the policy and endorsements for Coverage B Employers' Liability. Contractual coverage afforded applies to: ( ) contracts designated in contractual coverage art; (X) all 'written contracts. Special Provisions: COUNTY OF CONTRA COSTA IS NAMED AS, AN ADD LIABILITY OF THE ADDITIONAL INSURED ARISING OUT OF OPERATIONS BY THE NAMED INSURED. IF ANY POLICY DESCRIBED ABOVE IS CANCELLED DURING ITS TERM BY THE -COMPANY OR THE COVERAGE AFFORDED IS REDUCED, THE COMPANY WILL MAIL NOTICE THIRTY' (30) DAYS BEFORE THE EFFECTIVE DATE OF SUCH CANCELLATION OR CHANGE TO THE PARTY NAMED BELOW. ' Description of Automobile, or, JOB: "J. AND I WARDS REMODELING" CONTRA COSTA COUNTY HOSPITAL, 2500 ALHAMBRA Locatinns covered by policies listed in this certificate:AVE., MARTINEZ, CA Nor withstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain• the insurance'afforded by the policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (Wider) during the terms(s) thereof. Issurd to: Issued by:: fX) (1.) Empla,rr ' urnaf Liability Insurance Company of Wisconsin • COUNTY OF CONTRAi COSTA ( ) (2•) Employers Mutual Fire Insurance Company • STATE OF CAL l FORN I A ( ) (3.) Illinois Employers Insursoca of Wou ou Date' Issued: 2-17-77 Place R. -� Signed • Authorised parr Adpresentstirs ____ 7-79 A115-5M ` 1 � II i I au A Crawfort CERTIFICATE OF INSURANCE .Contra Comma Departent, of PUblic Wofts Martinez, Califamia THIS IS TO CERTIFY as to the existence of insurance,as of the date of execution hereof,with Harbor.insurance Company, as described below: Name of Insured: tC , MM, Address of Insured:"3 Viftr Beim Dr. 19 Mr ICA ; JOB Const,ruc�t i ons of .'.J"AND '!I ' Wars, remodeling for Contra Costa Hospital at•'2 00; Ihambra''Avenue,-LNart`fnez Ca. Budget I ine item No. 1003-108-7710- 739,--base b i d -ai.-fernObAb_,. 1 a I 1 i n accordance with the plans 8 Kind of Insurance: •-` - specifications and -drawi»gg or general conditions " prepared "by or for Policy the Pub I i c Work•,,Di rector'apeflop m i n accordance.with accepted Yid p ropo Limits: Bodily Injury esach person $ FEB mh accident $ aggregate $ k�hN 8c CO, Property tlamage=each accident $ aggregate $ Kind of Insurance: Policy No. peFiod from to Limits: Bodily Injury^::Wh persons $ each accident $ aggregate $ Property 9am>tge � ekh smidpnt $ aggregate $ Kind of Insurance: Umbrous ppjft ` Policy No. 1, period from ibmiler 8, 197# to November 8,, 1977 Limits: #,OW,OOA, "eik ilaa.1A the FIs vt a applicable It is hereby understood and agreed that the certificat4 h�will by Given ton (10) days written notice.before any reduction of coverage or cancellation of this insurance is effective. , This.Certificate of Insurance is Issued as a"mattar off intoftnetrononly and does not in any way amend,atter or vary the coverage afforded by the f policy or policies referred to herein and such policyttr policies MB subject to endorsement,alteration,transfer,assignment and canceliatiorraccording to the terms,conditions and provisions of such poticy or policl*s. „ ' Dated at gaol pranssi&M this hU day ofpeb 1977 I � cmt"Si`aft IltiOtli$�? is � as IMMIU M1 ET RAWFORD insured but ld&lalya sespt tom. ,�o�t. BY 4A A u 62 - Bond No. 04-346-2552113 . .F-XECUTED IN 4 COPIES. • Premium: Included in Performance Duplicate of Originais -bond DIVISION D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed January 25 1977 , has awarded to Malpass Construction Co. , Inc. designated as the "Principal," a contract for the work described as follows: Construction of "J & I" Wards Remodeling for Contra Costa County Hospital at 2500 Alhambra Avenue, Martinez, California, Budget Line Item No. 1003-108-7710-739, Base Bid and Alternate No. 1, all in accordance with the plans and specifications and drawings orgeneral conditions prepared by or tor the Public Works Director, and in accordance with accepted bid proposal. WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract: NOW THEREFORE, we, the Principal and American Fidelity Fire Insurance Company as Surety, are held and firmly bound unto Contra Costa County in the penal sum of NINE THOUSAND, ONE HUNDRED AND N0/100 *************************************** ************************************** Dollars ($ 9,100.00 lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the-work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. r-1 I 1 STATE OF CALIFORNIA On this ..IOth................day of February.....in the year one thousand nine .............. COUNTY OF.....G41t r4..QA ta.......... ss hundred and.......H...........before me................................................................. a Notary Publir., State of Califoornia, duly commissioned and sworn,personally i appeared..Wayland.E:..Ma..Pas s ............................................................ .»...... ......». known to me to be the ....P.resi.Heir ...... of the corporation described in and that executed the within instrument, and also known to me to be the person....... who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same...................................................................................................................... OFFICIAL SEAL IN WITNESS WHEREOF I have hereunto set my hand and affixed my official ROSE M PRICE seal in the.............................County of........................... .............. the day and NIITARV PUBLIC C+►LIFORfiU year in this certificate first a written�G OQO COMM COSTA 0011N1Y {Ay Coannissioo Fxyiros luno 23. 1978 ......... ... .. .....�...................................................................... Y� •� 78 Notary Public,State of California Cowdery's Form No.28—Acknowledgment Corporation(C.C.Secs.1190-1190.1) Printed 5/72 ' STATE OF CALIFORNIA � SS COUNTY OF SAN FRANCISCO ON THIS 1st DAY OF March IN THE YEAR 19 77 BEFORE ME, A NOTARY PUBLIC IN AND FOR THE COUNTY AND STATE AFORESAID, PERSONALLY APPEARED ROBERT W SKINNER KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND KNOWN TO ME TO BE THE ATTORNEY-IN-FACT OF AMERICAN FIDELITY FIRE INSURANCE COMPANY AND ACKNOWLEDGED TO ME THAT HE SUBSCRIBED THE NAME OF THE SAID COMPANY THERETO AS SURETY, AND HIS OWN NAME AS ATTORNEY-IN-FACT.- OFFICIAL TTORNEY-IN-FACT; OFFICIAL SEAL DYAN M. SKINNER NOTWI PUBLI"ALIFORNIA - PRINCIPAL OFFICE IN SAN FRANCISCO COUNTY N ARY PUBL1 C MY Commission Expires Dec.4, 1979 � 1 This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181ofthe California _ Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. An the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration• or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the lst day of March , 1977 Malpass Construction Co., Inc: Principal _ B Y American Fidelity Fire Insurance Company Surety . $Y Attorney-in-Fact Robert W. Skinner r AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY,NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fin Insurance Company,a Corporation in the State of New York, having its principal office in Woodbury, State of New York,pursuant to the following resolution, adopted by the Board of Directors of the said Company on the I8th day of February, 1969, to wit: "The President, or any Vice President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attomey-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint ROBERT S Eft 3,0 -' AN9FRANCISCO, CALIFORNIA � t d its true and lawful attorn ( ct�vwith.�'txlt po Aznd "uthority hereby conferred in its name, place and stead, to sign,execute,acknowled'� 4 and deliver in its behalf, and asIits act and deed, as follows: Fe Y S cificall and only on b�u' nds execateid having_9t�6indemni'wation of the Small Business Administration in an amount not exceeding $200,000.00 to any project,for or on behalf of this Company,in its business and in accordance with its charter, and to bind rican Fidel�ty,.zl~ire.Insurance Com any thereby, and all of the acts of said Attorney-in-Fact, pursuant to these presents, a herebyiatifed Arid eonfiiiried. IN WITNESS WHEREOF, ".,.d=c Fidelity�-V4re4nst6irance Company has caused these presents to be signed by its President and/or Vice-President, and its Corporate Seal to be hereto affixed. 0AMERICAN FIDELITY FIRE INSURANCE COMPANY .`'""�`' Robert J. Kennedy, Vice-President State of New York j !} ss, County of Nassau On this 26th day of December, 1975, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified,came Robert J.Kennedy of the American Fidelity Fire Insurance Co., to me personally known to be the individual and officer described herein,and who executed the preceding instrument,and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my official seal at Woodbury,New York the day and year above written. i �u�tt Notary blic 4 ELIZABETH M. ROSELLE NOTARY PUBLIC,State of New York No.30-8643115 Qualified in Nassau County Commission Expires March 30, 1976 State of New York ss. County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and furthermore,that the Resolution of the Board of Directors, as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the said Company,at Woodbury,New York,dated this I s t day of Ma rch 19 77 Assistant Secretary NY S 200(7/6) PROJECT: "J" & "I" WARDS REMODEL AT COUNTY HOSPITAL Bids Due on January 25, 1977 Engineer' s Estimate : "BIDDER" BASE BID Malpass Construction Co. 1 . 503 Waterberry Drive Pleasant Hill , California 17 ) F4re, ,1v Elmer A. Lundgren, Contractor 2. Walnut Creek, California Ask Sal Cola Construction Co. 3• Martinez, California 4. Kirkham, Chaon & Kirkham Walnut Creek , California 1110 Alhambra Electric Co. (2) 5. Martinez, California Goulden-Randall & Associates $. Walnut Creek , California Vitton Construction Co. 7. 2622 Coldwater Drive, Castro Valley, 94546 f7 ,0-0 3. 1. 12. MALPASS CONSUCTION CO.-, INC. (B-fdder), - DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED U.NTIL 25 th day of Jan 1977 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor material -transportation j1J & 1111, WARDS REMODELING, HOSPITAL services fREMODELING, CONTRA COSTA COUNTY ,7500 ALRANBRA AVE, MAR INEZ, CALIF- 94553 in strict conformity with the Plans , Specifications, and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following sums ; namely: BASE BID: Shall include all of the work for the construction. and com- pletion of all facilities therein, but not including any of the work in the following Alternaties: For the sum of: 5C Ve e,,,7 7-17 oil 5'q n a rL el Dollars 0, 950 ALTERNATES: .1. ALTERNATE NO. 1: State the amount to be added to the Base Bid for the Paint Ln as indicated on the drawings and specified in Division 7 Add the sum of r-e e u n 0/r, 1C a no( Ale Dollars 3 25-61 2.. ALTERNATE NO. 2: State the amount to be added to the Base Bid for the Fol&er Adams Electric Strike System in lieu of Adams Rite Electric-Strike System. ' Add the sum of: Dollars 6aO. (B) It is understood that this bid is based upon completion of the work within One hundred 7 -twenty (120) calendar days from and after the date of commencement. �10_ It is understood_ , with due .allowances made for unavoidable delays, that if the Contractor should fail to complete the. work of-the contract within the stipulated timA, than, he shall be liable to the Ocaner in the amount of 2 - -,► per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to -be done, (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in malting up this bid. -11- 1 i i i DIVISION C. PROPOSAL (Bid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalfof`any person not herein named, and that the undersignedhas not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned' has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. E3 Cash [N Bidders Bond d Cashiers Check C]Certified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum # NONE dated Addendum # dated_ Addendum # dated Firm MALPASS CONSTRUCTION CO. INC. By Title President Address`503.Waterhprry Dr_ _ Pleasant Hill, Ca. 94523 Phone 934-6766 Licensed in accordance with an act providing for the re istra tion ofontractors, Classification and License No. 27898 Dated this 25th day of January l9—Z7-- Rev.-5/76 9-Z_.Rev._5/76 —12— , a DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See. Division E., Section 6, Paragraph E.). Portion of Work Name Place of Bidders Electrical A/Aex-;rt P Jae- n Metal drs. & frames -ard Finish Hardware 1wIn,J-Gro0 k .r i.-e lis/ ✓ l--i't Alum. 'storefront P1/Ts4vr TTS yr -13- 7 l STATE OF CALIFORNIA SS COUNTY OF SAN FRANCISCO J" ON THIS 24th DAY.OF January IN THE YEAR 19 77 BEFORE ME, A NOTARY-PUBLIC IN AND FOR THE COUNTY AND STATEAFORESAID, PERSONALLY APPEARED ROBERT W SKINNER KNOWN TO ME TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND KNOWNTOME TO BE THE :ATTORNEY-INN-FACT OF AMERICAN FIDELITY FIRE INSURAXCE COMPANY AND ACKNOWLEDGED TO-ME THAT'HE SUBSCRIBED THE NAME OF THE "SAID COMPANY THERETO AS SURETY, AND HIS OWN NAME AS ATTORNEY-IN-FACT.: OFFICIAL SEAL DYAN M. SKINNER PUBLIC-CALIFORNIA ^' PRINCIPAL OFFICE IN AN FRANCISCO COUNTY ARY`PUBLI C }t R:NQTARY ion Expires Dec.4.1979 1. I � 1 AMERICAN FIDELITY FIRE INSURANCE COMPANY NEW YORK BID BOND BOND NO. 04-346-2552046 B ,. Know Al!Rlert By These Presents, That we, ......M..........alpass.......Construction..............................Co.........,.....i....nc...................................... .................................................................................................................................................................................................... ........................................................................................................................................... (hereinafter called the Principal).as Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the State of New York and authorized to transact a general surety business in the State of Cal i forni a hereinafter called the Surety), County of Contra Costa ( y),as Surety,are held and firmly bound unto................................................................................. ` ................................................................................................................... (hereinafter called the Obligee) in the penal sum of C TEN PER CENT OB•-BI•D AMONT NOT TO EXCEED TWO THOUSAND' "'�`Dollars(S--�r.000!A ...................... . ..-.-......... .. . . .........-....--....-..................................-.................... for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the.Principal has submitted or is about to submit a proposal to the Obligee on a contract for Remodel of J 1 Wards of••the Conta Costa Cognty PP g ............. .. ............................ Hos ital - 2 00 Alhatnbra Avenue Martinez California as Per specifications . P....................5..................................................-............... .................................... ........................................A................. c .................................................................................................................................................................................................... NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall,within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void;otherwise to remain in full force and effect. SIGNED,SEALED AND DATED this........24th.........................day of.........January............................ 19:37......,.:: Malpass Construction Co., Inc. ,. Principal 3 � , By- ...... .✓. -- . ....... American Fidelity Fire Insurance Company B . .. ........ ...................... Attorney-in-Fact. Robert W. Skinner 364 (4/6) AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY,NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, r' adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attomey-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint ki ROBERT W. SKINNER of SAN FRANCISCO, CALIFORNIA its true and lawful attomey(s}in-fact, with full power and authority hereby conferred in its name, place and stead, to sign,execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having 90%indemnification of the Small Business Administration in an amount not exceeding $200,000.00 as to any one project,for or on behalf of this Company,in its business and in accordance with its charter, and to bind American Fidelity Fire Insurance Company thereby, and all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its President and/or Vice-President, and its Corporate Seal to be hereto affixed. ``i t��c yr`* AMERICAN FIDELITY FIRE INSURANCE COMPANY 0 raw van `y c Robert J. Kennedy, Vice-President State of New York Countyof Nassau On this 26th day of December, 1975, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified,came Robert J.Kennedy of the American Fidelity Fire Insurance Co., to me personally known to be the individual and officer described herein,and who executed the preceding instrument,and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my official seal at Woodbury,New York the day and year above written. r I (�• Cr��.�t.+CJ Ma*SAY - • Notaryblic ELIZABETH M. ROSELLE NOTARY PUBLIC,State of New York No.30-8643115 Qualified in Nassau County Commission Expires March 30, 1976 State of New York County of Nassau CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and furthermore,that the Resolution of the Board of Directors, as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the said Company,at Woodbury,New York,dated this 24th day of January ,1977 o� WW"M _ Assistant Secretary NY S 200(7/6) r L t O A V V W �, aoo x4 a� { z IN cc C in 00 ON U. is Fq d k CS R. co - ` m m •v U W N O w al ca • cry ��:: a 3a'b O ori. , to 2'• O. rA Y b IIrk i I Isiader?, DIVISIOIN C. PROPOSAL (Bid Form) BIDS WILL BE rECEIVED UNTIL 25 th day of Jan 1977 . at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 54553. (A) TO THE I01110IZAB'LE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY G ert ic:r►en: `1``he undersigned hereby proposes and agrees *to furnish any and all required labor material -transportation and services for " i" & "I" WARDS REMODEUNG, CONTRA COSTA COUNTY HdSpITAL 2500 ADJAIMEA AV.F�T M T1;T 1-Z , CALIF. 94553 ' in strict conformity h the Plans , Specifications , and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors , First Floor, Administration Building, iiartinei, Cali- _ fornia 94553, for the following sums ; namely: BASE BID: i Shall include all of the wort, for the construction. and corn pletion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: ALTERNATES: .1. ALTERNATE NO. 1: State the amount to be added to the Base Bid for the Painting as indicated on the drawings and specified in Divi gign 7 s Add the sunt o.%: � c Dollars Q 2. ALTERNATE NO. -2: State the amount to be added to the Base Bid for the Folger Adams Electric Strike System in lieu of Adams Rite --glectric. Strike System. * Add the sum of: - ' Dollars (B) It is understood that this bid is based upon completion of the work within one hundred 7 twenty (20) calendar days from and after the date of commencement. _ I� - � -It is- understood 9th due allowances made for' unavoidable {+��� delays , that if the Contractor should fail to complete the work of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount oft per calendar day for each day said--w--o-T remains uncompleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and- ex- pressly stipulated that it would be impractical and difficult t ' to fix the actual amount of damage. (D) The undersigned. has examined the location of the proposed work and is familiar with the Plans , Specifications and other contract documents and the local conditions at the place where the wort: is to -be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not- be re- sponsible for any errors or omissions on the part of the under signed in making up this bid.. —11= r r DIVISION C. PROPOSAL (Bial Forms continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. m Cash .C<Bidders Bond a Cashiers Check C7Certified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum # dated Addendum # , dated ' Addendum # dated Firm l i'r�o .�/ �✓s .�«c:�-lt�.v , By Title I s etic_i Address -!; 2qy LdGOGcJAi E/� q,P �f}lT!ld l�i�GGE�/ ` Phone �3*4�c Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. 'z Dated thisday of f�rJ i.i/4-1 19 . Rev..5/76 -12- i DIVISION C. PROPOSAL BID FORM continued ' LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: . See Division E., Section 6, Paragraph E.). _ Portion of Work Name Place of Bidders - Aj- :- -d _ t ' -I3 i Ili STATE OF CAI-IFORNIA 1 SS. . . I CITY. ANO COUNTY oz�Sax'Fx�x�° 19�� �before In 25th day of and State On th' ,a Notary Public, in and for the City and County LEE MOO john-M.- Bowen instrument as the nally appea�-r a is subse-ibed<to the fore8o g instruo to aforesaid.duly commissioned and sworn.PCO n whose nam of Maryland. and acknowledged known to me to be the person and Deposit Company. n of Maryland eto as Attorneyin-Fact>of the Fidelity and Deposit Compa Y me that he subscribed the name of Fidelity Surety and his own name as Attorney-in- act i OFFICIAL SEAL Cald _ Notary;P is in and Eor the State LEE MOGLIA City an,..County of San Francisco NOTARY PUBLIC-CALIFORNIA COUNTY OF SAN FRANCISCO BR.(16 isires May 31. 1980 San Fran° .2 BWy Commission Exp :. =—_-- A STOCK COMPANY—ESTABLISHED 18 PlIdelft flBdj)(e:P(D8flLV(D1M]PW HOME OFFICE OF MARYLAND BALTIMORE BID BOND KNOW ALL i\-IEN BY THESE PRESENTS: That we.._.__PaulVittonanindividualdba VITON. .CO15TRUCTION...0 O., ..... ..... .......... ........ ........ ------------------------------------------- --------•----------------- ---....._....-----------...----------..------•----------------------------------------- ___________________ .............................................., as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DEPOSIT COMPANY OF 'IARYI_AND, of Baltimore, Maryland, a corporation duly organized under the laws of the State of irlaryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto------------------------------- CONTRA ,COSTA COUNTY - --------------...... -----•-----•--------------------•-------------------------------- ................................................as Obligee, (hereinafter called the "Obligee"), in the sum oMT _PERCENT (10%) OF THE AMOUNT BID-------- Z '-------___.___), --------•----•-••--------_ ......................... .................... --- for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. remodel a Hos ital J & I Wards at WHEREAS, the Principal has submitted a bid for_____________________________________p_-.__.___-____._..___-____________...._.__.____..-.._---- Martinez, California, Contra Costa County Hospital ........................ .............••--.....------ ' ----------------------------------------------------------------------------------------------------•------------------..__...------------...__...-----------...._....--•-----..........--••••---- NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the teens of such bid and give such bond or bonds as may be_ specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay- to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. 25th Janu r 77 Signed and sealed this. ---------------------• ................... a of..----•-. y-•...._.... .........A.D. 19... -_.. VITTON CONSTRUCTION CO. l� ....................(SEAL) Principal T i'ilne s I- Title y�) FIDELITY AND DEPOSIT COMPANY OF MARYLAND a / .Surety i ___......._ By..__.._ _ (SEAL) ....... .. ........................ [fitness Jo W. Bowen, AttorneT4&in-Fact C325d-90M,1-73 192027 Approved by The American Institute of Architects, A.IA. Document No.A-310 February 1970 Edition. f � w - - V _ T Q IZ M � a Q -3 crs Wt-- CL-4 W•J -_J M O :o W "'$oo Q icc s I I The Ohio Casualty Insurance Company HAMILTON, OHIO BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, ELMER A. LUNDGREN (hereinafter called the Principal) as Principal, and THE OHIO CASUALTY INSURANCE COM- PANY, a corporation organized under the laws of the State of Ohio, with its principal office in the City of Hamilton, Ohio (hereinafter called the Surety) and licensed to do business in the State of as Surety, are held and firmly bound unto THE COUNTY OF CONTRA COSTA, PUBLIC WORKS DEPARTMENT. (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($ TEN PERCENT)OF BID lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas, the Principal has submitted the accompanying bid, dated January 25, 19 77 , for REMODELING AT CONTRA COSTA HOSPITAL INJ WARD 2500 ALHAMBRA AVE., MARTINEZ, CA. NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enter into a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall, in the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void: other- wise to remain in full force and virtue. Signed, Sealed and Dated this.....20 ?•........day of ......4n'ga?:Y........................, 19...77.. ......ELMER A. LIIl3DGREN... By .. y . `. . ..... �! .......................... THE OHIO CASUALTY INSU CE COMPANY Miebael S.Hart,wt 'ey-In-F—t 3.137-Rov. r,l i ' J +, m er hi . 7 ter.en (BTdder). DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED Ui�'TIL 25 th day of Jan 1977 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor material -transportation and services for "J" & "I" WARDS REMODELING, CONTRA COSTA COUNTY HdSPITAL 2.500 AIHABBEA AVE MARTINEZ CALIF. 94553 in strict conformity with the Plans , Specifications, and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following, suns ; namely: BASE BID: Shall include all of the work for the construct ion, and com- pletion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Nenty `,,Ihousand 1",_o %i,,ndred Five ar.dno/bKlars ($207205-00- ALTERNATES: $20,205.00.ALTERNATES: .1. ALTERNATE NO. 1: ' State the amount to be added to the Base Bid for the Painting as indicated on the drawings and specified in ivision 7 Add the sun of: Nine Hundred Fifty-five and. r_o/100----Dollars ($955.00. ) 2. ALTERNATE NO. 2: State the amount to be added to the Base Bid for the Folger Adams Electric Strike System in lieu of Adams Rite Electric Strike System. ' Add the sum of: �i irc� -T rrlrnrl '. i n _n nri r.,/i nn_--------- - Dollars ($c;nQ_nn, (B) It is understood that this bid is based upon completion of the work within one hundred 7 twenty (120) calendar days from and after the date of commencement. -10- - i It is understood, kith due .allowances made A unavoidable r -delays , that if, the Contractor should fail to complete the work of-the contract within the stipulated tune then, he shall be liable to the 0�*ner in the amount of Ag �-= -- per calendar day for each day said. work remains uncompleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned_ has examined the location of the proposed work and is familiar with the Plans , Specifications and other contract documents and the local conditions at the place where the workis to -be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for -any errors or omissions on the part of the under- signed in making up this bid. i DIVISION C. PROPOSAL (Rid Form) continued (F) The undersigned hereby'certifies that this bid is genuineand not sham or collusive, or made in the interest ` or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any ;other - bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- _ self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to- Contractors. [3 Cash W Bidders Bond a Cashiers Check =Certified Check (I) The following addenda are hereby acknowledged as being in eluded in the bid: Addendum # None dated Addendum # dated Addendum # dated i' Firm I ar A Trim o e- By Title Ot neX' Address 2174 Hillside Avenue, :Jalnut Creek, Califon i Phone 934-3808 Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this 25th day of January ,•19 77 Rev..5/76 -12- 1 DIVISION C. PROPOSAL. DID FORM continued LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Parzgraph E.). Portion of Mork Name Place of Bidders- Electric Alhambra.Elec ric, i-jartinez Dog pnd Finish y �rar n t ts COM-nM-7SAn FrAncisco Painting Verle Bauer Martinez F 1 1; -13- J i ,- j t 'k ., �q. zF '.t j d 3.N.. { a'sY � � .. '}- ,," '3 r ° a a X, r - n y s:,. r `s i.a , ft. S>+ . _ a PI'll - .. . k .. .. .- 7 at a . Yj x "- .. -n, i ,n �Ii t '.'`rte' - "I I :.n !'moi c -- yet : - a w" __ -� t, T zc� 1 N N rH-� " W 'i in o x Z 12 Z .d�i m c6 F �." Q �0 �1"- -�� rl z W mo //T'�'[1� F�� r, Co I --4' ( .j5 N a �� (D ri ..0.9, Q, H' r!;:N s c� r; ' 4i'Lj �i i m O.� 0 O H r .� o�, F - v.E :v cwt : . - 4 } +�: .. .-, .. \ ? ' r;' r_. i r� '' i N r ', s i c ,..t t m v o ti ,F '"., . �,. yy� ? J "� .^ < L ti �i� a� I 0-,!,d /' f ' =L #. y.. .: ' }` I - D.. c I t 4...-Sti .x+k f 1 ey Sal Cola truction Co. Bidder). DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 25 th day of Jan 1977 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: . Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor material -transportation and services for "J" & "I" WARDS REMODELING, CONTRA COSTA COUNTY HC3SPITAL 9 5QO AT,HAMRRA AVE, MARTINEZ . CALIF. 94553 in strict conformity with the Plans , Specifications , and other con- tract. documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following sums ; namely: BASE BID: Shall include all of the word: for the construction. and com- pletion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: o Dollars ALTERNATES: • f 1. ALTERNATE NO. 1: ' State the amount to be added to the Base Bid for the z Painting as indicated on the drawings and specified in Division 7 Add the sum of: Dollars 2. ALTERNATE NO. 2: ! State the amount to be added to the Base Bid for the Folger Adams Electric Strike System in lieu of Adams Rite i Electric-Strike System. ' - Add the sum of: y Dollars ($ ��• =�= ) B It is understood that this bid is based completion 4 upon letion of the work P P within one hundred 7 twenty (120) calendar days from and after the date of commencement. ' i r j I .A. r =' r It is understood th due .allowances made for unavoidable delays, that if the Contractor should fail to .complete- the- work of-the contract within the stipulated tine, then, he shall be liable to the Owner in the amount of per calendar day for each day saidwor remains uncompleted beyond the time for completion,, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed .work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the wort: is to -be done. - (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors- will not: be re- sponsible for any errors or omissions on the part of the under- signed in making up this bid, i { t � i DIVISION C PROPOSAL (Aid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or-in'behalf of any person not herein named,' and'that:the, undersigned-has not directly induced or .solicited any other . bidder to put in a sham bid, or any, other person, firm, or _ corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the -place of business of the subcontractors. (H) Attached is bid security as.required in the Notice to Contractors. 13 Cash til Bidders Bond a Cashiers Check =Certified Check (I) The following addenda are hereby acknowledged,as being in- cluded in the bid: Addendum dated Addendum # dated Addendum # dated F; Saljola ConstPmCtion Co. By Title-: Owner Address 1785 Arnold Drive Martinez, Calif. 94553 Phone (415) 228-0302 Licensed in accordance with an act providing for the i ra- tion of Contractors, Classification and License No. 1tf R-1 25th January 77 Dated this day of 19 Rev..5/76 -12- f` DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work Name Place of Bidders- QjJ t • F' _3 _ j :' r' �' i �111010 Ll 011 NN R VENEWN0 PP MAW STATE OF CALIFORNIA ) COUNTY OF SAN FRANCISCO) �' ON .IAN Is 1,977 � 19 , before me a Notary Public in and for said State, personally appeared Anthony F. Angelicola known to me to be the person whose name is subscribed to the within Instrument as the Attorney in-Fact of AMERICAN s �,tFFt.,ctSEALt. ' IC4 P. iIEI3ERT MOTORISTS INSURANCE COMPANY, and acknowledged to ti tgtis rAL1F0RN1A me that he subscribed the name of said Company thereto as CITY R 10 C)uNIY OF SAM FRANCISCO Cr' ,r Cs, rcZ.2979 Surety, and his own name as Attorney-in-Fact. O _.,. Notary Public \»���\cif//////��1��\l\�\ti✓////////.�\\\���'////./,///�1`��\�y///�11�1\\��'�'/�/! .� F I » , *D NO. 65M 168 282 - E Direct ^il co:respondence to- AL BARIC- , CJi:t3S Th.l Hearst B,tilding AMERICAN MOTORISTS INSURANCE COMPANY Market and Third San Francisco, Calif. 94102 B I D BOND KNOW ALL MEN BY THESE PRESENTS : That We , SAL COLA CONSTRUCTION CO. as Principal , and the AMERICAN MOTORISTS INSURANCE COMPANY , a corporation organized and existing under the laws of the State of Illinois , and authorized to do business in the State of California as Surety, are held and firmly bound unto the COUNTY OF CONTRA COSTA as Obligee , i n t h e s u m of *****THREE THOUSAND AND NO/100***** ($3,000) DOLLARS , lawful money of the United State of America , to the payment of which sum well and truly to be made, the -said Principal and Surety bind themselves , their and each of their heirs , executors , administrators , successors and assigns , jointly and severally by these presents . THE CONDITION OF THIS OBLIGATION IS SUCH , that, if the Obligee shall make any award to the Principal for : "J" AND "I" WARD REMODELING, CONTRA COSTA COUNTY, Hospital AT 2500 ALHAMBRA AVE. , MARTINEZ, CA. according to the terms of the proposal or bid made by the Principal therefor , and the Principal shall duly made and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the American Motorists Insurance Company as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall , in case of failure so to do , pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond , then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Signed , Sealed and Dated this January 18, 1977. AMERICAN MOTORISTS INSURANCE COMPANY BY :- �. Anthony F. ng licala Att rney-in-Fact 1 SAL COLA C R CTION C BY: `ti 1 AMERICAN MOTORISTS iNSJ&ANCE COMPANY Home Office: Long Grove, IL 60049! Ensa nis�ntesPOWER OF ATTORNEY � Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of Illinois, .and having its principal office in Long Grove, Illinois, does hereby appoint ******** Anthony Angelicola of San Francisco, California** ****************** -: * its true and lawful agent(s) and attorneys)-in-fact, to make, execute, seal, and deliver during the period begin- ning with the date of issuance of this power and ending December 31, 1978 unless sooner revoked for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of no one bond or undertaking exceeds THREE HUNDRED THOUSAND DOL- LARS EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said American .Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duty executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1978. This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors of said American Motorists Insurance Company on May 15, 1939 at Chicago, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Secretary as being in full force and effect: "VOTED, That the President or any Vice President or Secretary or any Assistant Secretary shall have power and authority to ap- point agents and attorneys in tact, and to authorize them to execute on behalf of the company, and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 22nd day of May, 1963: "VOTED, That the signature of the President, any Vice President. Secretary or Assistant Secretary, and the Seal of the Com- pany, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any power of attorney executed pursuant to resolution adopted by the Board of Directors on May 16, 1962, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officers, this 12th day of November _ 19-76 Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY By C.G.Swan, Secretary H. L.Kennicott, Jr., Vice President STATE OF ILLINOIS t ss COUNTY OF COOK 1, Jean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known to me to be the same persons whose names are respectively as Vice President and Secretary of the American Motorists insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes therein set forth � �III,�e 1J '.S,lY IL��. My commission expires: April 29, 1980 lean Perzold. .Norary Public CERTIFICATION I, Sven L. Johanson, Secretary of the American ,Motorists insurance Company, do hereby certify that the attached Power of Attorney dated November 12, 1976 on behalf of AnthoEy Arigelicola of San Francisco, Cali forniis a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said H. L. Kennicott, Jr. and C. G. Swan who executed ti:e Power of Attorney as Vice President and Secretary respectively were on the date of the execution of the attached Power of Attorney the duly elected Vice President and Secretar., of the American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seat of the American ,Motorists Insurance Company on this day of IAN 18 1977 , 19—. -;�en L.lonamon, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind the Company except in the manner and to the extent herein stated. rpt 836 7-76 t.t PRINTED 1%l-�A Pa%Ler of Attorney—Torm E-j 15. YV zoo LLI o - ti W R wO Q ANN c,a hece a u, -' v Wz F � O d a d IL t yz <� f O :z C j i Kirkham; Cha & Kirkham, Inc. Bicid:r), DIVISION, C. PROPOSAL Bid Form) BIDS 1,1ILL BE RECEIVED UNTIL 25 th day of Jan 1977 . at 11: 00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: . Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor material -transportation and services ' for "J" & "I" 14ARDS RErIODEUNG, CONTRA COSTA COUNTY HdSPITAL 500 AJ,ESRA AVE_ MARTINZ . CALIF. 94553 in strict conformity with the Plans , Specifications, and other con- tract docum=ents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Ad=ministration Building, Martinez, Cali- fornia 94553, for the following sums ; namely: BASE BID: Shall include al of the work for the construction. and com- pletion of all facilities therein, but not including any of the work in the following Alternates: F For the sum of: G L t � Fit -.___•_�M ,z ,u u,.�u 11 Dol lar s 471Y ALTERNATES: 1. ALTERNATE NO. 1: t State the amount to be added to the Base Bid for the PaintLng as indicated on the drawings and specified in } Division 7 Add the sum of: -Dollars ($ Za6 Gv` 2. ALTERNATE NO. 2: . State the amount to be added to the Base Bid for the Folger Adams Electric Strike System in lieu of Adams Rite Electri!g--Strike System. * Add the sum of: (. crn�cLu.c� c Dollars ($ • '8 "� 3 (B) It is understood that this bid is based upon completion of the work within one hundred 7 twenty (120) calendar days from and after the } date of commencement. r . : ! E It is understood, Oth due .allowances made for unavoidable delays, that` if the Contractor should fail to complete the wort: of-the contact within the stipulated tune, then, he shall be liable to the Ovner in the amount of 1ST --- per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liq- uidated iq uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to -be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re sponsible for any errors or omissions on the part of the under- signed in making up this bid, 1 . .....ter.+.... .... -..... ... -a- �...... - .. ., DIVISION C. PROPOSAL (Bid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned bas not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. r3Cash t- Bidders Bond t3 Cashiers Check MCertified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum # dated Addendum # dated . Addendum # dated Firm Kirk n, Chaon 6 Kirkham, Inc. By Title F. c. Kirkham. President Address P.O. Box 4066, Walnut Creek, CA 94596 Phone (415) 934-2611 Licensed in accordance with an act providing for thelgtra- tion of Contractors, Classification and License No, bbuu 11 Dated this 25th day of January 19 77 Rev..5176 -12- DIVISION C. PROPOSAL BID FORM continued LIST OF SOECONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) .(Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Poxtion of Work Name Place of Bidders- 7k w 7a/ ,D66117Ar,'4rs7. o l ~�f t h auk•c►J-a,_o• c�•�- Ffa gait 4r•'7 A- 1 /aa[h7741 - 13a0-Q tk Pai n7 to . t -i3 t , i State of California ) On January 25, 1977 before me,the undersigned, }ss. .a Notary Public of said county and state, personally appeared County of San Francisco Joseph D. Martin known to me to be the Attorney-in-Fact of Employers Mutual Liability Insurance Company of Wisconsin the Corporation that executed the within instrument,and known OFFICLAL SELL ? DL'RAN 3 to me to be the person who executed:the said instrument on NOTARY PUBLIC - CALIFORNIA w behalf of the Corporation therein named,and acknowledged to Y CITY &COUNTY OF SAN.FP.ANCISCO My Commission Expires January 25.4971tme that such Corporation executed th ame. Qauuaaa:atsa:anuraaaaasss:aaaanaauna11MIUM NOTARY PUBLIC i JillTer, Ala u sirl ul 1ol s hismince EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN EMPLOYERS MUTUAL FIRE INSURANCE COMPANY Home Office: Wausau, Wisconsin 'I BID BOND '! k x KNOW ALL MEN BY THESE PRESVJTS: THAT :WJE, Kirkham, Chaon and Kirkham, Inc. of Walnut Creek, California as Principal, and Employers Mutual Liability Insurance Company of Wisconsin a corporation organized and existing under the laws of the State of Wisconsin ' and authorized to do business in the State of California, as Surety, are held and firmly bound unto County of Contra Costa as Obligee, in the sum of Ten Percent of 'rttc Amount Bid ---------------------- --------------------- ($ 10% ) Dollars, lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and ea6h of their heirs, executors, administrators, successors and as- signs, jointly and severally, by these presents. THE CONDITION OF THE OBLIGATION IS SUCH, that, if the said Principal will within the required time after written notification of acceptance of PrL-1cipal's bid for J and I Ward Remodeling, Contra Costa Hospital and in accordance with the terms of the plans and specifications, notice in- viting bids, and the bid and acceptance thereof, enter inta a contract for the performance and completion of said work and give the required- bonds., then this obligation shall be void; oth"ar:,rise, the penalty of this bond, which accom- panies the bid, shall be declared forfeited to the Obligee. SIGNED, SEALED AND DATED THIS 25th day of January 1977 . Kirkham, Chaon and Kirkham, Inc. i � BY: Prin-'ipa L Employers Mutual Liability Insurance Company of Wisconsin o ep Cy Martin Attorney f 11. �• • � rye C= St�_�ISC�i1C 11nnd 40' 1 1 EMPLOYERS AOUAL LIABILITY INSURANCE C(iANY OF WISCONSIN POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Employers Mutual Liability Insurance Company of Wisconsin, a corporation,duly organized and existing under the laws of the State of Wisconsin,and having its principal office in the City of Wausau,County of Marathon, State of Wisconsin,has made,constituted and appointed,and does by these presents make,constitute and appoint_ Joseph D. Martin its true and lawful attomey-in-fact,with full power and authority hereby conferred in its name, place and stead, to execute,seal,acknowledge and deliver any and all bonds,undertakings,recognizances or other written obligations in the nature thereof------------ and -----------and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the president, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attomey-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 1973,which resolution is still in effect: "RESOLVED,that the President and any Vice President—elective or appointive—of Employers Mutual Liability Insurance Company of Wisconsin be,and that each of them hereby is,authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of Employers Mutual Liability Insurance Company of Wisconsin bonds, undertakings and all contracts of suretyship;and that any secretary or assistant secretary be,and that each or any of them hereby is,authorized to attest the execution of any such power of attorney,and to attach thereto the seal of Employers Mutual Liability Insurance Company of Wisconsin. "FURTHER RESOLVED, that the signatures of such officers and the seal of Employers Mutual Liability Insurance Company of Wisconsin may be affixed to any such power of attorney or to any certificate relating thereto by facsimile,and any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the Employers Mutual liability Insurance Company of Wisconsin when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it isattached'" IN WITNESS WHEREOF,Employers Mutual Liability Insurance Company of Wisconsin has caused these presents to be signed by the vicepresident and attested by its secretary,and its corporate seal to be hereto affixed this day of- &Y ,. 192-5 EMPLOYERS MUTUA B Ti Y URANCE COMPANY OF WISCONSIN By T. A. Mack Vice President Attest, R. J. Wendorff Secretary STATE OF WISCONSIN ) ss. COUNTY OF MARATHON) On this 6th day of May ' 19 75 ,before me personally came T. Mack- to me known,who being by me duly sworn,did depose and say that he is a vice president of the Employers Mutual Liability Insurance Company of Wisconsin,the corporation described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal the day and year herein first above written. c�24,� NANCY L. OELKE Notary Public NOTARY PUBLIC STATE OF WISCONSIN My Commission Expires February 26,1978 CERTIFICATE STATE OF WISCONSIN ) CITY OF WAUSAU )ss COUNTY OF MARATHON) 1, the undersigned, vice president of Employers Mutual Liability Insurance Company of Wisconsin, a Wisconsin corporation, do hereby certify that the foregoing and attached power of attorney remains in fu*.force and,h s-.not been revoked;and furthermore that the resolution of the Board of Directors set forth in-the Powe;of attorney lii still in force. Signed and sealed in the City of Wausau-2Z. ZNarathon County,State of.Wfjcoa;.this25th Januar day of y N President R. R. Klein + Vice ,.,... -*.v�� z 7 1 b K 4� 2 } i 7 Ef) rn�t u O o O V. AGrjri ..�. .,'$Z 3 ^ _ V zl- O ' r � r77- U •�'�; x. N t O 04 H l� X r n •��".jam. Ax o o Q_ < C r J o c J , ' r STATE OF CALIFWNIA, COUNTY OF CA FRA COSTA LE AFFIDAVIT OF PUBLICATION JAN X97! k��SSON NOTICE TO CONTRACTOR J. Notice is hereby given by order of CLEnK B0.4RD O, SUPERVISORS the Board of Supervisors of Contra STATE OF CALIFORNIA GPNIRA Ef> ACO. Costa County, that Clerk of said 'Pu*y IBoard will receive bids for the fur - Coun[c of Contra Costa ` nishingof all labor,materials,equip- ment, transportation and services for ••J'• & "I" Ward Remodeling, Kent Parker Contra Costa County Hospital,25 L . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . b e i n_ duh. -Alhambra Ave.,Martinez,CA. The estimated construction con- s%vorn. deposes and satyr. Ilia[ at all tirnt,r herein narned tract wst(Base Bid)is$18,000.00. h e ►►'a r and tt o w i t a e i t i z e n o f the ( n i t e d t a t t y u 1 Each bid is to be in accordance with the Drawings and Specifica- anierica. oNer tilt, age of 21 �earr, and a resident of tions on file at the Officeofthe Clef :aid C o u n t y o f Contra Carta. That h e i s nut. nor of the Board of Supervisors,Room 103, County Administration Build. -,vas lie, at an- e►f' tilt- time, hereinafter named. a ing,Martinez,California. The drawings and specification panty to the above entitled proceedings_ or intcrer[ed may be examined at the of ice the therein. and that all of ;aid time ht, ►.a•, Clerk o eBoardoISup-visors at the(P�tttlic Works Dea<parttnent,5t Floor, ohr my Administration Build- and nopv it the GF:\l;K:11, 11:�\:ll:l:f{ of lilt, Lafayette ing,Plansandspecificationsmay obtained at the Public Works De SUN. a ner.r rt ter printed. tiblislied and circulated in ptrtment,5thFloor,County Admin. I ( ( 1 tstration Building;upon payment o said Contra Carta Count%, and as such \I he had a printing and service charge in the arr►ount of 52.13"(sales tax includ- eharge of all a(h erlisenu•nls in said netcrpaper• ed)which amount shall not be re- fundable.Checks shall be mad payable to the -County of Contra Laf a eft Costa."and shall be mailed to the That the said . . . . . .y. . . e;� \ i< a nt,trrpapt,r of �t,ttt,ral Public Works Department, 5t cireulalion in lite• said Cotutt% of Contra Carla. published flow,Administration Building,Mar• for the: di>renlinatiun of local and tele_ra phis nt, r and tinez.California 94553. Technical questions regarding the intelligence of a general c•haracler. ha"ing a bona fide i contract documents should be di- rected to the Building Projects Divi- subscription list of Paint; rubscriberr, and t.hich 11.1 sion.Their telephone number is been established. printed and ptiblished in raid counIN (41Each 5)372-2146. bid shall be made on a bid for more than lkco Nears last part, and ►.ipich i� not de.ol- form to be obtained at the Public Works Department,5th Flow,Coun• ed to the intcrerlr or published for the entertainment of a iyAdministration Building, and particular class. profession_ Irade. calling. race or denuttl_ must be accompanied by acertifded cashier's check or checks, or bid ination. or an% number thereof. bond in the amount of the ten per- cent(1096)of the base bid amount, made payable to the order of"The County of Contra Costa"and shall That the legal . . , . L-1594 be sealed and filed with the Clerk of of p+bich the annexed is a printed cup%. teas printed and the Board of Supervisors. Bid proposals shall be submitted published in the• regular and entire issue of e%erA number to the Chief Clerk of,the Board of JAN of said paper during the period and titnes of publication Supervisors -0 or before 25 will P P r 1 1 1977 at 11:00 a.m. and wiU opened in public at the time due i It�� the Board of Supervisors'-Cham. fot• . . . . . . d•5L'O• , • • • • • • • • • • • • • • • • . con�,evw k e• ►�eelc, tiers.Room 107,Administration Building, Martinez. Contra Costa County,California, and there read to cit: from the 7th . . . . . . . day of.January 19—, 7 and recorded. The above-mentioned bid security shall be giveri as a guarantee that 14 t hthe bidder will enter into Contract to and until the . , . . . . . ar )— if awarded'tfta-►teork.:adder nd ori'be for• bol11 dacs illeluded. and as often Burin_ said period as theCoued ytyifhe thesuccessfulnedb ( the County if the successful bidder said paper peas published_ to telt: refuses, neglect;, or fails to enter into said Contract or to furnish the necessary,bonds after being re- January 7, 14 , 1977 quested to da so by the Board of . . . . . . . . . . . . Supervisors of Contra Costa County. " " The successful bidder will be re- quired to furnish a labor and Materi• al Bond in an amount equal to fifty . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . percent(50%)of the Contract price and a Faethfut Performance Bond in an amount equal to one hundred- percent(100%)of the Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . price,said fronds to be secured from a Surety Company authorized to do business in the State of California. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Bidders.are hereby notified that pursuant to the Statutes of the State of California,or local law applicable . . . . . thereto,the said Board has aster• tained the general prevailing rate ot� 'That said notice p►as published in the nets. pa per per diem and wages and rates oilegal ! ( holidays and overtime work in the proper and not in sup(tI nient, locality in which this work is to be /J performed for each type of workman or irriechanic required to execute the ( contract which will be awarded to lffiattl the successful bidder. Theprevail- ing rate of per diem wages is on file with the Clerk of the Board of Super- ubscribed and �N%urn to hefart, mt, this I visors. I In all projects over$50.000 the Contractor shall be required to sub- January (e); , , , , • . , . , mit for county Affirma- tiveapproval an///```��� / Action Plan(see Division Q. 4t L 11_ The said Board all bidsreserves the right /V�t to reject any and atf bids w any por• tion of'any bed andlor waw any er- r anty.in any bid received. No Notary public in and for lite CountN of Contra Carta. i> may withdraw rns bid for a period of thirty days after the date Stale of California. set for opening thereof. BY ORDER OF THE BOARD OF SUPER1rSORS OF CONTRA COSTA COUNTY! County Clerk and Ex-Officio 1' ,.•=°? OPPICIAL SEAL Clerk of the Board of Supervisors, ` n i TU LL 10 Contra Costa County, C Cn:tF02N!a ) California 8y N.POUS,Deputy S A COUNTY DATED:DEC 28 1976 FEB 17, ?O^i r' tegalSunL-1504 _ __ ish Jan.7,14.1977 James P.Kanny~ A The-Board-zf Sup'ervi s =rs Contra. _ . CO�}� .tames R.Olason G6unty�c3ministration Building .71 County Clerk and P.O.Box 911Ex Officio Clerk of the Bond M&tinez,California,514553 ��,,.,�, I 4553 r t Mrs.Geraldine Russell Chief Clerk .tames P.Kenny-Richmond (4151372-2371 '1st District ' Alfred M.Dias-El Sobrante 2nd Distrito James E.Moriarty-Lafayette _ 3rd District Warren N.Boggess-Concord 4th District Edmund A.Linsrheid-Pittsburg December 29, 1976 . 5th District Lafayette- Sun P. 0. Box 590 Lafayette, California 94549 Gentlemen: Re: Purchase Order # 61665 Enclosed is a Notice to Contractor for bids re "Jn and fflff Ward remodeling, Contra Costa County Hospital, which we wish you to publish on January 7 and January 14, 1977 Please sign the enclosed card and return it to this office. Immediately upon the expiration of publication, send us an affidavit of publication in order that the Auditor may be authorized to pay your bill. Very truly yours, ` J. R. OLSSON, CLERK By N. Pous Deputy Clerk 15.4 II , i t Notice is hereby ,riven by order of the Board of Super- visors of Contra Costa Counts , that Clerk or said Board will receive. bids for the furnishing of all labor, r.aterials; equipment, transpor� tation and services for "J" .k "I" !lard Remodeling, Contra CAsta County hoso- tat 2500 ;Ina^bra Ave. . "Nartinez CA. The estimated construction contract cost (Base Bid) is $ 15.030. 00 Each bid is to be- in accordance v-ith the Dra.gings and Specifications on file at the Orrice of the Clerk of the Board of Supervisors, Room 103, County Administration Building, i;artinez, California. The drawings and specifications may be examined at the office of tha Clerk -of the Board of Supervisors or at the'Publ-ic Works Department, 5th Floor, County 'Administratien Building. Plans and specifications may be obtained at the Public Works Derartrn.snt, 5th Floor, County Administration Building, upon payment of a printing and service charge in the amount of $2. 13 (sales tax in- eluded; *.,hick amount shall not be refun6 ble, Checks shall be rude payable to the "County of Contra Gosta' , and shall be ;nailed to the Public ?:Yorks Department, 5th Floor, r,dmiri stration Building, ?iartinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146 . Each bid shall be made on a bid form to be obtained at the Public (,Yorks Department, 5th Floor, County Administration. Building, and must be accompanied by a certified cashier' s check or checks, or bid bond in the amount of the ten percent (10/0) of the base bid amount, made- payable to the order of "The County of Contra Costa" and shall .be sealed and filed with the Clerk of the Board of Supervisors.: Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before at 11: 00 a.m. and will be opened in public at the time due iW. the Board of Super- visors ' Chambers, Room 107, administration Building, Martinez, Contra Costa County, California, and there' read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will 'enter into a Contract if awarded the 3,rork, and will be forfeited by the bidder and retained by the County if the successful bidder refuses , neglects , or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County, n Dt L, Cl. L .. • la The successful bidder will be required to furnish a labor and Material Bond in an, amojnt equal to fifty percent (50„) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime worn in the locality in which this work is to be performed for each type of work-man or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over 550, 000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty . days after the date set for opening thereof. i BY ORDER OF THE BOARD OF ' SUPERVISORS OF CONTRA COSTA COUNTY • By J. R. OLSSO� County Clerk and Ex-Officio Clerk of the Board of Super- visors , Contra Costa County, California By N.PouS Deputy DATED: DEC 2 8 1976 PUBLICATION DATES: 1 I ! J IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for "J" & IIIII. Wards Remodeling, County Hospital , ) RESOLUTION NO. 76/1135 2500 Alhambra Avenue, Martinez. ) (1003-108-7710-739). ) WHEREAS Plans and Specifications for the "J" & "I" Wards Remodeling, County Hospital , Martinez have been filed with the Board this day by the - Public Works Director; and WHEREAS the Engineer's cost estimate for construction is $18,000; and WHEREAS the general prevailing rates of wages, which shall be'the mini- mum rates paid on this project, have been approved-by this' Board; and WHEREAS the Public Works Director has advised the Board that compliance has been made for planning and environmental considerations and a Notice of Exemption has been filed with the County Clerk for this project; IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on January 25, 1977 at 11 :00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the LAFAYETTE SUN PASSED and ADOPTED by the Board on December 28, 1976. CERTIFIED COPY I certify that this is a full, true & correct copy of the original document which is on file in my office, and that it was passed & adopted by the Board of Supervisors of Contra Costa County, California, on the date shown. ATTEST: J. R. OLSSON, County Clerk&es-officio CIerk of said Board of Supervisors, by Deputy Clerk. ./� on Q E 2 R 1976 Originator: P. W. Dept, (Bldgs & Grnds) cc: Public Works Department Agenda Clerk Building Projects County Auditor=Controller Clerk of the Board ` } m T. RESOLUTION NO. 76/1135 I, l fl"ISIOLN A. .;oTlcc lc cc :T: =�CTGn (Advertisement) Notice is herel y ,riven b;- order of the Board- of Sup'cr- visors of Contra Costa County , that Clerk. of said Board will receike bids for the furnishing of all labor, materials, equipment, rranspor- �.. n : r. " -, � taL_.L and services for J i �•t3='^ rt.c^iOje r� rC�i.ra COsra Colln_v '_ osoital 2000 A1'_ambra Ave. CA The estimated construction contract cost (Ease Bid) is $ 1 3.000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of -the Clerk of th'e Board o.f _ Supervisors, Room 103, County Administration Building, 1lartinez, California. The drawings and specifications may be examined nt .the office of the Clerk 'of the Board of Supervisors or at• the Public Wc)-ks Department, 5th Floor, County Administration Building. Plans and specifications may be obtained at the Public Works Departmi_nt, *5th Floor, County administration Building, upon payment " of a printing and service charge in the amount of $2 . 13 (sales tax in- cluded) ;:hich ctrouat shall not be re{undabie. Checks shall be made payable to thn "County of Contra Costa' , and shall be ':mailed to the Public Works Depart:uent, 5th Floor, rdmiristration Building, I.iartinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone nu-tuber is (415) 372-2140 . Each bid shall be made on a bid form to be obtained at the Public Works Department, 5th Floor, County Administration B-ui.lding, and must be accompanied by a certified cashier' s check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before5 h► : l9 `T rI at 11: 00 a.m. and will be opened in public at the time due in' the Board of Super- visors ' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there- read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects , or fails to enter into said Con tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. -3- i ! i DTVISIGN A. NOTICE TO CONTRACTOR (conti..ued) The successful bidder will be required to fL:rni sh a labor and Material Bond in an amojnt equal to fifty percent (SG;o) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general p'reva_ling rate of per diel wages and rates for iec-al holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem T,7ages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and ail bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty _ days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By J. R. OLSSON County- Clerk and Ex-Officio Clerk" of the Board of Super- visors, Contra Costa- County, California By N.Pous Deputy DATED: DEC 2 8 1976 PUBLICATION DATES: Rev. 5/76 SPECIFICATIONS , FOR "j" AND "I" WARDS REMODELING CONTRA OOSTA COUNTY HOSPITAL 2500 Alhambra Avenue Martinez , California _.. 1`/ _. FILE D E z� 1976 J. R. OLSSON CLERK HOARD OF SUPERVISORS N COSTA CO. ..D. ut r ,? Prepared for Public Works Department Contra Costa County Sixth Floor Administration Building a Martinez, California ,�IJlicrofilmed. with board ordQf '� �.�;s.;:r. t E rk � sr z.: � ...,x± qs �^xy �...«zt , :,,,:H4 h_L�t';�•� >'�k.,,� ,,..5 r1f i..zJ...', t .t,.�'. .M.�v � .�., z { �1. L s.-.ryF. i uJ'!i'+, p. 4s}. , iF tt%. 1-.,+ .}..+:�t Ie w F. F i } �3'ttt �h✓ ,,.31 r��a'..'if'..,j `?y=...'s F r .£ "hl.Y S+^4`s^e'`:^:- ` z ti f- s 3 s 7 .� i 1 c�. � 1 � a { x K,,.•7 fi:� xa,, ., i=.,rwu,:� TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans , Specifications , and Site of Work Section 4 State and County Labor and Materials Requirement Section 5 Bidding Documents Section 6 Submission of Proposals Section 7 Withdrawal of Proposals Section 8 Public opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11 Award of Contract Section 12 Special Requirements Section 13 Execution of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations • Section 3 Patents and Royalties Section 4 Contractor ' s Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages . Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials , Articles , and Equipment Section 19 Shop Drawings , Descriptive Data, Samples Alternatives DIVISION F. General Conditions continued Section 20 Samples and Tests .Section 21 Change Orders Section 22 Labor Section 23 occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning. Section 25 Payment- of Federal or State Taxes Section 26 Acceptance Section 27 .Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Special Conditions DIVISION H. Technical. Conditions SPECIFICATIONS i DIVISION 1 Demolition DIVISION 2 Repair of Blemished Surface _ DIVISION 3 Carpentry DIVISION 4 Hollow Metal Work ' DIVISION .5 Finished Hardware DIVISION 6 Lathing & Plastering DIVISION 7 Painting DIVISION 8 Electrical , r t �sfi 1�ciL€' #' t +� j ' ",.:,.rte s„�,l!.,:,� °.`�^ed€r.,�{'` �'.�� '� " = f �• k:.,u fap y.4',2,.`£ °.:���'�k '� ". .��. ri:,a _ -.,'�;: a t+:..,;€`�a }„ --?: f.?., ri ;.t#�.. .a�,�.. tzjx 3 �S,,,i"',;.�� 'r:KJ c`'r :;±"?t +s a ,:g..?! _4�.:�,.x, �t ip..; �+=i'.�-�;.. z� F sA; .:'�s`:k•'`�.s~r to l" 4� �,, F„; X.N ,..r - s< :�<:{r ri !}�t7r s, t.'t x:.tC, s �rA:��+?'. .�, l i4,-;✓r:� a k ...fin.*, v �`Z y. r.,�. f.! lid: •.�.^'�`i' x.x�,�..3 � k t F 7,a � �a.�p`atzt:F�;�ta...{:�i,�s�a,z!f:.4. r„�.c.L':�k,z�rhn.y,n�f �`���°r��� ��� �r'��;!saes'`'�,�h'4��';!F'3,�-'�.�f��?'.?im'�r�a`�5�,�t;, "'�L�'�c��yy#��'t`�`•�= `�k:?.lz.�a.�a�• S` 5`��:.i.F..�a,;r'tkrx'�.x”.r�.-..y,:%'kS�Atv.�`�,.a>.,��t�.,tb3f AS�,v.,ee.._....t. �. a DIVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Super- visors of Contra Costa County , that Clerk of said Board will receive bids for the furnishing of all labor, materials ; equipment , transpor- tation and services for 11J11 ,& 11111 Ward Remodeline:-,- Contra Costa Cgunty-Hospital, 2500 Alhambra Ave., 14artinez . CA, The estimated construction contract cost (Base Bid) is $ 13,000 .00 Each bid -is to be in accordance with the Drawings and ISpecifications on file at the Office of the Cleric of the Board of V1 Super-visors , Room 103 , County Administration Building, Martinez , California. The drawings and specifications may be examined at the office of the Cler1r, -of the Board of Supervisors or at the Public Vlorks Department, 5th Floor , County Administration Building. Plans and specifications may be obtained at the Public Works Departmant , 5th Floor, County Administration Building , upon payment of a printing and service charge in the amount of $2 . 13 (sales tax in- cluded) ded) wbe re which amount shall not fundab-le,. Checks shall be made payable to the "County of Contra Gosca- , and shall be mailed to the Public Vlorks Department , 5th Floor, Administration Building , 14art-inez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146 . . Each bid shall be made on a bid form to be obtained at the Public Works Department, 5th Floor, County I Administration Building, ,. and must be accompanied by a certified cashier' s check or checks , or bid bond in the amount of the ten percent (10%) of the base bid amount , made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors . Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before S.JAW ; LC!v-Tr7 at 1:00 a.m. and will be opened in public at the time due' in' the Board of Super- visors ' Chambers , Room 107, Administration Building, Martinez, Contra Costa County, California, and there- read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will 'enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses , neglects , or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. 3 DIVISION A. NOTICE TO #TRACTOR (continued) The successful bidder will be required to furnish a labor ,and Material Bond in an amojnt equal to fifty percent (50%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per them wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per them wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and all It bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a pet iod of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By J. R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Super- visors , Contra Costa County, California B Deputy DATED : PUBLICATION DATES : Rev. '5176 CORRECTION SHEET The following corrections shall be made part of the Contract Documents and clarifies the Contract Documents as noted. Page 6. Section 3 (b). - .Reference to "Division E" shall be corrected to "Division F". Page 6. Section 3 (c) - Reference to "Division E" shall be corrected to "Division F". Page 6. Section 4 (e) - Reference to "Section C" shall be corrected to "Division V. Page 7. Section 4 (c) - Reference to "Section 1 of Division E" shall be corrected to "Section 6 of Division F" . Page 8. Section 11 - Reference to "Division E" shall be corrected to -� "Division V. Page 9. Section 12 - Reference to "Section D" shall be corrected to "Division D" Page 12. Paragraphs (f) , (G) , (H) , and (I) shall be corrected to 5, 6, 7, and 8 respectively. Page 15. "Section E" shall be corrected to "Division P. Page 14, 14a, 14b, 14c. -- Division D - Change revision date at lower left hand corner to Rev. 12/73. Page 21 . Section E, Subcontractor' s Certification (3) ; Delete paragraph beneath signature line requiring written authorization by County. Page 1 . Table.of Contents.....D.ivision B .- Instruction to Bidders.- Delete Section 4 and reduce by one all subsequent section numbers. -4a', • DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. t� (c) Bidders shall be experienced in the type of work' for which they. are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor" ppage 3, is a guarantee that the Drawings and Specifi- cations wili be returned in good condition. • (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- ing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, i� quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furn ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of.subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material.which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. S_ Rev. 5/76 e f ( 2.F'w?• ..,!•,,;, nr.„u.K F�.: +.! ._..e k.ry✓, ..x� 5':r4�`a� u.,,� �J .....:i "Y. ,n 3- :ft cd 7f i�..t.+.re,..a.4e-�..F� (.��a A +, .:, ({- ; .^;yr... { � e. v e Z. � Y� „F %1lieale .,f_L�x hq � ��J i7 rse t F �� r�` i�� �,;.L.,•v:'�� rj ,.,i..�t,Y..�s.��� �'� 3y�-, e ..�Sy ::� s.t � �'�»,'�C'`�at`"..�tk#.4��1,,�X�psfi«-K2b$� ti.L�,ls'e£ ca..rra�m. *t4,�s.'YG .w'fa.'�.t`r»�.'�,'�: f�c,.?tn"w,:h7<..�., r,r.�'�.w+r5.:1,.�2.."�l,�fit��:e nL.-.'r>, s.,.i�`.',_�"t.\..��ia'c ln,.F ,.rt_ •tx,.r".'.#rs�J.Y„r,,,_..,.,, dn. .,i_c ,. ...,,+rix, '' INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, eith1.er express or implied, that the conditions indicated are representative of those existing' throughout the'work or any.'part of it, or that unlooked for developments may not occur. Making such informs- tion available to bidders is not 'to be construed in anyy way as a waiver of the provisions.of this article concerning the, on- tractor's responsibility for subsurface conditions, and bidders must satisfy,themselves through ;their own investigations as to the actual condition's to,be encountered, (b) �RESPONSIBILITY FOR UTILITIES­,: As part of the responsibility stated in "aubdivision,(ay) above, and without limitation thereon, the Contractor shall be responsible' at;his-own cost .for any, and all work; expense or special precautions caused or:required,by, the existence•of proximity of utilities encountered in performing the work, in- cludingg without limitation'.thereon," repair. of any or all damage and all hand or exploratory excavation required, The bidder is --� cuationed that.such utilities may include:communication cables or electrical cables which may be high voltage, and the ducts . enclosing such cables, and when..working.or excavating in,the , vicinity thereof, the special precautions to,be observed at.his own cost shall also~include the following:: All such cables and': • their enclosure ducts shall be exposed by careful hand excava. tion so as not to damage the ducts:or 'cables, norcause •inury to persons, and suitable warning signs, barricades, and safety devices shall be erecte&as necessary or required. In connection-with the foregoing,- the bidder's attention is invited to Section 12 of Division;E of these•specifications. (c) DISCREPANCIES,PW ERRORS: If omissions; discrepancies; or apparent errors are,;' found 'in the-plans and-specifications prior to the date of,._bid,. opening; :the bidder,�shall submit-!a written request;for a. clari- �} fication which will be given in the form of:,addenda to all bid,? ders if time permits. Otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or,conflict between'- drawings and specifications shall be governed by Section-15'of - Divisic„ ? of, these specifications. SECTION.A., :BIDDING DOCUMENTS Bids shall,bp;,made upon the-special Proposal (Bid Form) (See Section C of this Specification) , with all items-completely filled out; �numbers shall be stated:.both _in;writin the signatures of''all:persons,signed; shall be- in 'longhandn £The.com :. plated form should be without interlineations, alterations :or.:erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5/7G , 'L'�') 's'�k t x rt C.1� t�•s a. � �'�7� ` �, f t klk ri 9 t t t 1 1 r : <.«Sfd.�t ..�-,aj.e..,3�`�:'.���:"bp5:'F.+�';�Fi.G.x•�J�i*"`��,F,«J5� 4.:�'h �fil-ri;.�t,'��iifr`''�c'}1. �9 u{y.y�,*'t+�3� ���;$�tiS�Kgyrrylry4�' �.F 1. ,+.r.,� ti�" irk • ` ��T(1N 7. Pt�et 7/� l�OFNTNG OF PROPOSALS ,. ,. , Proposals:,wi11 be publicly opened and read at the time and place 'indicated .in the Notice.to Contractors..: .Bidders . or their authorized agents are invited-.to be present," SECTION 8. ` °IRREGULAR PROPOSALS: Proposals may be rejected if they show anyy alters ation of form, additions not called for, conditional'bids, complete,'bids; erasures;, or arregularities of,.any kind. If bid amount is changed"after the=amountlis originally; inserted, ,the change''should be-initial'ed The County also reserves the right to accept "any or all alternates and unit prices ,ca•lled:'for on the Bid Form and their,order of listing on such form shall"in"no``way`indicate the order in which the bids may,be accepted SECTION 9. COMPETTTIVE BIDDING: -' If more than one proposal be:offere, by any individual, firm, partnership,,`corp association, or any. combination . Chereof, under the same or differentµnames, all;such,proposals may be reected. A°party who"has quoted.prices on-materials or work to'a Bidder isnot therebyy disqualified from quoting prices to other bidders or from submitting a bid directly for ,the materials or work. All bidders are put on notice that„any collusive agree- ment` fixingg the prices to be bid so as to control or .affect the awarding of this contract is in violation of ,the cbmp'etitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to'reject any and all proposals. The award of the contract, if it be awarded, will be to t� the lowest responsible bidder whose -proposal complies with all the quirements prescribed. Such award, if made, will be made within re redays enter the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention.is invited to the following spec ial provisions of the contract, all of which are detailed in the General Cunditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g Assignment of Contract Prohibited Rev. 5/76 _8 fk , g F T� �4-Y.'ti �... .. t� + ..:,, � :r:{ 4 .:1 r �s� taw ...;i,, t 7 > t< s` S k '` iY uy � y ✓ �,z n '; i� ti x,fK' � ?. #..a�yy...: ..,.::,.: s z /i.:.:..... 4*. -r.z,,,, 1 ,.:-'iS:<:r-.rY.._a..-' •,.z�{ i •t s-;'' Ss',ro'?.:.�'1G �.r�:.'.�, r 'fir.*:..,�E.. Y.- ,..M t{r; hi•".fit.""�4y,�`f C;�4;rr.., <r.r i f+'�jr. .�s.'s P'Si ... ...,z.,. ,:�- > 7... .x`: v. -,ni .._. �„ ..tr.c yez=.'�.:.�, r,ra .. ;'�.z y •t :'4; x;,,„ a 1,.: a. +'' ;!..... s ...a,4 "'s5 c, r. �- '. x,-,.,,. s ".s �i�.�.x���� ;...s.,d':T . e:. ., ,_ tKt ,.�v: "z? �. a; �+�s� ;}�..� �,.. ;.».#.e r+�a ass ttia. t• �;� �,'. ,i#. }� °"',: ,� i. i�� .>.. .,2,�F �.,.�. {S .: :!a ..,:.,+. `+v:`'au.,•.a„.>.. i ,a, ;..1, r cr,,. '3�:aWYFr.�,.{sy,.”-A�..�A k� _..� _�5�+`,.. � : 1'�, C'�I ."F�!'� '',k st-.`3: A ..t,i� .y.r.., �`:[.. .'r� 'C ,.:?S`t ...,.� ..'4.,�3 $� Y....�.�..��,P �+a'F.l Jk3�,a i r, ,,. ..,:s f 'reg.`•-,s, '`:ls'�37w_:',�g7y�'y.•.�,f�. S c i >n� 1 h.X3.�•W {'�i v '* .. -.,z�l.�r Mf�i+.^ �q:2k f i.;u.:'.• to Y t c d�.,,t,ik �:�, n�,>E•waT '>aL;.y. .m ,...fiC�`F"".a. S� .F�S �s.,... ..4�.y� '' ..�.„."...v� st w�+r'�. .sta^-. k�„fi..7!-3��Lr ?�..r..s..7...,... \ a.s-lt`-r". . '�'a .,�tw�n ��33.'.�ri�',`'o a, r'sz �sr..t.�t r,K rs. '�,` rt7,�� :t'+it'�r, �� �ti`>r`�'•�4�r.t”'"� � s� t se a +»: ..lei INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for developments may not occur.,, Making such informa- tion available' to.bidders is not, to be construed' in anyy wayy as a waiver of the provision '.of this article concerning the>Con tractors responsibility for subsurface conditions, and bidders must satisfy'themselves:through 'their::own,investigations as to the actual conditions to be 'encountered.!! (b) RESPONSIBILITY'FOR UTILITIES As wresponsibility,. stated in subdivision (a) above and without limitation thereon, the Contractor shall be responsibleat his own cost .for.any'and all:work, expense or special precautions caused or required.by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair.of.any or all damage � and all:hand or 'ex lorator J p y:excavation required. '.The:bidder. is cuationed that such utilities may,:include communication cables or electrical cables:which may be:high voltage, ,and the ducts enclosing such cables, and when working. or excavating in the vicinity thereof,-,the special precautions to;be observed:at his own cost shall:also include. the following: All such cables,and their enclosure ducts shall be exposed byy careful hand excava- tion so as not to damage the ducts or cables ,nor,cause. injury to persons, and suitable warning signs, barricades, and safety devices shall be`erected as necessary or required. : In connection=with`.the foregoing, the bidder's attention. is invited to Section 12 of Division E'of these specifications. (c) DISCREPANCIES OR:ERRORS: If omissions, ,discrepancies, or apparent errors are found in the pians an&specifications prior to the�date of.;bid, opening" the--bidder shall submit a written request for a�clari- N fication which will be given in the form`:of{addenda to all bid- ders if time permits. Otherwise, in figuring the work, the bid- dans shall consider that any discrepancies or.:'conflict between,.-, drawings and specifications shall be governed by Section 15 of Divisi «'r ou these snecifieat-ionsi SECTION 4. 'BIDDINGDOCUMENTS ; (a) Bids shall be, made upon the: special Proposal., (BU Form) (See Section C•of this Specification) , witfi;all items completely filled out; `numbers--shall be.stated� both in;writing:and:in figures, . the'signatures of'all persons signed shall be 'intlonghand. . The,com_ plated form should be without interlineations, alterations or;:.erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5!76 _6_ J k 4 y r 'x t �}�ky[�t.{.i'k e�.x � �r�.i ! > t � t t �i t r' � {7 ,�.',+ t!s. sf �.l 4{ r t �.� ! � 7 •r i t \, t ,t�X i 1f .3,j /.1 iN.�Jt��;•" F�{d"-!i},���j�, X o y i a r r t , .'1 ti ! ° z✓s, t,t� -1 ti�./° � ��1tiT'f k��� aye fi'� j �r�'1 a t. �, � ��'> r rJ 4q�``y :+ :n S'S:�:�.tk�sk�rd�:�s:' � „f.•s S, .i`'s....w`�. rl.e�<.$.r✓�.ui-N+'�ciS;"..T.� 'r�� �{^�.r 'S �.. ,ti" ,a i„ ::n t �: i � r`- ......,1�.m[1ax2�;YriTk''f4vz�u'7}i �'^`,�1.r`r"f1sV ,i`7- a✓ ;i rTi 1 •t'1 ya#� p ,_�r✓ iT.�,sY+! i ., k r SECTION 4, BIDDING DOCUMENTS (continued) (b), Bids shall not contain anyrecapiaulation of the work ;to be:done,; ;alternative, proposals.will not,be.aonsid- ,.. ered, unless called for. , No;oral, telegraphic or, telephonic . , :'. proposals or modifications will be considered. (c) . List of Proposed Subcontractors .;,,Each proposal,, shall have listed t erein :t— he,name and;address oU,each subcon- tractor to whom the bidder proposes to subcontract portions of the work-in an amount in excess''of ,�;of>l parcent:of.,his total bid, in accordance with Chapter,2, Division S, TitUe l,' of the Government Code:.' See Section`; of: Division E:of :these specifications=; for further reference to subcontractors,•• .(d) Bidder's Securit ;All bids shall have enclosed cash, a cashier's7j_ cert a Check,or a bidder's-bond' as... Describe a ow, executed:as surety by a'. corporation auttharized to issue surety bonds in the State of California, madepayable to "Contra Costa.County", in an.amount to at .least,10 percent of the amount of the id.. No=bid.shall be considered unless one of the forms of bidde'r's security, is enclosed therewith.:.: . SECTION 5. SUBMISSION OF PROPOSALS: • Proposals shall be submitted,to the Clerkof the Board.of Supervisors of Contra Costa County at the place indicated on the bid proposal. :It:<is the sole responsibility of; the.bidder to see that his bid is received in proper. time. All proposals shall be;.submitted,under ,sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Noticeto' Contractors and the bid proposal. Failure to do so may'result.in a :premature.opening;of, or a'-failure to open,.such'bid. Proposals'.which.are not,properly,, marked may be disregarded, SECTION 6. sWITHDRAWAL OFPROPOSALS. Any bid may be withdrawn.',at any.,ticne,prior to the';time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such;bid is:,filed ,with; the ••;- Clerk of the Board of Supervisors of Contra Coa' stCouity. An oral, ttellegrraphic_ :or tt'elephon_c I ueuestt,,to;withdraw a,bid ro osaT-s not acceptable.� '1Tie wit thdrawal-of� a bi3-s al not pre ud ce te;right . o a i er to 'filea' new,bid.:,rThis article.does,•not,authorize the;. , withdrawal of,any bid after the-time-,fixed in ;the,.public•.notice for, the opening of•bids.% " . Rev. 5/76 _7_ � v \ - �i'7�.,:.�r t-...> t,.,r.��bw ck`,�t;..-,.:. ,. �,ii ...-_ .,.,,•.,xa ,,.,rc,.�,f:,,,�rk L�b.��..r .stih:.,�' .:,.1.Ui.k .?.:,?r+�� g�,G..:x;;>..i, _...-a. ,r.,t.,..cr.�i3;z:;��c,...x,n ..,.F .,,ri .. .i..t'c t .. .. r,.«r .. • SFr.TION 7. PUBLIC OPENING OF PROPOSALS - 'Proposals:wilL be'.publicly opened and read at the time and place indicated.in the .Notice.to Contractors„ Bidders or their authorized agents are invited to be present..; ' SECTION 8. IRREGULAR -PROPOSALS Proposals may be rejected if they show anyy'`a, ter ation of form, additions not called for, conditional' ids', in-"'' complete bids,''erasures;, or-irregularities:of,;any kind. If bid amount'is changed after'.the'amount:;:is originally; inserted, the "change 'should be•initialed: The County also reserves the right to accept any "or all alternates and unit prices': called'.for on the Bid Form and their order of listing on such form shall-in no way indicate the order in which the 'bids may The accepted. SECTION 9, COMPETITIVE BIDDING: _ If more than one,proposal be,offered by any individual, _ firm,' partnership, corporation; association, or-any;,combination':'. - thereof, under the same or different names, all;such.proposals may be rejected. 'A party who has quoted prices on:materials or work; to a'bidder is not°therebyy disqualified from quoting prices to. ' other bidders, or from submitting a bid directly, for. the materials • or work. . All bidders are .put on notice that-any, collusive 'agree- ment fixing the prices=.to be bid so as to contol or,affect ,the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract `'let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Conditions (Division E) or other documents included :in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials` (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 v,a?s .-+ - r •,,;3. i...,>:;� � � ,7 x �v.a.;a i s�.,s Ss J4:,s S.�et�.va r- .t..t�dN � Fr,,y �..7ri 4 :f ,+ ,w�, � ,r.,. ���t.: :t ,,, w`.� tn •+Y;:.��r. �r S,�:.,_ Ft.,:9 i r .�..n� L,L t.;. x.�f,.:. '_e. rt. Y.. x..:�,CAa '�eiri`��Yt rte• �{ a ..�w r+s v7 Y x +.» t i ,, e.... ���., c'�4.., ..a;.�'�.,t}n.•a�. � �,m' ,..°::•. . ,, v.,°- wz,i'hl-'iY'r. ,.F°....�+ ..�n.}... .n�•�<�:..c.,;k.a3�,�,aitiF .. .}.,?�. '�.�«�r-i�.x�-w`b.�}ett".b.,�"���s�.C�!_.hr. .ri : a+��t� ., _-.. SECTION 12. EXECUTION OF CONT : The contract (exampYe:in`Sect on D),'shall be an signed'by the'successful aaa8eofireceiltcanoCcincludingtSatut, returned within andvle(al ho Ways, together with the Contract days, Sundays, gbe Bonds and Certificates of Insurance hall Nn_:contract sthe :. binding upon the County until same has been executed'by the Con tractor and thefCounty• Should the' Gontractor begin%work ,in advance,of. .; roved, as above r i,, recei°ving''noti"ce that,%the "contirahimhwillrbes,been Ftat-his own,risk and{tas provided, any work performed by roved. a volunteer unless said contract is so app SECTION 13 FAILURE TO EXECUTEjCONTRAOT rj 4, Failure to exeeute,a contract and, file accept ri_j of insurance as provided herein within able bonds and certificates 10 days, not including Saturdays, Sundays„and legal, holidays,.., . —� after the successful bidder has received the'-contraa fthe forfeit- re ofbtheust cduss`securieyannlf the. successfulrtiidder,rpfuseseor to fails to`''execut'e the`'contract;: the:County may; award. the,contr ,,,t, ` the 'second lowest responsible bidder.,ilf .the second lothetCountyrespon sible bidder refuaes 'or fathe ils to�execute tthe�contract, may award thee, crefusal of the second lorethird st elowestliespons blg n the failure bidder to whomary securiti'essuch cshallcbei.likewises so rforfeitedetotthe hCounty. uch The work may ,then be' readvertised or may be constructed by day;,labor as"provided by State law. r • . 1 Rev. 5/76. -9 t } .,3 z t tnL t`s .k r3..•t�'r'` 4 r $ " ", .,.: i .. r:o:;: :r s S e gS .-r Fir W i 7 'it 1 .n M 9i'i # .�-.• , ." ., yx �Ut T s t. afl'�.^`r;'. �V; tl.x ' ' 'S } ;.+� �#'.t 4w 44 'f� ,".,� .... lc .e " S7¢ £ 3s- V4 � y �? ge i � `i 't, ril3�.Y1 5�'Srr - ''�Yf,ws,� .�{ !bik� ;T.`b "; ., .•'.' '�'JRS#(,}..f '�"),'#• .. h Bidder , DIVISION C. PROPOSAL (Bid Form) 25 th Jan 1977 BIDS WILL BE RECEIVED UNTIL day of at 11:00 a.m. , in Room 103, Administration Building, Martinez , California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor material transportation and services for "J" & "I" WARDS REMODELING, CONTRA COSTA COUNTY HdSPITAL 2500 ATNAMRRA AVE, MARTINEZ , CALIF. 94553 in strict conformity with the Plans , Specifications , and other con- . tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor , Administration Building, Martinez, Cali- fornia 94553, for the following sums ; namely: BASE BID : Shall include all of the wort: for the construction and com- pletion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ ) ALTERNATES : 1. ALTERNATE NO. 1: ' State the amount to be added to the Base Bid for the Painti.ng as indicated on the drawings and specified in Division 7 W Add the sum or: Dollars ($ ) 2. ALTERNATE NO. 2: . State the amount to be added to the Base Bid for the Folger Adams Electric Strike System in lieu of Adams Rite Electric Strike System. ' Add the sum of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within one hundred 7 twenty (120) calendar days from and after the date of commencement. -10- x CC It is understood , with due .allowances made for unavoidable delays , that if the Contractor should fail to complete the work of- the contract within the stipulated time, then, he shall be liable to the Owner in the amount of .0.-= per calendar day for each day saidwork remains uncompleted beyond the time for completion, as and for liq uidated damages and not asa penalty, it being agreed and ex- , pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans , Specifications and other contract documents and the local conditions at the place where the work is to -be done. The undersigned has checked carefully all of Che above figures and understands that the Board' of Supervisors will not be re f. sponsiblefor any errors or omissions on the part of the under- signed in making up this bid. -11= ;9 �k- .,.Fit Ya A.s:.-`_f ..f r� �.. ..t.., t...::._� s�Jf.�,:'"r 1. r bi �`r...r a ,{ r.: t :•, y1�� s.,.-'zr r,.tt a :n.'^ 4 '��a s.F °'�•. �.,o-,,.r 7 dr i 4y:P.! +:. 2k b7.K. -it:^r :-r�_,� , .Y,,;�^} �s .{.,.,,k��t�:.,+.t� .,�"'f'rs;i. .�'�;: & ��:..fi '�.,�41C X=w." {+-di f.�',r•`rt t.�s _F �.-�,.. 1. ,+`✓, ;ik,,..J�:�4�,fii"it J �':. .1 � _ t 'rc!L. �3.r..�".veli� U`` °-s• 1'�'- '2 i<t.' x-'�c�)i,:.ar'i r A �,� k,_,'r l:k! t s i.-. k J t i '1z r �' E' t U eKi,,.+-+ a�g. 4' ,r� ,i,,. .{ �� z."' }""rk...day 3•rr;,:;,ll-..7 a r ,'�:1. � .'f t i<..�r.T�`S .c-s ,.J+' ' I�4 r ,�r ,ys air:r, ^'�•?x�4?�'��i�}`H•'',3�nJyi£��7,k�. nT�1TCTON C PROPOSAL (Bid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in;the interest or in behalf of.any person not herein named, and that the undersigned has not directly, induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self;an advantage over any other'bidder. (G) Attached is a list of the names and locations of the, place- of. business of the subcontractors. ' t� (H) Attached is bid security as 'required in the Notice to Contractors. p Cash C1 Bidders Bond o Cashiers Check =Certified Check (I) The following addenda are hereby acknowledged as being in- - eluded in the bid: Addendum # dated Addendum # dated • Addendum # dated �- Firm By r. Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of , 19 Rev.. 5/76 -12- tn �..::, .-<. ,•,, h y:,,,,Ch ,y.,, .;,r k.i,.x,S.F.-.,":'..Fir:.+."•;,'4!."Y 3y%.>di,t....?d_1*''PL.+F!...Me-�,.!�s�'�c,,J.,,,+h;,x,J,.'.W..,_•d...�• e^x1.S,kW,._-t�},..+,.,t.:,f�rr �t.�tXa�:'X":Yx'�..i vV^�sxk'.�'a.R.t.tSt.:.''ri.:x��:»i-.,`��'iZ'prtx s�.C..s....a}t.x.{.,:.}...�s.��*l4,�.:zo}..0d t-..,,..wl}l..F:.,.a41�_,'.Ey�4.+�+�7��".,a:..}3;..:r„..rt.y,...tts�i,t.•.C. ,,'v+v`?.<.`'..t,..?}„�...�,I".s�C,tsFy'fw'�k''.`trt',.i'.-.,..�l„i.R..'..�.:i,et.jt'£i5•✓' }, fi1tp'1S.qf�x1•:?.tyiqslF Cisk.r,1K.o.,1.:,. t_ !i�Ja 6 � �31-102 Vi; M': {' t.t'Pr�xi``!.s.?,4w•Srt',i�x'T s.x.�t-c¢.�t,'�r'.S3"t'�,tts,'+``."a`'1'{3V..?a,.�f''�,.p.r,...<,:n",+T,c:X+ah?fy7�!.s.�9xK'A+Y''tt`�i fix`;t+i5Y1t�u.} „r:y,,tFtt.r-ir; et . . 1•s yy d- #, d 4w .�,v =s: -4 e, . ted ,:t fa;.�". .,'.°%`3' 1y, .P, „ i �fi t, x t�l'FY. � r`5- b Ap, � ' � f" `"f`, Y '•-e. b. '�:k :�5{". R i.d:> tT z x..3 d �& ati� •j ����'3'�4+.k t�. ��Yq, ��”t�4 iti'?' S t .f4,,4it Yt•._ ti'x�; '�':�� ti 54�zY .pr eh s��` ..�'tS��'�„t-;`""�a {� U�,�... � ��gi? t tC' �, j '4.j • DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E. , Section 6, Paragraph E.) Portion of Work Name Place of Bidders H -i3 ,pa 33 �� q,a.� ,•,W� K :�+, 5G �.> ,., G ! �� 3 ,�' .a.�ii" <s,.� f 1n+.a... r1•� i .Fy ,.� s a #. s�1 � ^,' � :,. K t a..yi.. .�ha`f;.e� S{i3s„-� �� '*�t:�fY�' � +:f'' ° :,.�.r r7.. r,�,e� kF �"� d•�., t,.}`y. t{.}.. .. .r. '�akr _s.,,y y e. ,.. ,z>,,, s„.Cc.. 'Z (s ;k .d t. y ����i i � r: �, � �' � a. �.�-t,_s�c'a'' `� 'may�r�,�i' r ::3a �'C �.z'a �;,L:.�y s •x�•r�_ t � F�./t 1 t•;�<,,.� � fits .c:. >YS� i�.vt' :: I kr.c .�"rt �". b fz�,�,� iti,. '�x v T>:T• I ..:1, #.♦.+1•�"ifs '#t ,. �s..` ,t,$ iti f....s;i ,;. "�: 31 !� ,�,:�t 3'iFA`sf..>.-�t�'S�ni�'Y_t?"':,..Mr.t..., ..�. .....1�,r��L�a .� �}r, � t. t i'{...- 5�;ti��"��.`�..,Y�'. y' t,, •.h�'�Z res �� � � �F a,,;� .-.,�,,;+ k'�r=.. •',�`�ii`'...uu�2i�:ria.., .;K+...t .a�tsivc�-:..�:,>>r��._ :r�..- �1 DIVISION-b. ARTICLES OF AGREEMENT (Contract) CONTRACT (Conetructton Agreement), (Contra Conta County Standard Form) J. PARlADLES. These variables are incorporated below by reference.* " (112,3) Partieei (Public Agency) (Contractor) l (12) 8ffcotiVe 'Date: ISea Nark: '14 for 'starting date.) (13) The Completion Time: --- (f4) (strike out '(a) or, (b) "calender" or "working"), (a) BY (date].. (b) Within calendar/vorkinR days from starting B dare. (15) Liquidated Dam@gee: $ Per calendar day. (16) Public Agenoy'e Agent: (17) Contract Price: S less, in accordance vlth finished(for-u itepriceucontracts mora or (Strike out parinehetfeel mnit bid aterial it' inappllcable`.J PYices,.) g. SICNATUgES 6 ACXNONLEDCNENT,; >r { Pubtio-a`� Bye (President or, Chairman) (Secretary) Cont or, hereby also acknovlodging awareness of and complianee with ' Labor Code 11861 concerning Workmen's Cemp'naation Law. r Designate official capacity 1n the business] Nota to tach, otorp ' (J) Ezeaute ooknouledgment furm,`6eYou; and fEJ iI a or'pora- L{on; attach a oartijied copi'of the bylauaI er'of thn'reaoiution of th'e 8car3 of Directors authorizing execution of thio aontraot`and of ih'e'bo`niio required L`drebf,, '- "- '---" State,of California as. - -- ---- County of ) ACXNOW-RNT (bY"Corporetton , Partnership,. or Indfvldval) The persan(s) ■!going above for•Contraetor; known`to me !n indlvidual'nnd'buiines's capacity as stated; personally appeared`before'ce today'ind acknowledged that h"c'/,thou executed it and that the' corporation or partnership named'`above'ezeeut`ed'the Dsteds (SEAL) -- ----------- ------------------- FORM -- ----- FORM APPROVEDY" J. B. CLAUSEN, County'Co unas1 ------------ Deputy (Page I of 4) Rev. 12%72 -14- 'A15)", 14f:f,h> Y,# �tw`rk T r is '*y'`.c ' s�i:�i A ' 7 k"•rt ". L; ti�' k M ' u a"-� i i '":.n y, k ,t +X .. �R. Y � #T:da':i,a� 4�t 3•?g' ;�€�','�y�', i � �. ���u3�..�5�'+���l i"�,A��Y���'l�''g'�r. • 3. WORK CONTRACT. CHANCES. , (a) By their aignatures in Section 2, effective on the above date, these parties promise`and agree as act'forth"in thin contract, incorporating by these references the material ("vatiables") in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike canner, fuily and faithfully perform and complete this work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with The Public Agency's plaTk, drawings and.specifications. (c) This work can be changed only"with Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the;Public Agency shall never have to pay more than specified in Seca "7 without such an order. 4. TIMET-NOTICE-TO-PROCEED. Contractor shall etatt this"work as directed in the speci- fications or the Notice to Proceed; and shall complete It,as .specified. In Seg. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to complete ,this, contract,'and this work within the time fixed therefor, allowance being made for contingencies as provided herein, is he becomes liable to the Public Agency for all its loss and domega therefrom; and because, from the nature of the case, it 1s and will be impracticable and extremely difficult to aseettain and fix the Public Agency's actual damage from any delay In performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the same from any, money due or, to.become due Contractor under this 'con- tract. If the Public 'Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or,delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be' aaaessed liquidated damages for delay in completion of the wark, when such delay was caused by the failure of the Public Agency or .the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications, of any PubFlic Agency's . call for bids, and Contractor's accepted bid for this work-are-hereby intorporated into this contract; and they are intended•to—co-operate, so that anything exhibited in the plans or drawings and not mentioned in the specifications, or,vice: versa, is to be executed as If exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning; these^shall be. finally determined by Public Agency's Agent specified in Sec. 1. 7. PAYMENT. (a) For his atrlct'and'literal fulfillment of these promisee and conditions, and an full compensation for all this work, the Public Agency shall pay the Contractor the sum specified in^Sec.' 1, except that' in unit price contracts the payment shall be for finished quantitiesat unit bid p,ricea.,, (b) On or about the first day oi'each calender month the Contractor shall submit to the Public Agency a verified application for.payment, supported by a statement showing all materials actually;installed;'during`the,preceding.manth; the labor expended thereon, a; and the coat thereof; whereupon, after checking", the public Agency shall issue to Contractor a certiflcate.for the amount determined to be due,.minus.10% thereof pursuant to Government Code Sec. 53067, but not until"defective work and materials have been removed, replaced and,made good.'., . S. PAYMENTS WITHHELD. (a) The Public.Agency or.its.,agent..may:withhold any_.payment...or boeausu of later discovered evidence nullify all or any certificate for payment, to such extant and period of .time only as may be necessary to protect the.Public Agoney from loss because oft (1) Defective work'not remedied, or uncompleted work, (2) Claims filed or; reasonable..evidence:indicating,probable fili.na, (3) Failure to,properly pay subcontractors.orrfor material ,or lab,or,, (4) Reasonable. doubt_ .that the work:can be completed,'for .the:balance then unpaid, or (5) Damage to anuther contractor. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work, progresses,"the materials and labor which are not satisfactory to It, so as to avoid unnecessary trouble or cost" to the Contractor in making good:any defective work or parts,, . (c) 35 calendar days after the Public Agency ,files .its notice...of ,completion of, tha: entire (Page 2 of 4) -14a- REV. _12/72 i 3.� x -� � .. s � ¢ x e 's� x 6 i� t d "� 'r 7�r t � Y��.iYk ♦ a 6.. �` 4'4Vti� ,t�.. 4 �.c t ' - '"r-.. l, f f r S ",,5' . � .2'c 4,• i' z � n�'� f��b 4 k�a ,..t.�t. . .[ .s P '�.t€�, F vr,...ir.... ».,.au...x_<,r . .>F.t,., ..f ,.:zr; �1`.fiv u.}Y•,+t.+c�:;srfi,?ua� :�:r�"+.,-c, ad;�irr,R. ,,:.'`?gM3�f.a6!G ?,!Kx rnot:'i'�'�a ,f$ "hf' . ...y. S°iSTnIyFSM19Y�"::.`+t�Ih'`a�,�.'+��sb�i':.Pe'��`y}� • work, it shall issue a certificate to ,the. Contractorandpay the .balance of the.,contract price after deducting all -amounts withheld under, this contract, provided theLContraetor :.- shows that all .claims for labor;and materials ,have been ,paid, ,no claims have badn , presented to the Public 'Agency based an seta or omissions of the Contractor, and;na ,lliens or withhold notices have been filed'against the work or site, and provided there are not reasonable indications of defective or missing work ,or of late-recorded notices of liens , or claims against Contractor. o, 1. INSURANCE, (Labor Code 111860-61) • On signing this contract,. Contractor must :give Public Agency (1) a cartiflcate 'of consent to self-insure issued by the Director of Industrial.Relations, or (2) a certificate of Workmen's Compansation ,insuranco .Issued by an admitted insurer, or (3) an exact copy or duplicate ;thereof certified'by ,the Directo-r ort he .insurer: `.Cont,ractor in aware of. and complies with Lab-or Code Sec. 3700 .and the Workmen's Compenaation Law. 10. BONDS. On signing this contract Contractor shall, deliver, to Pu Lc' for approval good and sufficient, bonds vith,suretfes, in amount(a) apecifia f,n the ppacfti- labor cations. andgeacerialsng his fa Iheraunderth[ul performance ot, this contract and ,his payme'nt.[or all 11. rAILURE TO PERFORM. If the Contractor at any time refuses or neglect a, without fault of the Public Agency or its agent(,), to supply sufficient materials or workmen to complete this agreement and work as provided, herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Cqde (beginning with Sec. 1720, and including Secs. 1735. 6 1117.6 forbidding dis- criminatfon) and intend that this agreement complies therewith. The partiee ;specifically stipulate that the relevant penalties and for.feitures provided in the Lab a r. Code, especially in Secs. 1775 6 1813, concerning prevailing wages and hours, shall' apply to • this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 114100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this vork,ia to be performed, for each craft, elassitieation, or type of workman needed to execute, this contract, and said ratas ,are, 4% specified in the call for,blds for thio work and are,on file vith the. P.ublle,Agancy, ,and_ are hereby incorporated herein. (b) This schedule of wages is based on a' working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work Is being performed. If It becomes neces- sary for the Contractor or any subcontractor to employ any person In a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shell immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, Whfch shall apply from the time of the Initial employment of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this work by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed an this work In accordance with Labor Code Secs. 1777.5; and 1777.6 on non-discrimination: (Pagel of 4) Rev. 12/72, =14b- 3 ) ,3 ,,�: ,<.:,s f. ...+r z t d 7J . :,-rr,�*�,'� •1 � '. v.K.?:' �jr~.<,� � t�,t I �, y.'� ' h..�'...1� t 5� `r #�r:! � F F'"f i¢3 }.� i � ,k.:>�2;'+�k 17. PREFERENCE FOR"MATERIALS. The Publ'fe Agencydesfre'sttci'prorioto the'ind6ifriei aed` economy of Contra Costa County; and the Contractor`therefore'promisee;'to"use 'the'produets, workman, laborers and'mechanics of this Count y`f'n"avery'caste wherd th'e=price 'fltnass"ind qua'lity:are 'equal. 18, A 1IIC114ENT: This' ag're'em'ent binds 'the heirs.' 'success'ors'; assigns, 'and'representitives of the Contractor; but he cannot sasign it in whole or to part,"nor-any monles'due;or'te-' become due under its without the prior written coneent.of the Public Agency and the, Contractor's surety 'or suretia`s', unless, they h'avi wd'lv'iJ notice-of as'di'gnmentr: ' 19, ttelVER HY'PUHLIC 'AGENCY. " InipsctIon of the 'work:and/or, materi'a'ls, or'"'epprova'!,of' work and or:matariale 'inspected', or.statement by any offt`cert' agent"or.rRepl'o'yee al'Ehe ' ' r Publ'i@ Agency indicYting''tiie'work 'or any'part thereof co•m�fllie 'wlth th requir6ments1'6f1" thIs contract, or acceptance of the whole or any part of said work andfoe' siatdclaI""',,r '` payments therefor, or any combination of theme acts, shall not relieve the Contra to,r of his oblf'getion to 'fulfill this' contract as' pre`s'cribed; n`or sha`l'l" the •Pbblic''Agane`y thereb sero' ad from' brio' fn an y PP B B y octlomfor daeagon br'enfbrceofanc atising''f'rom th6`t •• �' failure to comply;wi"th any of thi-termi' and condVeLona `h`ereof:"' " r 20. HDLD RARMLESS 6 INDEMNITY. (a) Contractor promises to and shall hold harmless and Indemnity from the liabilities as' deEined "in this;oectSon, (b) The Indemnitees benefited and protected by'this promise,are the Pub 1fc Agency and 'its 01ective 'and appointive boards, commissions, 6fficere, aganta a1.nd 'am' yeron. (t) ;he liabllttlas protected agoinat,ore any liability or'"claim for damage of any kind allegedly suffered, incurred or threatened because of actions'deft'ned below. Including personal ln)ur death y, , property damage, lnvorra .eonde'mnatl'on, Or 'any 'combinatton of `theaa, regardless of whether or not'such' liability, claim or, damage was'unforeseeablr at any`tIme before -the County' 'approved the 'improvament plan.'or iccept;ed the imp'rovemants u' compl'et'ed and including' the defense of any 'suit(i)' o'r action($) it a"aN, or equl_,ty concerning',these. (d) The actions causing Liability are any act or omiision bar l'lgent 'or non- • negligent) in connection with the matters coverad by this them. contract and attributable "to tha contractor, subcont'ractor'(s)'. or any office r(s), agent( e) or"employee(s)'oE one or'sore of (e) Non-Conditlono'i The promise and agreement In th'la'sectton is', not conditloned oF' dependent on whether or not any Indemnitas`has'ppr�pared iupplie:d; or'appt: con" ani toned of spaeftleation(s)ri'n eon`neetian;'Llth this"vork,'has 'insuranec:or other 'indem'nificat`ion ' covering any of `these'matters, or' that'the`alleged damage'resulied partly trom"a 1 neg1 , tent or willful misconduct of any Indemnitee. ,w . (Paga'4"of 4) n'14c h + Rev. t } r ` 4 r a ! •kb I !g -� ! $ } 'f 3> � � t f;} [t } ! 2 ✓' x C K tir d i'' t i ( �,�'. �' W1, •.t«. »�:... 1 4 LtJ .s.:i' »kit,rrt•: t f Yf« ry.> t 3$s r.,� r �i{.i.�- a.-.;'S ;?...<x .. ,'.,t; k Vit,. . •l.* cz4.,a 7.< -i. ..� c. 'JE' t `. " L-5...,. !'+',r G"tb: tt`n a, �. � 5 "1".141-1`11611 �,.__� i. .. � Z, a Y.1-.fr'.Y ..`U ,'��,,,a5k`�' J. ,t. ;31 `#.{"<F� p,.r'? . . &: 9. 'r. ,., }4' T.,. .�`�, �t•t §a„ti. .. �'.. >.E F. :: ;.`� bg•c.t -!re ,s. a..,kt�k.'S.•.i ri' 't k� ...ns�.s;> •y,^,r 7 ;., w 4,r- t,YY -, r t. ..air... s -,.. •''� �.:. t`f� n L s f..•,,,a F h r� :•.;> :c •.•'`�''b i-1 -.Y ,1.�,+ +t. + ,:g,nv„'�t-f 4 r .:r4,vLr ✓. -x f "t-, .t�,,r P•4i1 'Yc:,.t1:a.; (t rt M aYi+. n.§ r,.*.. x..,,,ksc •r"„.. 5'r� fib: ,„�'{r �: � ,t,��r,��,, t: o . SECTION E - GID CONDITIONS, AFFIP14ATI_Cz, ACTION R.°QUIREt'>ENTS, E@UAL EPiPTAY1iLNT OPPORTUNIPY Part I: The provisions of this Part I apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who together with such labor organizations have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific ' goals of minority manpower utilization) together with all'implementing agreements that have been and may hereafter be deve,loped"pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to"as the Contra Cbsta Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part I or.Part II of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A", thereby meeting the provisions of this --- Part I, and by its commitment to Part II in regard to trade "B" in the instance - — in which it is not included in the Contra.Costa Plan and, therefore, cannot most the provisions of this Part I. To be eligible for award of a contract under Part I of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. • Part II: , A. Coverage. The provisions of this Part II shall be applicable to those bidders, contractors and subcontractors, who, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof;' " ~ t are not parties to 2. Are signatories to the ContiuCosta Plan bu collective bargaining agreements; 3. Are signatories to the Contra Costa Plan but are,parties to collective bargaining agreements with labororganizations who are not or here after cease to be signatories to the Contra Costa'Plan. 4. Aro siCnatorics to the Contra Costa Plan,but as to which not specific commitment to goals.of minority manpower utilization by labor oreani- . zation have been executed pursuant to the Contra Costa Plan; or Rev. 5/76'' -15- i r S<.yzay�,[� 1 `3. .�fiY.. � r y YF y,.. `;'Lt <� 4 g?_'d.,� 1 -:�. yi t ��N R.��`,S.y'"•' r C.` :4o4,� �r,� a s':., r a U fi S �n '�;. 'S� � 4 :! e 2 v?'t'`3.. � � j�., `3'�� ✓r, f,r �'. , icy a. � , S � . � `' ":'. '�7',' •, f .. ,' . .. -aTt i{' .r. ty r vPF �m3�&.�. c.r?:: .:_.,:#�',j �`�{< t. �-� .- ��• 7,,. h* .s'T."?.,,e.+. a=..(>�: ,l..r����� .,Yr`r.-a �- r i�i- a': -t ��Kw. r �. � . „,.,:3.:.r. ..e.}xi.,,°t x ,,.,x s ...}„ 7 r ::.4 S 3�� .- h� �. �...�..;3;;:. 4`�� ,.xi;.;_ F.`.-?, .r � +,!.xr: .,t- 4 k♦'...P. `, + :n4', .�..+ria �� .?tea � 1� -t4 ��r� t-i i. af`rw-e 1i#. r,�, i,.t�:9 awn qs.T. #+�M„."4,., �. U'�..r:,,. ,FtA ry =>�v t�s = r+t'�rt. :t ��«41» �n�• ,..�^ .:r?a.:�.Y �., .:�r4>�-, '' �H�`` .3. ,:`ba'��u5,:�”5:��n?: '�i�`�:z�'''°.3+�v���AL�i'4''"..1�'rRYS '� �a�.�' '�rst�lv�i"��'s",ydy.r'-t �f z«;' ��k=� �+t�,. :•�`�t +1"�'h���..'�. .a.N ;•`�^?,ar("o'��W _.�t�`'��`�� 5. 'Are'no longer, participating in an, affirmative action plan'arcep table' to'the-Diiector, OFCC - including the:Contra-Costa-Plan.• .•, . B. Reouirement -r An AffirmativeActionPlan. The bidders, contractors and subcontractors described in-paragraphs.1,through 5 above willnot eligible'for'award of-a contract'under'this Invitation for Bids, unless^ it certifies'as prescribed.in paragraph.i2b;of-.the certification,specified in Part III hereof that it ado .the minimum " t goals, and,.timetables.of,. minority manpower utilization,P .:and specific:affirmative,action steps set fourth in Section B.1 and 2 of this Part II directed at„increasing .. minority manpower utilizationby means of ;applying goodfaith efforts to carrying out 'such steps:or;is, deemed to.gave.adopted such:a�program.pur suant'to Seee n `8.3 of"this;Part+Il. -:Both the)goals-,and,timetables, ,and- theaffirmative action:steps,.must..meet,;the;requirements;of"thisrpart Il 4,4 as set forth'below•for alV.trades,which:,are to be utilized on the;project,,.., whether subcontracted•or•not: ' 1. Goals and Timetables. .The goals-of;minority manpowerrutilize tion for the bidder and subcontractors are applicable to.each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each trade which will be used on thetproject within Contra Costs. County, T California: The ranges for all trades to beutilized on the project shall be_as follows: From 10/1/74: 't7.0%. - 19.59 . In the event .that.under a contr. which is subject`to ifiesd Bid.Con ditions any work is performed in a.year later than the latest year for whichx=° acceptable ranges of minority minpower'utiitzation have been'determined'herein;' the ranges for,the period,10/1/A through-9/30/75 shall be'applicable to such work: Tho psrcenta;es or minority manpower utilization above are expressed in teens Of manNours.of, training a,. employment as•a proportion o£'the'totah manhours to be Harked by-'the'bidder's;'eontiacior's j6d subcontracto'r's entire4work for-be,`. In that trade on all projects in Contra Costa•Coiinty, Calirornia"during the performance or its.contract,or subcontract The manhours for minority work and training must,be substantially'uniform throughout the length 'of the contract,._ on all'protects and ror s'ac W or'the`tradbi' Further; 'the transfer of�minority. enployees"or,'triinees fromlemployer=to=employor or from project-to-project-Tor the sole'purpose of weetink'the contractor'a"or"subcontractor a goals shall be ' a violation or these conditions: 11inority s def-ined as including Negroes, Spanish Surnamed Americans, Orientals and American Indians. Rev.. 5/76 -16= i � �s ,..,, _ i :, );..r;4,w 1 :3?:?�., sr ..:. f.. ,,::.-.s Sc. 's ,•h 5 wr„ c.t.4-..,, :.:::.a� _t. i�a ;;'� i..i>, �.1}, 1.n,kt =:r �u :y � .:;.d ih ai.�,,.:.: *t ,r:. t ,-. � ,::�.: .. �+.-._� ,,y. 4;.�h,�.-# Y,a,f -°a�:.. Jz:. 4 ,.j.,.- t i.. ".P..P�i�Y,.w+ .5?•: 7.k '} h, t,Cv" . i•�-: .,r, �i .•,;y Sa �ti�n {,x � , M,...�,x� t��.. b .55, „.'J r.,'•d xi. ,t s,�cµ �: ..t' ,a. nr.,c'E?7, ,.`,.1:,�t,u.;�� �� :, ,„{,•=t, :�.. a!`y1"� ,�''::- �"':.?. i�r, ..*.� t.~•}�C)"�. x= ,� r'+'���'� � :�vs ��� ,m £bus �; ��..�>`�a,�,{y,'��� ����r`,�,�. i,}. F 3�';',�,,K t��,�sy, u! yt:�.r,�� c�-�l +-ii'.S "+.1- +^ t s ij'�F,n f. y .'4'.r :.+k•3w : >j? t a.. 3.. .f.,.N', jh S.F: 4�'. 7�•1ra�.F�.M .$''.., tJ 'i+a`•, ,���,grgr""•.''}�."f. "�-s"{\�p4 <n'Y+'a Y�.'b<,t,.iA`.-Y4..: v .. T! ` ;.. "�.�4. v:.:^o•T;� :.?.b:� ,A:}1�F- �d, 1..::,Y x �`�.:tn' J:'..{.Y.�f ,, .}str�Y'- :.)J.# i � ,:t�” S '/ l`i'x CN+ yi�lrh;fw.., :'S��y`, 'ht .. c * :. .. . .�'.>t` "t .� �+7+�.../3'zkr•. _e x ;,,5 ,. � � ,�.r. .ti`.: +r. t ;,,. '�'�A ..,., t;.s ..., ;� :1,4 ,..�:: a. xa'.. y�.,:. ,F' }Y ✓.,.,u:�-�>�...x">tr^ft �t 1; `r a•t;<rt �>,.& s::;;; -.c ..'.....,4, .a n.. "a '.,,y :r�' E'1'S... �'S...r..x ,.SL 1 �.a._,,:�n,t.; a3 .,.,: . t`�r .3,+�s 3 ,...at - +. w.�r,...§1,. �� c.. ,�,.•.�#�.,, a..4t.`��t;,:N .e,1.,>. w� i .r `,�,,� .d.�:c..�?r�x f ,��1;r;r1� ,}i 4 ,.:e: -r: ,7'._s .t' `•:^ .o•s'.. b 7,Y`�r er irF.hr Y1 iT 'I�.�.��s.s,>t�N��j':f.�. 7.s�r:'�, y.r ,,:�`4�p ,s."ul,.r..r ,� :na,'�• ic.� �1r�X..:;ti: 1'`• �:,,,.sa��t�,•� a:}'...�, r�5 �� ,rF Y �'�.. {., a... ,,S�h,t�L.:�-,,�`;z..rr..�:,.. s?�...�`srS�dr.,.- r ��v�`.�,��.k.�,,ciS,.� "� _," t'' 'k.�.r;. �, .+.fi '_. a asp`§ �•a,ti,"'�'Yr�#` - .. c .: .'�:�`o��'�` `"���'�i�'��'�`x"�,Pre�t74'" . .-. Of the trades. Further, the transfer and for eof minority employees eesach fOf mployer-to-employer or fiomi:project-to,-project,fot the or train :. sole purpose of meeting the contractor'ssor subcontractor I's be a violation of these conditions. Zn reaching the goals of minoritymanpow`er.utilization,required o£ bidders, contractors and subcontractors:pursuant..to:.this Part-IL, :every effort shall be made to find-and'employ,qualified.journeymen. ,However; ,, where minority`Jrainees in pre,! ourneYmen•are nojourneymaneytraining orinority �other,training aPPrentice'ship;Iapprenticeship; journeyman ' programs nay be�d'aed ` In'ardisr"`that the'nonwo'rking,training `.hours of, trainees maybe, counted'in meeting the"goal;'.'such{trainees musty be!employeed by;tbe con„ tractor durins''the tiaining'period;` the contractor=must have made.a com„i f . miunent'to`eiaploy the'trainees at thetcompletion”of.their :training and the trainees must be trained`pursuant to established .training:programs, which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect tO.the:nature, ;extent, and duration of training offered. ; A contractor'or subcontractor'shall be deemed to be :Sn.compliance with the terms and requirements of this Part Il by the employment and training of minorities in the,appropriate percentagecoftradeaforebis gate work force in Contra'Costa.Conty , hich o a goal under this Part 1I. it is committed t Eowever, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its ortun tyitht in its timetables, but such contractor shall be given the Opp demonstrate that it has instituted all of the specific affirmative action in this Part II and has made every good faith effort to steps specifiedtime- make maks these steps work toward the,attainment"of its goals within its time- tables,.ali.to,the purpose,of'expanding miinority mnnpos+er utilization on a Costa;Coun,ty,,,Cali,foirnia. all,oi;;its projectsin Cantrr In a22 caws, the compliance of a bidder, contractor or•subeontractor will be determined in accordance with its respective obligations under the ` te�ms, of,these;Bid Conditions Therefore, contractors or subcontractors who are governed;by;rthe prav si—i of this;Yart,ll„shall'he subject to the requirements of that Part r'egardless.of the obligations of`its .prime con-­- requirements: tractor or lower tier-subeanLractors. Al2 bidders and \all contractors and subcontractors performing or, to perform.work on projects subject to these=.Bid Conditions,fiereby;agree to inform their subcontractors of;.their•respoctivc obligations.under the rn-+�r and requirements of;ttYese nid Conditions, including Lhe provisions d training. to goals of minority employment an Rev. 5176 �• s r -.e` >:.a .f.:_) s.,,..' c s. z ;,w 7� -sr t.. ,r t J�..3�1 ,.,.�..rv. tC,..$.,4::t,7r,3 �i�+ d� r �� t czf� �h:,t• .r?'<..'t r 5 ��.. d J' .K_r. 4 , 4 ro n�'�.i�. t:;1x,:. ,�`: h'.. �.,i ,:+�. e x .i., :.. r.�, . ,r,„x,., , .;,:k�k*1,"• ". t. �}v> .. � a•lt, ,.,,.- f .,.,, x >d M.,-= _ '.%c. t..'.`�r�.�r, k .�t � ;� ra.d5..r..,.�T>,AF•, LS.... .«”.. r. 5,...rt..:.x,,.s� �s s,�, to��^i"+s...'rt qh 5• .x � 'h. T ...s,::f *p,+'r R,'f f*^,,�..A���".*c... .r t2r d..,�' r. , *c, u.k ° tt;. oT,Mi N Sx „4he.� .��„.�r �•- '� s��. "}°, x ry.. kyr'.„E4:^r�ixt« s!P.r;�ii^?•.' � f ..:..;'(}tt�.*.,. w.�E�„ fi .. ,�,�. eFtAF c ! Y x. .,t e_.,,,6 d,t-y . .+5 i.4_,f ..in.} ` �.,a.. a 7 5:. .f1.+,I. ,, G-. „}tar3'., .,..r . t f9..,,h-f ,.<;s t�?$ �. n.n .p`�`+ .�...r�� ;:.�$�S, n;<�� ys. .s'sd s^ F���f'�gP� x r, «rt ;::F� ..�V����c�•�. }ar ? t £ hh.: b'' ra �a`� y ( ct�f ac. t � "�' t .53'4 /`� d t ,w..t..� t y^5z3"�' � d :f>d..,-rt&.rr ct}`. 7 : a -:4 i' t r, �f„ Cy •, :w .,k at}». !_, a i'fa .r1. � •°S,�r`t� x .•,,a' •xx �,`�'" tit }� t ,kY ti. f k1 g tF .,,. � � ,r; mr. :red S`t'n ,-p<u�., ��i7 . - . .. �'e'r� . r'�+- �?�= � t 0� nd ctors Z. Specific Affirmative Action Stemust enga$esincaffi8rmative8ac- subcontractors subject`to this.Part II, tion directed at increower utilization,asing minority;manpwhich is at least as extensive and as specific-as the following steps: a." The contractor shall"notify community organizations that the contractor has employmentopportunities available and shall maintain records of the organizations' response., Tt►e'contractor.shall maintain a:file,of:the names and ad- dre"aces of`eacb minority:worker.refferred; to him and°what action was-,- taknn with respect to each such referred worker,.,and if, worker was not employed, the reasons therefor. If such worker was not sent to the bal-,for pl unioi` ngtholcontractor'safile.shallcd cument,this andl or ifsuh i w o-rker was no t,-tthe�reasonsthe contractor, tharefor. C. The contractor shall promptly notify the CONTRA COSTA COUNTYhas' _ pUHT.IC ,•jORRS MpAR'RaNT when the union or referred to theunions with mcontractoraator hae` - -� a collective bargaining the contractor.or the contractor has other.information _ minority worker sent by h impeded him in his efforts to meet his goal., that the union referral process has imp. d, The"contractor shall participate ia_training programs in those funded by the Department of-Labor. the area, especially policywithin his e. The contractor-. shall dissemiolicy.;manual; by publicizing it i own'orgauization 6y including it in:any_P b conducting,staff,'employee" in company.newspapers, annual reports, etc.; y and uniop representatives by speci ,PolicY; by fic reyiewnof the policyiscuss'twit minority posting of the policy. an employees. g; The contractor sball-disseminate his,EEO,policy externally ; and discussing-dt with all°recruitment,sources; by advertis by informing ecificallysincluding minority;newa•media, and',by • ing in-news media,' sp liera. notifying'and discussing it with.all subcontractora-.and suPP g, ' The contractor shall make specific;and.constant personal forts ected (both written aschoolsoral) with minority-students ent efrecruitment, organizatio ,._ 'trainin organizations,;with.i.n,the contractor's organizations and`aminority $ recruitment area: h. The contractor shall make specific efforts to encourage present minority 'employees to recruit their friends ,and relatives. 'The conCractor'shall validate all man spefications, selec- ci tion requirements, tests, etc.- Rev. 5/76 • J b } ! t. '`�z .. ,,, ! S r: ,...:: ,� ,{...t Y i ..�a '# �: z,t. � .,.! A,."'k t"` n.;'t.. � 1.�t rat � '�.x t ✓ t-- r;t#� qe ekre .an � t! 3,...7 { Isi'a..;..-. }.t. :.. .:. ,✓7 f.. ,:, ' 1 :. L .L� .F j).._-..., i,Sn.,.:'' ¢,",,..y:,s ;,.,b".lvE."y iL;s..�. F at w y `>"'i,.tx��u`t.�.l� •�tf.� fi}if#'i�aa x�� t5..#,'�l,ys + •� �:�,��rt.. Y �. ! YY.t .J°- �. _. i .! zy � 4yl ah�'n:tr?','. ti;ei ,. �..,-.:5,F3s..F .. Ps•,!_F�vf.tr.�.,t r,.. ..r r .r i.. ...a.... w F,a." # �, �ra �£ka�3.•fv y f p;a.� Fa''�,e iT� �N .�'�iix•�ia dzti< j, The contractor sbalIrmake every-effort to promote after- school,,'su'mme'r`and vacation employment, to,minority:youth , ,; k. The contractor shall develop on-the-job training opportun- ities and participate and`issist''in'any association or-employer-group training programs 'relevants:to the contractor,'a.employee:needs consistent vith its obligations -under this Part IIs'. 1.' Thi'contiactor•:shall'continually inventory, and evaluate all ` minority personnel` for'promoiion opportunities and encourage minority em ployees'to'seek'such opportunities m.`'Th''contractor'ahallymaka sure that seniority practices job classifications; etc'. do iiiot'have,-a-disctiminatory!effeet.,_. n. ,The contractor shall make certain that all facilities and company activities are non-segregated. o. The contractor sball'continually monitor all personnel ac- -Avities to ensure that bis`'EE(Y policy is being carried out. -" p. 'The contractor shall solicit bids for subcontracts frgm available minority'subcontractors' engaged in'the trades:coverod by, these Bid Conditions, 'including circulation*of minority contractor association..,,,. 3. ssociation - 3. Contractors and Subcontractors-Deemed. to be Bound by Part II. In the event a contractor or,-subcontractor, who is at ,the,time•of,bidding,,,. eligible under'Part I 'of these Bid Conditions, is.no longer,participating . in an affirmative action plan acceptable to the'Director,of.the,office of,..,<,. Federal Contract Compliance, including the:Contra Costa Plan., he;shall be, deemed to be committed to Part II of these Bid Conditions. Further,when ever a contractor:or subcontractor, vho at the time of bidding is eligible under Part•'II of'these B d'Conditions, uses trades not contemplated at ' the time'he'submitshis=bid, lie+shall=be committed.to,Part,11 for.,those- - -• trades. Whenever'a'contractor'or•subcontractor�is deemed to;be coa�itted to Part II'of th'os'e'B'id"Conditioria; he shall be,considered.,to be_committed toa manpo�er utilization goal of the minimum percentage range for •that trpds for the appropriate°year. - -to- Plan. Any.contraetor b. Subseguent'SiFinator9 or subcontractor subject to'the requirements:of this,Part,ll.for any trade at the time of the submission of his bid who together vith,the-labor or .; ganisation with Whom it has a collective bargaining agreement subsequently, becomes a signatory t6, the Contra Costa Plan,:either individually,or through. as asa0.itatio'n may meet tits`requirements,under,these Bid Conditions for such trade, if such contractor or subcontractor executes and 1.submits a new' certification comitting'himself to1Part I of.these Bid Conditions. No contractor or subcontractor shall be deemed to be:subject to',the.re,"ire-, menta of Part I until such certification is executed and submitted. Rev. 5/76 -19 �r S '�''. �' s,.'• .n^ s'41..{.t+h ; i +• '' t:?"' 't� t �} ,_.vy �`�'v rr i :'�f"«, ?r� t ,i r#•. 3-�- v`.Rfi ...,r 2K t. e bt ev'A.�4x 4.••c e t€,..- t oSM.4,.r'},:t i?A r:•.,.ar' ,,v�,Ay t "Y,.,t r..,.:. s .. r ' Y. �r f_�:..�•�.r AiJx{ sem.•. r K,SAr .x �. ta.� 4' ,....v., ,.�.:.'^, t. ,,r;Tfi„c. -a,. .i <., .`fa�'a 3Z,F � "ii 'i�raC :.�. t ,f 5 rs..R� �4 _�. �� 2 .d`�- v•s r � 5+. �i2 Fa v�16�,1'a t ,>{r t r # y tt�' 1 f,..y 'yzi tL _��f'�"7�} la� Sr t -14 ^.. ,...4. . „?;2r :.�,:.,,,a_ �'i,.r.. r:E.. .,, :.. .�k.3i.;?a�;i.k.N�X., M•-4 r,c.�`?xt<K,.'.v f ./_,,X1,3. ���+,?�;a� :t ,.., '°� .¢a.,�,;,a,r�e���"m•tY4.,'i�,'.,�':.,�ritk�:'Ar„:i'.z �Z, �„;,vl . . • 5, Non-discrimination. In no"event may.a contractor or subcontractor ' the goals, timetables or affirmative action steps required by this utilize Part in such a manner as.to cause or result in discrimination against 11 any person on account of race, color, religion, sex or,national origin. Part III: Certifications.": A. Bidders' Certification. •A bidder will not bee le for award of a contract under this Invitation for Bids un- less such,bidder has,snbmitted is a'part'of its bid the following cerIt cation, Which will,be deemed a part"of"the reSuiting contract: BIDDERS' ,CERTIFICATION , certifies;that. .(Bidder) :r 1, it intends to employ the following listed construction trades in its work under the contract • and .... . 2, (a) as to those,"trades.set forth in the preceding.paragraph'one. hereof,for,which it.is eligible under Part"I of these .Bid Conditions for participation:in the Contra.Costa Plan,..it will comply with the Contra Costa Plan on this and all future construction Work id Contra Costa,County within the scope of,coverage of that Plan, those tirades beings 7.and/or as to those tradas for which it is required-by these Bid sbdot to comply with Part II of these Bid Conditions, it ap Conditionaffir- mative s '. the minimum minority manpower utilization goalsoandhise'spand allifuturer mative.action steps contained in said Part II, construction work in Contra Costa County subject to these Bid Conditions, those trades beings: and. 3, it will,obtain from each of its_ subcontractors an .Su the contracting,or administering agency prior•.to the award of any, subcontract • under this;contract she subcontractor certif"ication,required by these Bid Conditions.' (Signature.of,autborized representative of:'biddcr) S 'contractors' Certifications. Prior to,the award of.any subcontract under this Invitation for Bids, regardless of tier, the prospectivehe following sub contractor must execute and submit to the Prime Contractor the certification, which will be deemed apart of the resulting subcontract: Rev. 5/76 r20- 7 '• r 7•�'.gia�tf� ..Yit,<>• _.... a S -` .,,• 7; "; * <.. S s-�' 4 a,(;. r y ,�, F„g � � 7 Y r "y ✓t }{ 'n 7y. �2�•��i' ::.,�Y + _,�t� ,.o:,x_ J ,+ •;;afi� a:�-aF �>c`„t,,, ,,...,{�. ,..;,• �t� s",.r .� �. a,?" l f. �.: p �g } ,�.3, 'kt�,.s. .��y.Fg, -tv� 7 �.,.,s9 ..�. ,a.,.w�^w�+' .•. �„ �" .ci..'•.}�.sT w`�a,'iv nr 3,.,?�.,.,.. .t�t'�:' ..,.✓�'�'�r`• '"4.e�,,.:..a+�vA' '`:' ,:.� ;?"-#.mxP�� ,s. •,� LPA t s �T'f"-S L.b' c� Shit � :,�,,. � k'S;l' �'�a T:4FF" h•>ti s r :iJ..ri, K.'t', ; � )-:;,, xr(:�+ �a:,.s,••, �k,.§t..v- t� � ����, ��fl ''•'•�_�"rl�.,., bt4��'�sFe `�''};`s'tl'�c 'r2•, Y� ��a3 G ,�u �.St t�. Xfi"'&'r^SS�`''�F. yi d,. .:� : ; �.N 8 { � <,i,,<.R L ?3 a.7. < t f y 4„aC�(� t 4s 3 •�1}h" t ,`7;:•i4 Ynf^f'Ft n 'v;G,• i!': ,.h � '� �'�' 1'''� `t''r ._.F':,! t 't A', <} ..>li•-., -F`t r '.�- `�S'�'S 1>r. .><.: ..t.F.f. 3't...4r r:r. A`!" t"•.4$..,..4. �±r,, y3�..r;;o f "�f,r 'ti t4 � ...♦- ��1.... ��f•al oqt. `� _,....,i A _, ,,"s� .,. ;'? t v?., s,�:" t'�t5t�,,>.,:.?- , -i+1'L;,.;a z ..C s-..y # �'.q,a..�... � .", r'y ryL 'c :���. � �. � "s .rd..�".., ,....•.. I �'•��� 4�{''�,fS?tr�ptl`,�-.}.d Ks'�a� �t ,+���,x..�"fid3ne�it� "�`;�"'"�2i5%"i�4•n�tfr'•&'z+l,'vux4lv�y'••� 1� g t�'�iJ�': M:}*S@..s*�'A s�i:L{�av'�'� ;Y'l�.s+:'F�'�e�' 2m5+��' ;: �.as'�a, _a� '4c..,�.t�'c.r..yL`i;......t.,'3 '+,_�rF!«.h� SUBCONTRACTORS"CERTIFICATION• :. certifies that: (Subcontractor) 1.- it intends to employ the following'listed construction trades,,in- its woik.under thd'sub,contract-'f -~ 2. (a) as to those trades`sret•>for'tfr in`tie:preceding paragrapB one hereof for which it is eligible under Part I-of theseBid,Conditions for participation in th'e'Contra Costa Man,..it will..comply.with ,the Contra Costa Plan on this and all 'future construction work"in'Cantra Costa County subject to these Bid Conditions, those trades beings ; -.and/or. i (b) as to those trades for which it is required by these Bid Conditions to 'comply with'Part II`of these`Bid Conditions;it adopts,the,', minimum minority manpower utilization goals and the specific"affirmative action steps - in 'said'Part'II on''this arid'all' future' construction.. work in Contra Costa"County. subject to'these'Bid Conditions those trades beings and r •3. ,it will obtain from each of its subcontractors prior to the award of any subcontract under this' subcontract the subcontractor certification required by;these Bid'Condiiions i (Signature.:of.,suthorized;,representative of bidder) In'order-to ensure that.,the..said.subcontractors', certification be- comas a part of all subcontracts under the prime contract, no subcontract shall'be executed'until'an'authorized representative of therCont�a'Costa: County' Publlc`Works De partment'has'deterained, in writing,•that the-:.,, said 'osmification!haa'been,incorpora'ted�in�such subcontract,--regardless of tier. Any subcontract executed 'without such mritten approval shall,.: be voided. C. Materiality and Resaonsivenesa..,. The,certifications;required. to be made by the bidder pursuant' to these Bid Conditions''is material,andrwill govern the bidder's performance on the project and will be made a part 'Failure-to submit the''certification.still,render;.the,bid ' nonresponsive. Rev. 5/76 -21- Y .4l S 1 1 r � s Y �'�+rt FF ..:+ d e _k_. ..tYr� '{ _:'^ .. .t P .. ....; '€.... :.:�.54� +.} Ki r�'4 �}-`.-.,+',rr'a.. 71 £.e ..i. ;•.n ..s,r 2�,!fSrs t 4 x at. .Yi��; ,fie.-,t � } ar.i 3? '}'�.>..� f �_1r t. +a�f.�. R>'�. .t. Bi. ,�^„ art}.,�7'.;:r yr.+;+ '' _-'�`q'. .y,.,L76o '�+dk`�.�. 2. �. ,,.� }r{ry�,• n.9 "fS"''t• f+. c,'�fol .,#y4`>'%+ ) f5 ! yt., "1 t ,'p„•- � i� .�f,t.« w�� y.:�. 4 r� ;f� ;•.. .l�e y._�. A':1" f�; u1�..7y 14�.`Dx '�P..>Y "�'N�"St.�b*^.Y] 1°s• Y)r: 'i ti k. ;d;. .e•f.'( 16:a..%�1' t�}� .A 1'i. i.:.'� V` ;y#. v _.� •,�: er-**,,,,, a'�. �Y J af., r.4,�x 7e.� s` 2.� .3. ,, i� � 'y,� ' ,.c '4-.�"�n a,i ,�.rt �C -.' . :r'^'E,�F,<."Ya 3s"is�,apg..teo.,,�4q".�i ,P1'�,d"1y..;..y�,�.,,i .•<..xe"�.;�o:,`a<a �.�x���. ��.:ERi+�•;�C> +�k�, t.J>���r' .�r�s9Sr 't� t. � r � trz� J F�C°� r , ,. �,:.. �i yM.. ,,t' r/ ky�P2 i�`�'; 4•F y 4"L P �'FS i S+ r :.. S. r. 1 k � Y �.'S 1F t F � jY ! � J.. ! 't Y^I' f �k" L. •2�>,..: , � ,,.a z s.. r. t a ".Fv -� �r t..� r, '":: , .,h� :r.a.P,i:l"�..ri�±P7 c- �-.� rk.,,.� -_ i ,. c :t:�,. "€�`.r:. �..n r t.,+,.r..4 r ":a y� •E ,x.> 2 ,,.,y rir '�i7�+t "4 ���wr �. t,3r, �!," +t r+,L.;�� ✓ -'.xr.�' ��s... .s t� ,;+�4r rz_'•t: r� E+ 'Y4. �S' c ,Ir. k r t x i?C� ?`i�^.r,_f...,v. ��.�,, �,.���cv 1�u "� i x ,� �A,a n. �,�€_ fir,,r� i r t.. �t ? ;�f ns 4..•,:�€ r ,>i.. . . 'S st.aLrf�^4,�.!a::,.x>'n�,ti�i�F'`��'.'%+�`&.w�.�.�F`���,�5����C `sR,'�lii•+ Y'ak�b5�.v+a�-`'� '.xk f+a }i:._�7r.�„ r�� .. f,.y� �,?L:tir it Y,� s y� @&`�� i -a ' r yf � q °`�"'� �•" a� �M'yx•{t�''r'•.t �� i�, .6'"^�VtrS�''.,K°?4fi.Ati'`��; �1 fi yc �?t#i�,a,���e e��F-scS;($,.SSN;r • Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors regard esF of tier) as to their respective, obligations under Parts l and 11 hereof (r; applicable). The bidder, contractor or subcontractor shot I 'carry out such sanc-cIonsand penal tles for violation of the equal opportunity clause including suspenston j` termination'and''cancel]at ion' of exist Ing,subcontracts,as-may be imposed or ordered by''the'Contra'Costa County Public Works Department. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. - Violation of any substantial requirement in the Contra Costa'Plan by'a contractor or subcontractor covered by Part I of these Bid Conditions Including the fat lure•of such contractor or subcontractor to make a-good~felth'effort to meet Its -fair sharejof the-trade's'goals>of<minority'manpower'utilization,,or of the.requirements of'Partzll, hereof.by acontractor)or'subcontractor who''is' covered by Part 11 shall be•deemed to beim-noncompliance�by•sueh contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided°herein: ' The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during' the performance of the contract. In regard to Part 11 of these conditions if the contractor or subcontractor meets Its goals or if the contractor or subcontractor can demonstrate that it has -- made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to"be 'in-compliance'with these Bid Conditions 'and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the ' agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In Judging whether a contractor or subcontractor has met Its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these . Bid Conditlons, the agency shall take such action and impose such sanctions as may be appropriate Including, but not limited to: 1. Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within Its timetables. The pendency of .' ' such formal proceedings shall be taken into consideration by Contra Costa County Rev. 5/76 -22- 1'w1.,3� ??4'" ;. x •��f ..i: � J{ �l i"`' +.r ,.iy: l.� x a k �-4 .^d ^' b , 1 x.t �r � , + ��` �1f :4 � - J 5 �3:., til. �:;u`f '� tkt� t ntf�f-��1}f�' wi 4 ;:.K rxs 1 �..`.'''-� u�a n•tf izr i.::�d 7t l •!::4, f �'�,Ai n 3r � �Fc� I .?S '� if �' 1,{k�3+ Vf A°z 5 a n ti �., �4 ..{ J f P ;! r i $` �" � +. •L 1 ! �" .r q - .,L��,cY o,...z+ t....t h,t,;:? ,.. .... ..�.,... ....�r.,�:s.,s.u�. n.n�.. '�1 Cr..•.. .,`:•�r �t_,._l,.. ............ cr ,..i+.... rl..i,.. 13;t „i.;�_.r _.t �J' „ x1'.,.*vK; �.,+K-a.tksd�:1 �k. ...s, ,• P ,:5 1 i ice „ ,,, i , iGi ,S• in determining,•,whather,3uch,contractor.u�„subcontractor can:comOlY., ,with,.th' r: requirements contained-'theeein and,-.is,_therefore a 1!responsible•prospect.ive <.. . contractor.” It shall be no excuse that the union with.whlch,the contractor••-'has a;r, , collective bargaining agreement providing the exclusive referral failed to refer-minor Ity.employees a;; „ t : i ' t.•[ie ��� � „ The,procndures?sat f rrth, in.these,conditionstshaii not apply'tofan contract when the.Contra,Costs-CountyfP.ubIlcrWorks Dnpartment determines-s'thatt• such contract ts,essential•gtot;the;nattonalf'secur.tty andtthat+its award without:ert TO . foi louring•such procedures, isnecnssar..y;,to,,the:.nattonalesecurlty:i° I j Contractor.s;and z,subcontractor.s-must keep such records;and if tieIsuch?L-noiv reports relating to the provisions of these Bid Conditions as shatl ,be required by the.Contra-•Costa;County';Publle:Works,,Department ;tSubmittat ofaCALTRANS%forin HC-7, FEDERAL-AID HIGHWAY-CONSTRUCTION•CONTRACTORS-EEO`REPORTior optional1orm- 66, MONTHLY MAHPOWER UTILIZATION REPORT will be required monthly. "Additional ' _ forms.:or;reports-that'may,be required wlll ba:presented at.aspre-construction l __. confarnnce;to;be,hnld;pr,lor.:to the a.tart:of,work.: ::., -;.;; �, -t• ;, ";; For the information ofibidders; a. copy of the Contra Costa•Plan may.befeii obtained from the Contra,Costs County Public:Works,Department t 1 , 13 i>r , roa- I T,Cf. .apt q;2ftf j f ' k �L 0. a Y4( iL�v i Aev.: tut• { -23= GG _ F T •.a - _. 7 n ��3'7 � ,� ,� x.), 1 �5 1 tt S f y-r.e a t a � ra s t s i t fi r r•, � `pd ,,..,x, 7 t, � ,.;"i':?• az ;..- #;r. `. J.. y :b...", q� .`1ic. +.- di :..t� �3.. 3�d}.,rs�-,+." <.�;.. x.'c: a• .:z! ��ta;tx xs 1, .w-J.M,., •,. b y , 4 ,, �7 ,.....t '*�z,.+a .Y „:,f..t.1,� .a,,��55�� '�St rJ�t` t, R .n a"!� x: ' :. ,,,l.t ,. t•^ pt f``i} y :,�a ��. s,,�.:r..x. .. t. ,,. ... ,.[!:�9,kr U.,fi. .. Lt '('._�>. .;:r...q� �., r ,�.«•C •,:at x..*.r"&.'�t, s� ?,u ,�., 'Y.:,4� �+ .. ,�♦ .,.�f�`Ff �?>a.jL 4',t'�•a i";�K�� .7t'.:w,a=l'. '..a }:.�+ � f��"�'� k •rh��r'L€x ;`.r',y:roil }�p"'� r� �i.i:��`�� ''i�'S Yb+S�t1��n..'v^'Ct�Gs: �''�fF��r�...:.�� r;.�`F'�:�hb'�Fys:,t. ���yax� �2��� •as r � d: x � ,kry r}���� � t„ ; ��� tr�� Y Y ; ."�i,��2 S=nAS r}r �,� F •.�. sr t' F n...t. , 1 Sq t , ,f�� n� i, �,�',t r ti� #�. .�s _,+t'� �y.. � ar!x. y ♦3fi., 1 � �^ir x'?k{ i+ 3�� ,3 ,9 +r1 i� rt� -.n�', �3`3,�`. i DIVISION F. GENERALL CONDITIONS SECTION 1. Definitions: Whenever the following terms; pronouins -in'place of them, or initials of organizations appear in. the contract documents, they shall have the,following,meaning; Adde d - A document issued by the County, during, the bidding period which modifies," supersedes,` or supplements the original contract documents. Affi' tive Action Ma ower•Utilization'Reaort' - ar tten ocument a y, Weekly, ormont�h�iq)), prepared by the contractor for submission to the County which reports the total"number.of employees, the total number of min- ority employ ees;Nand the present minority manhours of total man- hours worked on the project. Aare_ ement'- The written document of agreement, exe- cuted by the County and the Contractor. T rchite t o Engineer - Shall mean the architect, engineer, in v ua or co-partnership, employyed by the County of Contra Cost a;I as'designated on the title aheet''of these speci ficationa. When"Contra.Costa County is designated`as "the"E ineer, Engineer shell mean the Public Works'Director,, or his autbo razed representative. ., Bidder - Any individual, partnership, corporation, association, o nt venture, or any combination thereof„ aubmitting a' proposal for ,the work; acting directly, or,'through a duly author- ized representat.ve. Board of Su ervisors,- Shall mean the,duly elected or appointed ofT c als,w o , a Boaid, .who will act,for the County in`all.,matters pertaining to the:Contract.; Ch�an�e'Order - Is any .change,in',contract time„orp . rice and any change n contract"documents not covered by`subcontractors Pro ect`_I_nector, Con traction Su ervis r, -Inspector, or Clerk of t e•Works shall mean tie aut or ze agent o tje aunty at-the•aite of the_work., '"' Contract = 'The.contract is comP,rised.olf the contract documents. Contract Documents'=;' The contract documents include the agreement;'fie to contractors;' instructiona`to bidders; proposal, plans, general conditions,_.specifications,, contract bonds, addenda,_change orders, and supplementary.agreementa. Rev 5176 -24- t ' t DIVISION F. GENERAL CONDITIONS SECTION 1, Definitions: . (continued) Contractor - The'individual,' partneiship', corporation, association,• o,nt,venture,_ or any combination thereof, who has entered into 'a"contract with the'Count Count Shall mean the County .of'<Conrra Costa;" a political su „vision.of the State,of California and party of the first part, or'its duly authorized=agent,actng within the scope of their authority y .. • .. ^� i Field Order - is an itietriiction given.during,the . course of the work. See Section 16B) ; ner 1 Notes --,The written instructions, provisions, conditions, or-other requirements.appeiring on',the Arawings,,,and so identified thereon, which pertain to the performance of the work.. Plana = The official"drawings,including,;plans, ele- vations', sec ons; detail'drawin'; diagrams,:;general notes,.in- 'formation and;;schedules thereon;:,or exact, reproductions.thereof, adopted and approved''by'the County showing the' location, ;chaiicter, dimension, and details of the work. �S ec�ificati nng -,The"'instructions, provisions, condi- tions and details ,d requirements pertaininngg'to the methoda,and ,aian- ner of performing"the`work; 'or to the qualities and 'quantities.of work to be furnished ,and installed under this"'contract, Subcontractor An individual, partnership„corporation,. association, o nt�venture,''or any combination thereof, ,wtio con. tracts with �'Contractor `to`'perform work'or"labor"or"render ' service in or about the work. The term subcontractors shall not include'those who supply maEeiiala,only. It'— Superintendent,-,The representative of.,the Contractor who-shall°be presentat t e work;aite all times during,perform ance of the 'work,'' Such'Sup'erintendent 'shall'`at alltimes�be fully authorized to receive and act upon'instiuctions for`the'A'rchitect or his authorized agents and"to.execute-and direct,.the work on be- halfof the Contractor. Supplementary Ureement - A written-Agreement providing for alierition",amendment, or extensiofi-bf 'the contract. ; Work' Ttie 'fu'rnishing Wand' installing of'all 'labor;;. materials, articles,` supplies, and''equipment "a`s specified,'"desig- mated, or required by the contract. Rev. 5/76 -25- 4��`ii,,,,,!'.a. `r. ...,:a,'�,is.,x...c c .,.••,b.. � ry1�. .?::"4. c i��`..h,`J.�'^3✓.�k-A�:i�+sCrt.}'�'...rrht'"it .1 "� � `,.';tt.S{,;Y'�., z;, <! .. .. ....- ._v}.. ..I ..�,.,i�!ti.�'«��'c.:i,.,zd ..ti'�.l.. a.,r.`�nN�'},'n r„„!�' DIVISION F. GENERAL CONDITIONS (continued) SECTION 2. Governing Laws'and:Reaulitions: A. The Contractor shall-keep .informed of and observe, and comply with and cause all of his agents and em- ployees to observe and comply with all"prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws. which1n anv wav affect the conduct of the work of this contract. B`. All work and materials shall be in full accord- ance with the latest rules andregulations 'of the'Uniform ,". ' Building Code, the State Fire Marshal, the.Safety.Orders_of the Division of.Industrial Safety, 'the'National_Electiic Code;'the ` Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to K:rmit work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction peiod. C.' Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor 'shall como�y fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expendtiure in excess of $25,000.00 for'the 'excavation of any • trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a'registered civil or structural engineer, employed by the awarding body to whom authority to acceppt has been delegated, in advance of ex- cavation, of a detailed=plan showing the design of shoring, frac- ing, sloping, or other provisions to be made for worker pprotectioft from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction`Safety Orders, the plan shall be prepared by a registered civil or-structural engineer. "Nothingg in this section shall be deemed to.allow'the use of a shoring, sloping, or protective system "less'effectiv'e than that required by the Construction Safety Orders of the Division of Industrial Safety. 'Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. "The terms 'public works' and 'awarding body', as used in this section shall have the same meaning as in Labor Code Sec- tions 1720'and 1722 respectively."' Rev. 5/76- -26- • H ,`4. DIVISION F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Royalties: . A., The Contractor shall provide and pay for.all .licenses and royalties necessary for the legal use and operation of any of the;equipment.or, specialties used in the work. Certificates showing-the-payment of 'any such licenses or royalties, and per- mits for the use of any patented or copyrighted devices shall be secured,and paid.;for by;the,Contractor and delivered to the County on completion.of the`.work,..if,required:, SECTION k. ,Contractor's Responsibility for Work and Public .. Utilities: A. The`Work`d Until.the formal acceptance of the .work by. the+ County, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the work by,the action of the elements.or from any other cause ex- cept as provided.,in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all,such damages .to any portion of the work-occasioned by any ,of such 'causes,before .its accept- ance. B. Public Utilitiest - • a. The Contractor shall send proper notices, make all necessary carearrangements, rang ememaintenance and perform all other.services required in the and eof.all:public utilities. The;Con- tractor.shall assume all responsibility concerning;.same`for:which the County may;be liable. : b. Enclosingg or boxing in, for:portection of.any.public utility.equipment, shall:be done-by-the Contractor,..:.Uponlcomple- 'tion of the work the Contractor shall remove all enclosures, fill In all, openings In,masonry, ,grout.ing the same,,watertight, and leave in a finished._condition. c. All connections to "public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of •same by the County during the entire progress of the work. SECTION 5. Bond and Insurance A. The`Contractor to whom the work is, • awarded•shall within five (5) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications ',shall:-Tur- nish and file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- ` 1� ..., ,. •2` .+r r. ,z Yl1e. Sw.'3 v,...t ,.., t } ,.{ +...?:,a. r ,+ t..,7..P; ....- „ .I..p...i, L)'. D1VI SION F. G. .:::1?1:1, CONDITI ONS (cont ' d) SECTION 5 . Fond andnsurance (cunt' d) B. Compensation Insurance:_ The Contractor shall take out and maintain during the life of this Contract adequate W orkmens ' Compensation Insurance ' for all his employees employed at the site of the project , and in case any work is sublet, the Contract shall require the sub- contractor similarly to provide Workmen' s Compensation Insurance for the latter' s employees , unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work _ under the Contract at the site of the project is not protected under the Workmens ' Compensation statute , . or in case there is no applicable Workrnens ' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide , adequate insurance for the protection of his employees not otherwise pro- tected. �. C•. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency , shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles , with a minimum combined single limit coverage of $500 ,000 for all damages due to bodily injury, sickness or disease, -or death to any person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant f shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds , and requiring 30 days ' vritten notice of policy lapse or cancellation. The Contractor shall- submit a' Certificate of Liability Insurance which shall include the "hold harmless" agreement as j required in the Articles to Agreement. D. Fire Insurance: Omitted. • y —28- 0 G V_ I ti m a�.s r•.LJ :" xs C i, :. t j tt n rv.t1 €; c y a ;, r c y� i { �4aA.�i+u,ai.,b,+i:., •. ..:.-,trtn%,.._4.+*, nQAS rh_,:,x4rc ae ,:._,.�,.e....,.._�,_..a.Tek-,�'YsV�N» ,t�._.,>t�...x.�m._JI.E.lw:hnM.a1,�k....,�i4-,..... • DIVISION F. GENERAL�IONS (continued) SECTION 5. BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire insurance, s all be filed with the County and shall be subject to County app roval for adequacy of protection. All certificates shall indicate that Contra Costa Countyy has been contain anamedaa tadditionalhat insured. These certificates`shall provision forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERF�E BOND: One bond shall be in the amount of One Hundred percent (100x) of the Contract, and shall insure the owner ddu during life of the Contract and for the term of one O Year mater- ials or workmanship thatthe emay beworkadiscoveredgainst lduringty or ithatptime er G. PAYMENT BOND: One bond shall be in the amount of fifty percent (507.) of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in theperformance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCONTRACTING: A. The Contractor shall be responsible for all work per- ~ formed under this contract, and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered as employees of the Contractor. The Contractor shall give his personal attention to the ful nt B. - fillm B. of this contract and shall keep the work under his control. Whenany he work in sitisfactoroyrtoathe Architeils to ettlor Engineers the of tContractor a ma shall remove such subneerrand heishallanotyagain beiemployeduontof the the Architect or Eng work. C. Although the specification sections of this contract may be arranged according to various trades, or general grouping of ublet work in work, the contractoris not entertain tree ,9 toearbitrateeuch dis- manner. The County putes among subcontractors or between the Contractor and one more subcontractors concerning responsibility for performing any p artthe work. -29- Rev. 5/76 o t'}��i"nS". .t.�t� ! x Yr t !{r �..r fi �✓.i.� s� �Gcyl, t 1 ','t 7..i �}i� jf 7 .;_ p �Y,•� { l;r F �p��t3����.��-[�54.f � Ukl{��y vii' 2 ,;d "} Lti `` t dt,r . 4 S i)F i" ti�^i - � f,.3St � .ttr � ��H f�•�y.''Y,'r..,r'S...1.....Lr�.t.A'r.--.r,..-.,L.,. .i„h;. ..., ' • DIVISION F. GENERAL CONDITIONS (Continued) SECTION 6. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in, the original bid shall be permitted only in case of public emergency or necessity, and then only. after a finding reduced. to writing .as 'public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity, E. Substitution of Subcontractors:.', ,Contractor shall not substitute any person or subcontractor in place of a subcontractor ' listed.-in his bid proposal,.without -the,written approval of the Couy.; .Substitution of,-subcontractors must begin accordance with County­ provisions of the "Subletting and.:Subcontractingg Bair Practices Act" beginning with Section=4100 of .the'Government Code. • Violations of this Act by;;the Contractor may subject him to.penalties which may include cancellation of contract, assessment of l0 percent of the subcontractor' s bid, and disciplinary action by the Contractors' State License Board. SECTION 7. T OF WORK AND D GES: A. The County will designate,the starting day of.the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before• the date, or'within the number of calendar days, set forth in,the Proposal (Bid Form) for completion, subject only to:such adjustment of time as may be set forth in this ,article or pursuant to:Section 21. B. If the work.is not completed.within the .time required, damage will be sustained ;by, the County. . It is and will be impract- icable and extremely difficult to.aacertain and determine the actual damage which the County will-sustain by reason of: such delay; and ,r it,,is,therefor.e agreed that the Contractor .will;pay .to the County the sum of money stipulated per day inthe SPPecifications.for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to,pay .such liquidated damages the County;may deduct:the amount thereof;;from any.money�-due,:or .that may become-due he Contractor under the:contract. C. The work shall be Tegarded as completed upon the date the County has accepted the same .in writing, D. Written requests for contract time extensions, along with adequate justification, shall be submitted .to the County not later than one month following the delay. E. Any money due or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. Rev. 5/76 -30- • "r= f 3:, (rx4 trlr ^v S -%4 b.r.a.. .a-.f. n, .., i'� S.k, r,f r�_. _ ... +<,_ •M... v .v S { Yk ,a, al, t ... �;r.✓..,..,.._ ,i)qt '�7 :...�3 cr,_.. ..4;'^uc.v.�r_4l:.t,� 7..w h4.1J�`f�">f4;i:��1h`i '#: DIV SIOU F. GENERAL CONDITIONS (continued) ACTION 7. TIME OF WORK AND DAMAGES: (contineud) F. Should .the County, for any cause, authorize a sue- pension .of work, the time. of .such suspension will be added to the .time allowed for completion. Suspension of work by order of the County shall not be deemed a .waiver of the claim of the County for damages for non-completion 'of the work after the adjusted time as required above. SECTION S. pgOGRESS SCHEDULE: Prior to beginning work the-Contractor 'shall'submit to the County.a,practicable:progress 'schedule-'of'operatione on ' ' -a chart form approved`by`.the County. The`schedule of operations shall show .the order-in which the Contractorproposes, to'carry, outy the work, the'dates on which he will start each majoc sub- division:of the work,. and the, contempplated date's of completion. of such subdivision. When required by the County, The contractor _ shall submit an adjusted progress schedule on the•approved form —7- to reflect changed condition:.or (Normally a new schedule will be requested when schedule is me than thirty (30) 'days in error.) SECTION 9. TEMPORARY UTILITIES'AND FACILITIES: A. All water used on the work wily be furnished and paid' for by the Contractor. The Contractor shall furnish the necessary temporary piping.from the'distribution point to*the points on the • site where water is necessary to carry-on the work and'upon com pletion of the;•work shall remove all temporary piping B. The Contractor,,at his own cost, shall fuinish.and in- stall all meters,all,electric light and power equipment and'wiring, all gas meters; gas equipment-and piping'that'is necessary to`'per- form:his work and::shall remove the aame upon the completion ;of~the work. The Contractor shall pay for'all power, light and gas used �. in the construction work. C. TheContractor shall' furnish, wire for, install and-main- tain temporary electric light•wherever- it' is necessary to,provide illumination for the proper performance and/or 1nspection`of'the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Sppecifications can be easily read in every place where said work.as,being;pperformed. This tem- porary lighting equipment may be moved about but shall be maintained throughout-the-work,: available for the use of the Engineer, Project Inspector, .or any..other authorized representative of the County whenever required for inspections Rev. 5/76 -31- 3«. 4 { 4 3���•? t a r.�.ar r i i{' iJ .,V,*)i i Efa .st. �r .t,-t .t r �f.: � r_,`.'att Vi ^''� l�f=ai'" ^t tdu��.y,�`j ry '.Y t.•. *" xtia t : 1 aC, .I > �*•'^'�t }'h`j+_ r F cy`1 +' -f'• '¢'2`; : k.3t4!.*•+ hiL x• '.+:.,..zs1.r,.�diaF.ln•..rd., 5 ..,:;+fi. �. -'� �• i N vR`.,:...�i+� .��` �s�'3�Y�.:Z,<'�i.Yx`„� ,,� ,���•3�� '=if2. kE�:.�k"`:3�.>�`5,� �t3 i a#'•f31*,.r,�%scx.., .3:;�-4�'�4. -fr. >"*..&�.�.;i.-�s,,,+tn m! DIVISION F. GENERAL CONDITIONS (Continued). ; , SECTION 9.,,,TEMPORARY UTILITIES AND FACILITIES (Continued), D. -The Contractor shall provide and maintain for the duration'of the:work,, temporary toilet facilities for the work- men' orkmen, These facilities shall be of an approved type conforming to the requirements of the County Health Department,. and shall be weathertight`structures,with raised floors. .Structures are to have adequate light "and with and door equipped with, .: latch or lock. Contractor shall service such facilities daily, maintaining,same"'in,a..clean and;sanitarqq_,condition„..,Portion of site occupied by' toilet`facilities''shall',be,gradedand; cleaned'upp upon` remoyal'�of facilities when so,ordered. and/or upon completion,of work.' E. The County will ppa directly to the utility companies connection fee's, annexation fees, permit. fees, -acreage fees, and all other fees required by' the utility companies and associated with the permanent:utility services. If additional.fees associ- ated with the.temporary_services are required they will be paid , by the'Contractor, The County:will not a for water, gas, tele phone and electricity consumed on the pro ect until after the -- County makes written request to the utility companies that bil- lings be sent.to the County. (Normally the County will make these requests after the:project is ;accepted as ,complete.) F. - See Special Conditions for Variations to the above requirements. ACTION 10. . PERMITS: A. The Contractor shall make application for all permits, that are required for the performance •of,his work by all laws, ordinances, rules, regulations, or orders,. of any, body lawfully empowered'to make or;issue the same ,and having jurisdiction, and,, aha1T'give all notices necessary in connection therewith. The Contractor is not required to pay any charges associated with per- mits. . (It is not , a .present policy of the,County,to pay fees to; the incorporated, cities,,.for ,permits.,). SECTION 11 CONDUCT,'OF WORK: A. The Contractor shall observe that the County reserves the right to do other work,in,connection with, the,project by:Conr. i tract or otherwise, and he°'shall`'at'all times conduct his work so as to impose,no hardship, on. the County, or;,others.,engaged in the work. He shall' adjust, correct.,and coordinate his,work with-the,:. work of others'so"that no discrepancies, shall: result in the whole : work. The.'Contractor shall piovide: an adequate work force, materials of',proper-qua lity, and,eguikcnent to:properly carry ,on the work and.to. insure completion of,each .part in accordance with his`schedule,,and'with'.the time agreed.: Rev. 5/76 -32- fq J f � y � F �"� xi��"'�'' � ?�':�i':'YL'?a3,�@�� i�,1`'S',-R.f�",fL.'.,t!'ix;N;��Ls'+"ti.f'��ifiu..}•..f;t%:�s�lx'k.+�a.�z?.r...k..f. r.'..,.stuY`L.mEx'��S€,.t>�4�C' i+c .4 �..-F'.!-r .�... ...�-..a res..;f.��v�b ,,. ._, ' o DIVISION F. GENERAL CONDITIONS (Continued) SECTION 11, CONDUCT OF WORK: C. The Contractor .shall 'personally `superintend-the viork and shall maintain a competent superintendent or foreman atall tim until the job is accepted by the County. This superintenUe-nit all be empowered to act in all matters 'pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor; or"his Superintendent, and submitted. weekly. E:` Unless otherwise specified,; the'Contractor'a, I clear all obstructi`on`s'-and prepare the site'ready;'for` the..,construction. He shall-veri"fy dimensions'and'scale'of;plot'plans,`;and shall check all dimensions, levels, and construction`, F. Where work of one trade joins, or is on'other work,. . there shall be no discrepancy or incompletepportions when the total project is complete. In engaging one kind of work"with another, marring or damaging same will"not be permitted.' ,.Should improper work of any trade be covered by another which results in -- damage, ,or defects, the whole work affected shall be made good by. the Contractor without expense 'to 'the County. G. The Contractor shall'anticsppate' the relations of the various trades to progress of the work'and shall see that required anchorage or-blocking is furnished and set at proper times. . An- chorage and blocking for each trade shall be a part of same, ex- cept where stated otherwise. H. Proper facilities shall be provided at all times- for access of the County representatives to conveniently examine and inspect the work. I. Watchmen, at Contractor's option shall be maintained during the progress of the work as required,` at .the expense of .the" Contractor. J. If any subcontractor or person"employed by the.Contractor shall appear to the Engineer to be incompetent' or' to' act' in a' dis- orderly or improper manner, he shall be discharged -immediately on, the shallwritten notagainbeemployed, onitherwork.itect, auch person and` request8 SECTION 12., RESPONSIBILITY "FOR SITE CONDITIONSt The following shall constitute exceptions, and the sole exceptions, to the 'responaibility of the Contractor set`forth in Section 4, in the'-Instructions` to,Bidders: A. If during the course of the work the Contractor encount- ere active utility'1nstallations which are not''shown or°indicated in the plans or •in the specifications, or'which are found in a' ' location -substantially different from that shown,` and-such utilities are not reasonably apparent from iisual examination,' then he shall Rev. 5/76 -33- • e ' >•tp r f 4 7 + ,T�;:5. DIVISION E. GENERAL CONDITIONS (Continued) SECTION 12.. 'TiRE,PONSIBII. FOR SITE (continued) promptly notify the'County, in:writing. Where" neceasary for the work of the contract, the'County shall issue a written order to'the Contractor to 'make such adjustment, 'rearrangement, repair, removal, alteration, or special handling of such utility, including repair of the damaged utility. . For the;purposes•of-the foregoing, "active!'-shall mean other than,abandoned;;and, 'Nit ility installations" shill include; the following: , Steam,;.petroleum products .air' chemical, water; sewer, storm,water, gas, ..elect�ic,.:and.teie,phone pipe;ainesi,or conduits. The Contractor shall perform the work descrilied.in such written order and compensation therefor will be made in accord- ance with Section 21, relating to changes in the work. Except for the items of cost specified in such Sections, the-Contractor shall receive no compensation for ,any. other cost, .damige or:delay --- to him due to the, presence of such utility. If the Contractor fails to give the notice specified.above and thereafter acts with- out instructions,from the County, then.he,shall be liable for ',any or all damage to such utilities or other work,of the contract which arises from his operations subsequent to discovery, thereof, and . he shall repair and make good such damage .at his own,cost. B. If the contract requires excavation or other,work to ,a stated limit of excavation beneath the surface, and if during the course of the work the County orders a,change,of, depth:or,dimen- sions o£:auch subsurface work due:to. .,discovery, of,,unsuitable bearing.material, or; for.;any other cause, then,adjuatment..to con tract price for such-change will be-made in accordance with.Sec tion 21. Except for the items of cost specified therein,,.the Con- tractor shall receive no compensation for any other cost, damage, or dela ,to him due to;the presence of such,unsuitable.bearing material,or;.other:obstruction. SECTION 13, INSPECTION: A. The Contractor shall at.all times permit the County and their;authorized agents,to visit and inspect; the work or,any ppart thereof,and the-shops,where•work is, in..preparation. ;.This.'o li gation shall include maintaining proper facilities_ and safe`.access for such inspection. Where the contract requires work to be tested, it shall;not.be covered up until inspected and,approved by the County, and the Contractor shall;b.e solely responsible for;notify- ing the County where and when such work is in readiness for inspec- tion and testing. Should anyy.. such work be covered.without such test and approval, it shall be uncovered at the Contractor's ex- pense. B. whenever`the'Contractor intends to`perfoxm work on Saturday, Sunday, or a_.legal.holiday,;he,shall give notice to the County �;_ .ach intention•,at least two working days prior to performing such work, or such`other`period as''may be 'speci- fied, so that the, County, may_make,necessary arrangements'. Rev. 5/76 --34- {4 °-� ..}'�fi=,4M'�.:xs''o i's."'s� i?.Yd,`$t .�?>•,hi^:?ed.e_4 sys S`ai-"v"iSr n:P :1^ { {a 42 {+ 1 5Nlx � C4 � L•e{ . >. DIVISION F. GENERAL CONDITIONS (Continued) SECTION 13. INSPECTION: (Continued) C. The inspection of the 'work or mster'isle shall-not relieve the Contractor of any of._his ,obligations:.to .fulfill his contract as prescribed: Work and materials-riot`meeting such requirements shall be made good and unsuitable work or materials may be rejected, notwithstanding''that' such.work or materials have been previously inspected or that payment has been made. SECTION 14. REJECTIONS OF MATERIALS: A The Contractor:shall promptly remove from the premises all,miterials''condimned•by l the County'`as ,failing;'to' conform to ' the:Contract, whether •incorporated in 'the work1or not' �and`the'­ Contractor shall promptly'-replace-and--''reexecute'Ghia -own;'work"l in accordance with thhe Contract and without expense to the County' and shall bear the expense of making good all work of other Contractors destroyed or-'damaged`'by•such removal`: S. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice, - the County may remove them and ma store the'-materials at the — expense'of'the 'Contractor.' If. the.Contractor:does not pa the- expenses of such'removal Within ten (10) days thereafter, the County may upon ten' (10) �days:written•notice, sell such materials at auction or at private sale and shall'account for the net:pro ceeds thereof after deducting all costs and expenses that allould have been borne by the Contractor. SECTION^. 15. INTERPRETATION OF CONTRACT REQUIREMENTS: A. Correlation: The contract''documents shall be interpreted as being complementary in'requiring a-complete,work ready for use and occupancy-or', if not to-be occupidd',-operation'. 'Any--require- ment-occurring in any one,bf 'the' documents is �as binding as through occurring in all. B. conflict ilotheicts-in the Contract contract and 4 docubeloments ntsi, the prior In'the event -of , ritiea�atated-in.aub- a govern. 1. . Addenda shall govern over all other contract _ doucments, except the County-s Standard Form",Agreement unless itis"•specifically indicated that such addenda-,shall'pprevail. Subsequent addenda shall govern over prior-addendaonly to the extent specified:= — 2. In case of conflict between plans and specifi ' cations, the specifications shall govern. 3. ' Conflict within the Plana: a. Schedules, when identified as such, shall govern over all other ,portions of .the plans. b. Specific'Notes, shall govern over all < other notes and all',other portions•of'the plans.."'' C. Larger scale 'drawings"shall govern over smaller scale drawings. 3g Rev 5/76 _ _ r x' - s � r , v'� uF.4u .�a�si DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 15, INTERPRETATION OF CONTRACT REQUIREMENTS: (Con i.) 4. Conflicts within the;,Specifications: a. .The "General Conditions of the Contract"; shell govern over all sections of the specif cations,except. for specific modifications,thereto that may be stated in the.Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining.or`installing'of,parts, materiais,,or,equ-ipment, but there exists an accepted: trade'standard,1or good and workmanlike,construction..,such : . . detail 'shall be deemed to have,been impliedly,,required by,the contract, documents in accordance with`such standard. "Minor detail" shall include the concept of substantially identical components, where the price of each such component is small even T though the aggregate cost or importance is substantial, and shall include,a , single component which is incidental, even though its cost or Importance may be substantial. The quality and.quantity of: the,parta or material so,supplied shall conform to tradestandards and be compatible wIth;the type, composition, , strength, size, and profile of the parts or materials otherwise set,forth in . the contract documents. SECTION 16, CLARIFICATIONS AND ADDITIONAL INSTRUCTION: A; Notification by:Contractor: ,Should the Contractor discover any conflicts, omissions, or'errors ;in the contract_documents;or have any _ . question concerning interpretation;or clarification of-.the,contract,documents, or if it appears to him that the work to be done or any matters,relative,:there- to are not sufficiently detailed or explained in the contract documents, then, before%proceeding'with the world affected he shall -immediately notify the County in writing=through the Construction,Supervisor,,:.and+request .interpretan tion; clarification.or,furnishing::of additional detailed,lnstructions,concerning the work, All-such=questions,.shall be.,resolved and instructions to ;the Contractor'lasued within a reasonable time by the,County, Whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. C. Change Orders: See Section 21, this Division. Rev.12/72 36. 0, , DIVISION . GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: .When'descriptive 'catalogue designations, including manufacturer's name,' product;brand name, or model number,are,referred to in the contract documents, such designations shall be: considered,as: being_, those found in industry publications of current issue at date of first invitation to bid. B. 'Reference Standards:.r +When standards of'the•FederalrGovernment, trade societies:,' or'"trade associations are referred:;to.in,�,the contract,documents, by specific date'-of`issue', these ,shall-be'considered:a#part.of, this,contract.:;:, When such references do not bear a date of- issuel;'�the 'current;'publiehsd':edition at date of first invitation to bid shall be considered as part of this contract. SECTION 1B: MATERIALS. ARTICLES, AND EQUIPMENT:, - A. Material shall be new and of quality specified. When not. — particularly specified, material shall be the best of its class or kind. The Contractorshall, if required, submit satisfactory,evidence,as to the kind and quality of 'material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq., of the Government Code, State of California. B. Mechanical equipment, fixtures and material shall be delivered in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures and,material tbefore uncrating. The County willt,when desired,,inspect such-equipment, fixtures or;material to, determine any damage or deviation from=that specified: ' Items-.damaged-during,, ,,,:, delivery'shall'be'rejected. C. Wherever the�name or brand<of a;;manufacturer'st;article is.„• specified herein, it 'is`used as `a measure'of iquality`and,utility;or.a:,standard.•• If`the'Contract or 'desires to use any other brand or-manufacture;'of::eq ' 1, lit quay and utility-`to-that specifiedi'he'rshail-make app lication.to;:the­County in,,writing for'any proposed substitutions.'"Such application:'�shali be-.accompanied�by..,• '' -; evidence satisfactory to the County that the material or process;is equal ,to. Rev. 12/72 ' �X��i,n.. r"Ut s-#z'd.^ •s ;." x'r:a+.t'i,, ..y��#,3X r z `?.;;��i -_ s't rs�.J�. r a,.". :; --.� r :"�,t# a..,, + t a. � ! -s s- � !t r. .-+ .•$ �t�rr. rkt+r p._.,;r4. :>•..t .i v E i•.�. rJ?.t;1 h� "y..t`.S'�r a..t„ ,,14,f^t ,,_,..h: $3 .r, r.._y:.., .t a..�,.'y.. mX .1,rt ryr t;,.�:�'E�*.�t-..' t z'^'r t i:�e1 i>rt z.s ,�. :.:a;y .>..:I�19 r..: t f::.... �. SJ. d{J^ ... �,G:t.'.. e�h,'..rfi:l.orf y7HY.:!.. .. A...,.CtP Y ..;,. ?. .✓.a. aR�. �'.Y..+.tAI r. 4Rr.�'.ti SS..�..�! �;..1 aS ..R .i t,.rt �'� � i ...:E„�' "tX'�r,.t yt}.s r � .....,v .y: ;5,,�y,,d `",X•._k.�S:,*,�.-.+f.u,;<;•;.'m r.Y 4-S`,'�' � r.:xtes,- -� •f,G, 4 ,.�;, i .a ;�rs"yr,, ,:�?�..,,.,,�� :�.�t,^is E .,+, + r, rk., 1z .r�,.x.+ay z$ .f... �"._ ft:G'�r' p r y.,y qq,,55,,k`'`•�`.�, � � 4r -:R4 u,}�5;'':�4«",tw..l?t t + kik +,r � ? r<<i� 1 t. s y> �'�r tr G f,.t _ �, J T,.,4k sa � ,,.ru.,..x.5.7`s,�t,,:'�"`..''N� ft='s#n«xfY_�:.k k3ia.4rrG ti,c�'k�;+�h1Y..�:rA{>rtf rr ��'1'����?�,i�:� c�.-:Mr`n.�', s Yit:'�Y rry ,s% '�'ry4� "'.=cr�2rA'z... i`t. �i at 2�•"'s 1� DIVISMN F. CEI ML C('NDITION5 (Con't.) aTCTItN 18. MATERIALS,,ARTICLES, AND.EQUIPMEMr:.(Con's.) that specified. Request for substitution shall-„bo:made. In ample time for th. County's consideration as no.delay or extra time,wi.11 be aliowed on account. thereof, Evidence furnished to the County by. Ehe Contractor shail consii, of adequate size an of material, testing laboratory reports,•on'me terial or process, manufacturer's specification data, field reports,on Product's approval and use by other public,agencies.,materialcosta, and. installs,tion, costs'and maintenance provisions and experience or other data as,requirid.by' the County. The County's decision concerning the refusal or acceptance of proposed substitute,' for that specified, shall be. accepted,as final. Requests for,substitution will only:bo considered when offered by tho,Contractor wlth, the reason' for'•substItut(on. ''Allure to submit,:competent evidence, as required, and ,requested by County”`shall , be considered grounds for;refMaal,of ,subs,tltutlon. The Contractor'shell include n notice of change in contract prices, if sub atitution Is 'appro'vod,' D. All materials shall be delivered so as to Insure a speedy anduninterrupted progress.of.tbe work.,_Same shall be stored so as to cause no obstruction, and so as to prevent overloading of.any portion of,the structure, -- and the Contractor shall be entirely responsible for damage or loss by weather or other cause. E. 'Within fifteen (15) days after the signing of the Contract. the Contractor shall submit for approval to the County a complete list of all materials It is proposed to use under this Contract, which differ in any respect; from materials specified. This lint shall include all materials which are proposed by the subcontractors as well as by himself-far use in work of his. Contract and which are not specifically:mentioned in the Specifications. This list must also ,Include the figures.received.by, the; Contractor In bid form for the material or.materials Which are ,submitted for ap mproval or substitution, together:with the f,igures,,ln bid.form, of the specified material or materials for which substitutions are;proposed.. .In Casa a substitute, Is offerdd and accepted as approved equal to materials specified, the cost of which is less than the cost of the material or equipment specified, then a credit shall be taken for the difference between the two,;costs„in order that the County shall obtain whatever benefits may. be derived ,frcm.the substitutiar} ,. Failure to propose the substitution;of any article.within thirty flys (35)„days df ter the signing of the Contract: may be deemed sufficient cause for the denial of request for substitution. SECTION 19, SHOP DRAWINGS DESCRIPTIVE DATA SAMPLES. ALTERN TIVES: A• The Contractor shall submit promptly to the County, so as to cause no delay In the work, all shop drawings, descriptive data and samples for the:varlcus trades as required,by. the specificattons, ,and offers of alter- natives, of any., Such submittals shall be checked snd coordinated by ,the. Contractor pith,the,work of,other trades• involvIad before they are submitted to the' County for examination.; Rev. 12/72 -3�- - , DIVISION f . GENERAL CONDITIONS (Can't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA .SAMPLES ALTERNATIVES: (Con't.) B. The Contractor shall submit'to the County 'shop or diagram drawings in the number of copies as,requiied in submittalschedule, or five (5) copies if no schedule is included in these documents. The drawings shall show completely the work to be done; any error or omission shall be made good by the Contractor at his own expense, even though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and inspection shall conform to approved Contract Drawings:' C. 'Descriptive Data: Submit seta`of 'manufacturer's brochuree'or>other- data required by the specifications` in'the number of copies as required in submittal schedule, or five, (5) copies if no schedule to included in these' documents. The County will examine such submittals, noting thereon corrections, and return three - copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit Maples of articles, materials or equipment —as required by the specifications. The work shall be In accordance,with the --� approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at Contractor's' expanse, E. Alternatives: For convenience in designation on the plans or in the specifications. certain materials, articles, or equipment.may,be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other identifying information,' hereinafter referred to generically as"Idesignated by brand name". An alternative material. article, or equipment which is of equal quality and of the required characteristics for: the purpose Intended may be proposed for use provided the.Contractor complies. with the following requirements: 1. The Contractor shall submit his proposal for an alternative in writing within the time limit`designated in' the specifications, or if not t designated, then within ['period which will' cause no delay in the work. 2. No such proposal will be considered unless%accompanied by- . complete information, and descriptive data, necessary to determine the equality of the offered materials,`articles, or equipment. Samples shall be provided when requested by the County. The'Contractor shall note that the burden of proof as to the comparative quality or.suitability of the offered materials, articles, or equip- ment shall be upon` the'Contractor. 'The County shall be the sole'judge as to such matters. In the event that the County refects the use of such-alternative materials, articles, or equipment, then one of the particular products designated by brand name shall be furnished. Rev. 12/72 ..39_ F, DIVISION F, CUBA). CCNUITIUNS (Con't.) SECTIUN 19. 3HUP D3AWING.SDESCRIPTIVE DATA SAMPLES ALTERNATIVE;. ('Cpn,'t '). .., The County will examine, with reasonable promptness, such ' submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from the contract plans and specifications, nor shall it relieve him from responsibility for errors in the submittals. A failure by the Contractor toyidentify in his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon' by`the County. When specifically,requested'by 'the County,''the Contractor shall resubmit such shop Arawings, descriptive data,' and samples as maybe )required.` ifany mechanieal',.•electrical. `structural';' or other changes are required for the proper instaiietion and`fit of'alte`rnitive materials, articles, or equipment, or be cause'ofdeviations from the contract plans and specifications, such changes shall not be 'made without the consent of the County and shall be made without additional cost to the County. SECTION 20, SAMPLES AND TESTS: The County reserves the right at its own expense to order tests of any part or the work. If as a result of any such test the work is found unacceptable, it Will be rejected and any additional test required by the County shall be at Contractor's expense. Unless otherwise directed, all samples for testing will be taken by the County from the materials, articles or equipment delivered, or from work performed, and tests will be under the super- vision of, or directed by, and at such places as may be convenient to the County. Materials, articles, and equipment'requiring`tests shall be delivered in ample time before intended use to allow for testing, and.none may be used before receipt of written approval by the County. Any sample delivered..to'.the County or to the premises .for examination, ,including testing. shall be disposed of by the Contractor at his own expense within not more than' ten (10) days 'after the Contractor acquires . knowledge that such examination is concluded, unlessotherwise directed by the County.; SECTION 21. CHANGE ORDERS: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from, the_plans and.specifications will be made without authority in writing:from the.County., Changed work shall:be.performed in accordance,with the original requirements of theContract Documents and previous fully executed Change Orders. A Change Order may. adjust .the contract price either upward or down- ward in'accordance with either or a combination of,the following bases, as the County may elect: (1) On a lump sum basis as supported by breakdown of estimated costs. Rev. 12/72 —40— u �(�rt�f x't rJf d t+/, ♦ 3� k -y Y +r � ✓ t ��� a4., € z 1, i ;s �`-, t ; �.4??fi'.vt','4 o.rr�,ts✓ .:.:..�.s ... ;�'t`: 1 -;"�}ti.-. . a.�rt;-. , .1:.a t. �}z.. .. (F> ., F�;. w_x' �•ri •v<z.Y y� �..5- ' .!. r.�..�rt�& '«. &:R,�,." c. _..;?u , :�f '; �#bi�n'��:`��.�+�i7�;"*'x Td+%�nf k• ,_r �fia�Y+r� r, ..x„ts�i v;'�'v�,, �.>� �,���".,�.;�s �!`'':S+P;`y ',;�, ,y�.°` 'iy�.�y '�,�'=7�'�fg.t�'+�c',"�''�1"+h!s`"Y�,.r *� u�,P' �- DIVISION F. GENERAL CONDITIONS (Con't.) } SECTION 21. CHANGE ORDERS: (Con't.);:-,, (2); On a ,unit price basis. .,• (3)' _On a cost-plus basis in accordance with ,the following conditional ' (a) MARK-UPS: „1. ,For,work performed by the General Contractor an amount .eq us1 to the_diract,cost:.(ae defined herein) of the'work plus of, costa for 'overhead and"profit.' 2.1-;,For. work erformed,by.aieub-contractor an amount -equal to the(direct;,costs'('as Veined,herein) of the Work p,lus,20%,of 'the direct Eco,sts foroverhead and"profit:'( ' (Suggested breakdown, 15y,to ;the sub,contrac'tor, 5T. toGeneral.Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined herein)'of the work plus 25% of the direct costs for overhead and profit. — (Suggested breakdown: 15% to sub-sub-contractor, 5% to ;,sub-contractor, ,5%,to.General,Contractor ), A.. In no case will,the total.mark-up.be.greater than 25T.` of the,direct Posts,,notwithetanding the number of"contract" tiara actually•exiating 5. ,,For,deleted,work the.mark up. shill be 10% of the direct costs or the,agreed,upon estimate thereof ' (b) ..DIRECT COSts: J. Labor. The costa 'any for, labor shall'include employer payment a. to.or on behalf,of the :workmen; for health and welfare pension' .vacation and similar"'purposes. habtor` rates will not be recognized when in excess of those prevafling''in the locality and time the work is being performed. 2. Materials: The actual cost to:the.Contractor, for thea; a materials directly required for the perform nce of the changed work. :, Such cost of'materials-may,include;the,cost of procurement,, transportation•'and delivery, if,necessarily incurred: ' If-a trade-discount;by=the actual•supplier,.isiavailable to the`Contractor, it ehall:be%credited .toithe,County. -;If the, materials are obtained £rom a supply or source owned wholly or in part'by' the'Contractor, paymentrtherefore will not exceed the current'`wholesale.price 1or)sueh:materials.* ,,The,term,'!,trade discount" includes the concept of cash discount. Rev. 12/72 Rev. —41- r x :.4 -Je "� ! n:�P.' wl�;,µa,•.'_� .M1 -rs1 #d'•7:`t*�'t i§ -to 'i ;h:... 5 s t. a:•t � `c ".� a..f x,.: s `. -,#•z: ,` µr�•: �y'I. �:.v g. n.:..;. ...J��e'�,y i '�..a,• ,ut 9`w�,,.a-.. .:� +.i�., n t^ �..:' jbs. _. s,,t,+,'�.a +i .5:3 v. +� h+�}Pc 4'{ ° #, 1 r 5. ,k t ! J ✓ 7, t� 141 .+'.+ ..':+ .:.`.a tri .IT�YfC ,4Tf1 P�}� �t:'�'» .- tr.Nt =,'�Rnr t-Ka`'r.y.- 1 .. .:-. y .<#+,',-_:'r7f s,.,.r;:r ,t,.x.:c. �S"��a...� .k l•.s�l .�Y�.,. �.C.+A, �q 1 ,,.,,. ^s ,....� t,:.,?t3'.Sx*J.i, ,?,r' �.a 4�r y ..' 7 ' ..,_• c -.�: e....c...... ..5=. 'G.,Y >i ,.,LE�°;#,�:v,:is,k�';�L.LYs".5#�°CT:`- "4<-c''t?;+:">X �. t#.t.Yg`,�. •x. 3 ., ..y. ., :m w"'tak _:„!, ?i;,u',Y47 ;o. \ ,1gR;:S�;..,StgtF.{¢.'�,;y?S�.u4 /�*& , ,ay,11sd33 �y f •rj t S..FxY n DIVISION F GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) 2. Materials: (Coni.). .` ' r if-'$ 'in the opinion ,of"the.County; the:cost,o€=imaterlals is if`'the Contractor fails �to. furnish satisfactory ezceseive,'or evidence `of the'!cost, to him from the actual',supplier.•thereof, then in either case the cost of the materials,'shall,:be deemed to be the lowest current wholesale price at which similar materials are ova l''a61e'`in tkie'quantitiesw,vequired. ",The"-County ,reserves the y right'tIo furn£sh auch''aiat'erials'as,"it''deems advisable, and the Conti`ractor`!shall'hove'nb_Cld`ima";for Costs or.profits. on material furnished b} the' 3. Equipments u The actual costto theµContrdctor forl"the use of equipment. directly required in the-performance of ehe changed work. In `comput'ing 'the'hourly-rental of `equipment;'any'time less than 3O minutes shall be considered one•hai.f'hourr 'No:payment will be made for time while equipment is inoperative due to breakdowns or for non-working daysi in,addition,:the vental-tfine shatl include the time required to-'move the`equipment-to,the,work,,from the nearest ` available source for rental of such equipment, and to return it to the source. If such equipment. is not_maved by its awn power, then loading and transportation costs will be paid in iieu of rental time"therefor. ;'However, neither moving.'time+"nor=loading and tre.,3portation costs will be paWif,`the,equipment is used on the ni :project`in'sny;oiher way`thin upon+the%changad work. Individual iE ecea'of'e-quipment Navin ,a replacement value of 1-:1 or teas shall be consideredrto'be-toots`or small,equipment :and no payment will'be maer de�theftlr r.. ;. . .. '.',. 'For'"equipment-owfied,:�furni'shed .or,rented by the Contractor, no cost therefor shall be recognized in excess.ofs:jthe rental rates established by distributors or equipment rental agencies in the - locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the r. Contractor for he. cost of fuel, power, oil, lubrication, supplies? small tools, small equipment, necessary attachments, repairsand maintenance of any kind, depreciation, storage, insurance, labor (except far equipment operators), and any:and all costs to the Contractor incidental to the use of such equipment. (c)_ALLOWABLE TIME -EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of.the entire work is delayed due to performance of the.changed work. Each estimate for-'a 'change in the work submitted by the Contractor shall,state the amount of extra time that he considers should be allowed for making the requested change; 12/72 Ray. ..42_ r { t dt 4 a <t.(� �: ' cs t t � � .0- r. ,r a;�' r�..xf e i ars � �'t J � 3^'�`.,:° c L'...e °� a ' ,��5..i� S �• t� � >.-�-.x.„ J r i�' o- k�i r._» �,.._' i;.; d ! ,:<-:. r to-.tr. -. >.•;,^, „„.(.,. a; ¢V 'a _.5� { ,.>xa..•..J. ' >�5:.,, t ,f Y.. f w ..y .�. T>r,;r-t I. 't fc' �F h-'+'3. n". '1 Civ;3 +a h=';.. 1� r� +..4.t�- n.,z�t.,r� v� x n u�;,. r Pt ;,J �' .��,, f4.n.'3.,.��.�;.. fE�.Y. .rt,. �.�... .s�t,:q�k.•:...F? ^,�5;:'�nrx �..�'.� - � • t ..>� , ;ar ) .,a ,. .r,i r.�` �;,�,�as`S+ 1wa. 6• r �e:� �t� �'-:i� rvt=.�, .L Gs ,8?.� �� �' a Sr-.g .r� � t. +N, 3t.G�$� r5"s' r„6.. x.1x�.. v t .......:. ..... :.t �_:,,,.-<�`. .. .t... d r l ..,, �_.,;,y .}_:.L.. 'i R .3yi'$ �',1.. 5{�,l F`f�����1 f .�y,}� !�f'E•M � .4. �Y sd:s!`"Y 'a 1. � �J1,., - � ,, <:.. a. r i..v. � ras• r a,� s;- r t r... .n><,t r zfi�,,., ,,Y,r~.��a .tt s ;:,� r tt 3 .�t c ��. •...G ,. d.. ..;.. •f,z .t e ,,. � .... -:.:�.,. t.w 3,.3 x ., ;S Y7,",.7 :« t,,, -5't -P�?%•r:� Y. }k� .(„vt< � .a >�°� �.�.,'�� N� ..~a..._�.- :Es'i�:�.r"�cYQ,�., �;�7;�.7M,�°t"*�`„?yU'3"'aLab;�`"t<h�uk.�"�,Y&�;�]% ` 4��tin F`.�dr�u«+F�`�fr`��`���.�t�7a� t�es'x�3:"�'�`'"•.PS 5#�`�,.;�v��+ka;'t`��t�-f#�..#�'�'''�.'1:.'"ip�fi';mr`�te-.wt's,•7i"^,c'{,Ti�,.#`3.[�z+!' :�:i�,.,si33,-�#��,.?t�,KnFxd:�.-wa .�+f...:�.:�.... . , DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Coni.) _... _, .. (d) RECORDS AND SUPPORTIVE INFORMATION.' (1),,The' Contractor shall:msintain.his.records ;in such a,manner - as•to .provide a clear distinction:between 'thedirect,costs of extra work.:paid,for, on•a, cost-plus :basis� and the,:costs of other operations. z ;r: (2) Contractor .shall,maintain daily.records:showing man hours and material quantities.;required,for-cost%plus,work ,;;The Contractor,. 1 Shall"use a.form`approved or;provided°:by,:Che,County..,,The forms will be filled out in;duplicate and the. County!sinspector will review and attach his :approvinR signatureto the form on the the work is performed,!: „t, . (3) Rental andimaterial ,charges,,shal'l be,substanti,ated by valid copies of vendor's invoices. (4) The contractor's,cost records pertaining to.cost-plus work shall be,open.to,:inspect'ion:or:audit by,the,County. (e). FAILURE TO,AGREE.:AS TO COST. . Notwithatanding.,the failure of :the,,County•and ,the Contractor to agree as -to cost,of:'the„proposed change,,order,,,the.;Contractor, upon written order from the County, shall,proceed..immediately with the changed work. . Daily job records shall be ,kept as indicated in,Paragraph d) above and:when agreed to by Ehe;Contractor anthe construction inspector, it shall become the basis for peymerit�of ;the”"changed work. Agreement and,execution of. the daily job record'by"'the construction inspector shall' not preclude:,subsequent,,adjustment-;based•.•upon,a..later audit by the % 1,Cr x:• .. (.`tt Rev. 1272 --43— r r t �} ,�,,c,� a,,( 3w,�t x•sr .i- z}�.. .,r c:- ,.r t., r \i: ,it 3k t'rf_ ,t '1- r' -s ;• ,x.„Ur`3. ;..y t j,:l, ti.c•>;.,�,c.- �, �..s4; ..�:x='. ,.x e�;;,�. =Z,2s,. ,,.r r f-�.: .,,x•*� -r`x ray <, n a ,.�.. F.>r:• . .,. ,:• .r # °°-, 7 r� - 1 t, 3.. . 4 � £ S`. .,w,. -i t,� :,r '�.t.,,�,>rd,,•a. 'r.....::.>/,... .r,+v 'uy t^ J'�-',a ?.+,-i 4 s t v� �;;'s i Y r f �,m?, t.F. ? S _fiw. ,£±+ .� q, :.�'v..�?£rKyva.{, 7➢ke Ali' ) ;?dy�'''� 'S^L s w'� F� 'fir r,t;htn.:,jy3...c;aF-:: 7 .,-r' a...F .,t K ...� • '%: K �,F•. Y �,. � ;4� '$S-K � `lb � .. . t � 't �s.! � .?._:�'5..,+�. `n �Cn i ��i:Yt. 1? x6 9, Y y, *°�:s, 'y 5 ="eiS�,,:E.. J v4;,l;z,.ry�, � aihn c:,f, 'Y :, 4t;d* �` x, yrks�?. ,f i �;'p �x�•,�a X'>3 r." 4�" e 4^f5- t ' .�t77>7��5"tr±;i.k,�.r� �frt ,P�. iar y-'�P��x�.'.'^?;+.,t�.+t C!..,. 44...:,f6K �fi4,.';i�:��iif.`.?7��V�``" fh.k 3t'S•.ro.a..d', 5<`,.. :-6K`iL7�^• '+ b�a� ;'�yz7 q�}..a�Ci}r t. r � �:.1 c"fim - ' v�S.rk�F+.^ r 3..�,�.�:_, �.�w..,.x' �._y�. s .:n:1'.r Y ,:;, fi 4..,�`t���+ ..1"9.I.` e t f.'f�',.�.� •t. U. Y{, ,�s, 5,:-�.�, .ra�4..,.�a r 4 i � ,�f., -•� / �'` ? r"^�.�Y .1� z lty,. „ry .*`rx£•i ?,`t t-.;3r�z`' ',.a`i,x f:a L�r.`t 'a'y.t:.t' r ;,�. z-.�.i�L ,� 1� � :.k x�M :, t 'F, t + t r-: .� 3 t �•+yC* � 8,�.�•�.� ;{ 'W, '. �,-bx h"SY xf� db t �-�}-t yr�i:"^'E�=4 Ypiq'.3�`i.. ,v �£ :e3' ",42 c t ''� °'3 t li bl�^` r i., t� "u ` ���'�w� .. '�r,"`c��rr v���,r,�;r'-r `�„,•'• {�r^y»srt�, � b'�7et`+n.x;��'X 4 "i-�f� - - �yA #e.. n�r,.��`� u���x1 } y r'C�� h-K^,i:S.w��r �SC�� ��'t��i $'-.td?- cf4r�t'k^ �4^ r�'.� qz a s� ? � ^�'Y � ..�,,.4 ...'k.n'�'` "r �•�' � 'M..�"3 %. m t h.�s a r� , u�-t • DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 22. LABOR: • } '.t :Every part of: the work shall, be;acc6mpiiahediby workmen, .laborers, or mechanfcs'espectally!skilled. intthe,class,tof,;work requlreo,. and workmanship shall be the best. SECTION 21" 'OCCUPANCY BY THE:COUNTY'>PRTOR TO ACCEPTANCE, The County reserves the right to occupy all or any part of the project prior to completion`of the, work, upon written order. therefor. In such event, the Contractor will be relieved of responsibility for ,any,'in'jury or'damage to such part na;results from such occupancy and use by the County, Such occupancy does not constitute acceptance by'..Clie County, of the work or any portion thereof, nor will it relieve the Contractor of re4ponsibility for correcting defective work or materials"found;at any time before-2i,*-acceptance of the work as set forth in Section 26 or during the guaranty period after such acceptance, as aet forth in Section 26. > SECTION 24 •PRESERVATION.AND'CLEANINGC` ' A. The Contractor ahall protect and preserve'the`work,from all damage or accident, providing any temporary`roofs,'wlndow land,' damage boxings or other construction as required by the County.: ;This shali,inciude any adjoining property of the County and others. B. °•The ,Contractor-shall.properly clean„the;work asJt,:progresses. As directed'during;construction,=rubbish.,shall be removed,; and at;completion the whole work shall b'e'cieaned'andt�all temporary construction;�;equipment,.qind_ ;rubbiah shall be removed f om'the site, all being-left'An a'clean`and,proper,,;condition satisfactory"to the County. SECTION 2.5" 'PAYMENT'OF`'FEDERAL`OR STATE'TAXES: Any Federal, State„or local tax"payable on`art1cles`furnished by the Contractor, under the Contract, shall be included in'th6 Contract"price and paid by'the;Contractor. -The County will;,furnish Excise,;Tax Exemption Certificates to the Contractor for any articles which are required to-,.be furnished under the Rev. 12/72 -44- r - 3 '� � ' t � t .s- 4.y'; `.y .f'ry.° sit}..J':r+.. .i„., tt x.'•t �`' f„ e;-1 ..r:i i7 f t+ S ) • w1 1 .�.. r t �� jl...,.:'^i1r "l .Y...: SS. �'.. h .%�F �3).>:�l c`l1JY {tY i -.3:.NYS iz:�4 ..i 'C..�4.�'z � y.rSY�,,y 7,�1� 4}.'3'..t�i'2 '`I ...:`. f r?t�c.�: 7Ni.;..G "Y\ v.. • :.i:) ,.,., t 1 1:"! .eF. bike 5,,,.� r.2 ,i.sr,. ,a !..y.}„-a t ' S..{ Xo. ' s -s., y �5,.1<..:r. ':r q,..^in'<t•+{.,....,.... ._ `vi. r e+�! ..„; o-d �, 1' .F..'} 'C s,4 t'<{f c � ,y. r•.sx{ ,ztf .,c+. ; .f.,-,,r. •r .r�-i4Kd,.:. i -,.,..,, ir:.sr{l+, r{,,.3: ,�. .... .r Vii. ..!G,�a. � .sh �,:-' }7t.. i;- :.-^"! fid.. t<..„Yt ..:..S;K` d �.:. .n ,{.;i * d e � RS.,�.n�br 'm� &„ `q,e.dF� ������i � � •'�` �'” `Y���ro it'�eYYztlt ^ 9�;” d"'L�„”" ''y .kY=t++�r `T p Zi` P{{ e t u s F 1 DIVISION.F, GENERAL CONDITIONS (Con't.) SECTION 25. PAYMENT OF FEDERAL OR STATE TAXES: (Con't) Contract and which are exempt from Federal Excise Tax:.' SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to 'the County. Partial payments shall not a construed as acceptance of any part of the work. B. In judging the work no allowancefordeviations J fran''the 'drawings and'Speci"f i'catiori's'taill` be made, -unless already approved in writings it�'the,time`'and;in' the=manner:.,as=;called,,,for heretofore. C. County.;shall be:given adequate opportunity to.make any necessary arrangements for fire insurance"and- extended` coverage,' ..D. Final acceptance'of the Contract %all,not be given until.all requirements.of the contract documihii are c6mp'1'ete 'and approved.by the County.' 'this' shall includii but is 'not 'limited,to, all construction, guarantee forms',+parts list, schedules,"tests,1 operating instructions, and as-built drawings - all as required by the contract documents. '`SECTION'27. FINAL, PAYMENT AND;WAIVER TO CLAIMS: After the official acceptance.of the,work.by the County, the Contractor shall submit to the County, on a'form acceptable to ' the County, a request for payment ,in .full:.in ,accordance w th the contract. The form "Statement to AAccompany' Final Payment' (Page qq )., shall.be:.completed„ signed,by, the,Contractor, and submitted to.the County with the finial payment request,'.' SECTION-18. CUARANTEE`i A. The Contractor hereby unconditionally guarantees that ”`the;work wily be'done+'in'`accordance<with,2 requi'rements� of all con- "tract ''and further; guarantees=the' work.ofi�the-.contract-;to�.be-,and; . . remain"free>of(defects ,in workmanship.,,and. materials fora period,of, ''one-year`,from:the�Ydate :of.,acceptance;of :the, contract,,unless,,a longer guarantee period is specifically"'called .for. .,The-,Contractor hereby agrees to repair or replace any and all,;work together'with" any other adjacent work which•may_ be:displaced ,in so;doing, at may prove to be not in its`workmanship, or`=mater ial•-within.,.the`:guer_ antee.period specified, ,without .any„expense whatsoever to the County, ordinary wear and,tear"and unusual 'abuse `or°neglect excepted. -B:` Contract bonds are`in full`force:and::effect,during,.._, the guarantee,period,. C. The Contractor further agrees, that within 10 calen- dar days after being notified .in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- � s t x t iv..3v S}c :ri✓ V f k, t , § A"i!' t W r. t _.. , 10 DIVISION F. GENERAL CONDITIONS (Coni) SECTION 28. GUARANTEE (con't.) defects+,in the work, he will commence and prosecute with,,duea:rn, diligence'"all work"necessary:;tio"fulfill'"the'terms"-of tins guarantee, and to complete the work within a reasonable period of time, and:in,the event, he ,fai}s, to}so.,comply, he does hereby authorize the County to proceed"to Have 8ord done'at tha Contractor's,expense_ and he.will pay the cost thereof upon de mand•N Tha-Countq•-'shall be.entitled:to ally-costs,_including ..M•-- �.� �...,. reasonable attorneys fees, necessarily"Vvidiitred upon the con tractor's refusal to pay the.above costs. Nota.ithsta�ndingChe�foregping.Paragraph', in-they_ "- :, , tr ' event of an emergency"'constituting an immediate hazard'to the health of safety of the'County's aemnpployees, property, or Been sees;' the County may:undertake at thatsContractor,,a expense with out prior notice all;wC*V_' 6iioirYi to;correct,oPuch hazardous conditions when,,it was ,caused;by work,of,the Contractgr ,not being a' in:accordance with the,requirements-,of ,, ,,,s contract ,` , D: They general contractor' and°'each of the"listed"sub " contractors `shall execute and'fuinish that County with'theaetandard `, uarantee`form. ;� t ,a See Page48 ) Rev. 5/76 OL 'rr.:' r .. r .. -. i r,yr� ��s, ,s �,..�. rtar.+ k�: r�.. r''' tS-.-f�, s�tve'. �,.;���•S '�•xi. f i v tS-�'y.. .4ta t` ...X 'L::. r 7�� Y;r;.s."'� F•rrx� ``'� s ttr z s�,� .,Kr,y;'e V .S.!h 1 .�- #"4Y... ^'.}. §.tzr,M.E.'rq , ,.�,z 3 4''{{'k.�:°;' rat., r;:�,7tt',.in r��. .iw .:s+sc?T�:. t'R4" '�$•' C.. '�: S'.y..., 4., i"fvT" 7�..�.;: y.t. .i'=' ;sit K..�,r1 x '•1.. t31P ,S rfi'r'1 �4ra,-;: �#..r:le : pp,.s},.?t?,.�t s ,,, sry.l�ir , .c ,�„ ,. .7 t d.: .i,. -.'-,+fn .Y' .`-�3x i. .t +,.�7 riY+` .tea y.:�a.ty.y 9 : -..,• k ! >;anttr'.Sr4`f}t.. .,..t '�. ,T 1`4'+ny,l;Y,rr+adf ;{ )'..>W. .t k .t ,:n ..,, .tr -er Ott i X x ({� i- } 6.,F 3 k n7 a r H°� , w r ;.fgz �� Y> r3 ;m a r rr •xRf S4 � : ...,:'.. t _a.� ,, ��: .#s.,R 5 a:v.r ^. - i �.. fa.3'''. ii ,..t .` +. <;k. .} tu.Ga.-z, v e 4 •i; ., z.- '}' L,? S. -7 ..! FaJ,-!._?r r... .:L�$ .� 'r..... .z ;1 p r ,v.,.n L .". ty ....t .. 6 .•.:-y. 1 �?t:> t ..:.r t 1.,;:h >. , s'., .+ ,.e•4,,�,f t ._. E.,....:n i .,,N✓ .,., t � ,:"rt� r;a. ..:e$ .."z..,......�....r..�„ ..n..;, ;y3r„ µ} J t t• 4 •,, Na en.._�,y4 j �v� � "c'eN,..�tt+' RA4�, ' XAN1PL E GUARANTEE FOR CONTRA COSTA'-"COUNTY 'i BUILDING MARTINEZ CALIFORNIA ' We hereby guarantee'to the County+.of Cont" ra Costa'the (Typa;of Wosk), which we have iastalle&'4in;the; ,;(Hamelotiluilding) Californias' for' _ :.•year.,(s) use'from date of filing of the completion'notice in the Office of the County Recorder:•,.We agree to repair or replace-to the satisfaotion of"the'County any or'`all' such`work that may prove defective'in workmanship or`msteriaiil`ithin'that period, ordinary — wear and tear and unue,ual,abuse.or.neglect,excepted. together with any other work u which may be damaged or,displaced, in,so doing — 'I ' fail to comply with ,the, . above mentioned conditions within a reasonable time after being notified in.writing, we, collectively and separately, do hereby authorize the owner to proceed,,to have the defects repaired and made good at our expense and we will pay tha costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) . GENERAL CONTRACTOR Date: Affix Corporate Seal NOTE: If the firm is not a corporation, add,a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47 t CR2'xt l +Y lt.t't fit...,:"a+" i��„.,eo ni✓s.n��.,. �.:_4fyE a } � '. .- a.si FORM STATE14ENT:TO ACCOMPANY . FINAL PAYMENT To: Contra-Costa County public Works Department County Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, of whatever nature, which he has.or may have against the County of Contra Costa in connection with the contract to construct the above-entitled projectp and that payment by the County of the final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work-,..labor, and materials3 on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct that no part has been theretofore paid, and that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) California. _ Rev. 12/72 -48- ) , 4 r rya Yp 7:x,l t, ' ,�,.'jY ,. .• Y 4 4.` G .:r3 1f, {"!.. the*J,.,.' � 'S S r,1 .};e ' J; ,::5..}� ? f. 132 ;§.;'j.1VJ(�L'jtX }34� � ;r f ./., .. .. 1 (° �,w�•:x ..,, .r. S.t R. r M„ 0�,4..:.�. w.. .. ..c-� i.•*.. ....i ,.N. .-.; ., .. �: s �u�` .r.b x�,x:, i ...,:, .a. ,,s .p ri4,+3 ,:v. .?,.`•. r T`` r ,�c ,..sir`?".'4� �. „r,f:,�. �,c a s ..yn.k ._:�,x ..�<.,.Cs: `��.al .+ ...-, �;,„v�;..�,.1?wJ;t� fi....:,v. .J.tiro....: �-€ -�:+4 ue cr-;;? ,,., � ,•<;z, e"r e;'t�. „T �'.0,tE t k.. ,,;5 k .Y � .a ,��•€. :d•. 3.,. r,. ,,. ,, .,,. cu•a .�34 � r.t:., v.., .,., „� ,,.....� ,�, .. ,. r> fi ,. .,.�, n ,, s _ �� v5+:4�� ;,c :,�,.• � 4� 3r:, y .�'. ,. �„.. �ry._:� s?^,tr�r....:u ,..4,� .,. :, ,. �.�”.:.,, t( •tt�s.,,. . ,�....� nra, {F, 5.,....t?�+ b.a{:rf.,., .r #��. t# :.^,'iasm., ;aa.,,.� r '., ..�#. ;.hri� � .,xa r 's- �r :3 x-.,� ,�4'^�.b."':r.��.,F. ,��4,",}C .J�ti. �t.dis.1"M}aVF ��kY.�+.._?'�� t"7k�.. i_ &.� �"3.3_:< ..?� .. Yr �i ,}, . :c�y,; I� �y� ��'• • :Fr r:{ � .e3", P �r.- € .h.,!7�., ...- ..z „!t 9.. .b :�K.cr• t,. .. �.,. ,.: y .,..,�(+��.�.k.,ry ,a n Se�,�<�'�,''a2�.�:..9 }�i�.�u�.,�kre,f^'Y�&t �.;In�Lt �:r5 ,. C4P,•r,:�... 't, :.kYt -'1..-'+��^'r°9 Srfi � ,t�,.. 6 Wirt �4 :'. y u�t„ y).. � �.g`3�,x..r �� L. � , ..� h a rr�}t� +tc ..,izt`�R✓ 2 �,;� w r...,.,� -.; 4:.y y .;u,.��cc,, �e... rr, �.. t ,;. .7 L � ''� r.,.,.••,.: z+r:.�. w'.: `�.: T rt...?` '4 s.,...: ,, .,.1.., {� � .. :li. L t mY#-. rr:. 2 4 as c r: ..��,s,�.. �a t"+�4{�Sni�7t? ,..�. a�,. z r� .�rr . r�, r,taw.,, r�•r°•, � i,c�,' tis 41.>: ��.�#sY +�a `t" ��#�d,x`�''ar,,3i. �1 '. ft,•'r�., �'b Fri,.�..,,::a."t..,s:?F.�S�ks,...�u^`.•.;.r,�i�s dt.:,»�.�Y;a.e�``ft�w'{t:': .�',s�5�t.!:•�'• 53c�'r?Yc �'res,.t?�,-u�r�..,, _:K;Z,xi.;t.,�r>: .,-h,.,......s .X+;!,..,rro t-i�,,: ,..'���a�i J & I WARD REMODELING Contra Costa County Hospital Martinez, California DIVISION G. SPECIAL CONDITIONS : A. GENERAL 1. All existing equipment, hardware, and other miscel- laneous items which are dismantled or removed and not re-used shall remain the property of the County and shall be delivered to the Building Maintenance Warehouse, 1619 Shell Avenue, Martinez , unless other- wise noted, or shall be stored at the site as directed by the Engineer. 2. Temporary Utilities and Facilities: a. Water and electrical power are available on site and may be used by the Contractor ' s forces at no cost to the Contractor. The Contractor shall pro- vide approved connections to utilities and shall remove same at completion of work. 3. Parking: a. The Contractor and his forces may park in County parking lots. Two parking stalls- will be reserved for contractor. b. All necessary arrangements to reserve on-street parking shall be made by the Contractor with the City of Martinez . 4. Contractor ' s Operations: a. All work shall be accomplished in strict compliance with all applicable building codes , ordinances and regulations. b. If during the work the Contractor or his forces mar, damage, or deface County property, such shall be cleaned, repaired, replaced, or otherwise restored by the Contractor to sibstantially original condition at no cost to the County. c. The Contractor shall maintain a clean and protected operation. Protection of adjacent occupied areas shall be provided by the Contractor as necessary. Floors shall be kept clean, all debris and waste shall be collected and removed at the close of each working day. d. All installations shall be per the respective manu- facturer' s recommendations or these specifications and the higher standard shall prevail. -49 ' "J" ti it J & I Ward Remodeling continued DIVISION G. SPECIAL CONDITIONS (cont'd) 5. Building Permit will be obtained by the County at no cost to the Contractor . Contractor shall obtain all other permits and licenses required. B . ACTIVITIES ON PREMISES 1. Premises, buildings and other facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by County and in continuous operation throughout duration of this Contract. County staff will make maximum effort to keen cont,rac is work area free from interference and nuisance. 2. The Contractor shall prepare a sequence of construction and, time schedule for County' s review. No work shall commence before approval of said schedules by the Owner . 3. Premises , buildings , ground and utilities serving them not particularly assigned to Contractor shall not be used __J for Contractor' s convenience nor used without express permit to do so, arranged for in advance with County. 4. Contractor shall maintain and protect existing facilities encountered or in near vicinity of work or operations under the Contract , including on grade, above grade, and below grade structures , utilities , construction and im- provements , whether existing or newly placed under the Contract. 5. No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a time agreeable to County with two (2) days notice. 6 . When utilities are accidentally or inadvertently inter- rupted they shall be immediately restored to service prior to continuation of any other work under the Contract, regardless of the hour of occurrence. 7. Any questions regarding the project shall be referred to the Building Projects Division at telephone number 372-2146 . 8. No additional compensation will be paid for overtime work scheduled for the convenience of the Contractor. Overtime required due to County requirements may be scheduled, and if so, the overtime differential will be paid by the County, Two (2) work days notice will be re- quired for all overtime scheduling. -50- "J" & "I" Ward Remodeling Martinez , California DIVISION I. DEMOLITION A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G. • The General Conditions and Division G. Special Conditions , are a part of this section and the contract for this work • and apply to this section as fully as if repeated here. B . SCOPE The work includes , but is not necessarily limited to the demolition and removal of portions of existing structure as shown and noted on the drawings and specified herein including removal from site of all materials demolished and debris caused by demolition work; as specified. 2 . Related Work in Other Sections: -- a. Removal of existing mechanical, plumbing or electrical work as may be required. b . Dust enclosures or coverings where demolition is re- quired within existing finished areas. C. GENERAL PROVISIONS 1. Notify the County of the utilities being removed and follow their recommendation as to treatment of existing service. 2 . Demolition within existing finished areas shall not pro- ceed until all protective enclosures and coverings are complete in place. 3. Burning or selling materials on site will not be permitted. 4. Materials demolished, razed or otherwise removed as re- quired shall be property of the Contractor and disposed of off site, unless otherwise specified, or directed by the Project Inspector. S . Demolition shall proceed in a safe manner. Equipment and materials shall be provided and procedures determined as necessary to avoid accidents , injury to persons and unnec- essary damage to property. b . When unidentified utility lines are encountered during progress of the work, immediately verify service and status of same and notify the County do not shut off or disturb such service until instructions are issued by the -51- . "J" & "I" Ward Remode Martinez, California r DIVISION I DEMOLITION (cont'd) C. GENERAL PROVISIONS cont' d 8. Removals shall proceed to cause the least nuisance by dust and least interference by accumulations of waste materials and debris . Provide frequent and continuous removal of debris as necessary. . Contractor shall furnish trash dumpster for the duration of job for general use. 9. Provide all safety measures as may be required by law for the particular type of work carried on. 10. Any question as to ownership of "demolished" materials shall be resolved by the Engineer and his decision shall be final. D. EXISTING PARTITIONS; 1. Existing C partitions shall be removed in whole or in part as shown. Include all plaster or other wall finish framing, plates, anchors , and other items , com- plete. 2. Removals shall carefully be performed to cause least damage to adjacent in-place work. E. PROTECTION OF STRUCTURES AND PROPERTY 1. Protect all adjacent property from damage by falling debris, dust, mechanical injury. r F. SALVAGE AND DISPOSAL OF REMOVED MATERIALS . 1. All existing materials which have been removed or dis- connected and are not indicated or specified for re-use on the new work or to be delivered to the County, for storage, shall become the property of the Contractor and shall be removed and disposed of off the site at the expense of the Contractor. 2 . Existing materials or equipment specified for re-use on the new work shall be stored at the Contractor' s expense in areas approved by the Courny, protected from damage, and handled in such a manner as to not overload the structural capacity, of. the building. 3. Existing materials or equipment specified for delivery to the County and not specified for re-use on the new work, shall be delivered at the Contractor' s expense to the Contra Costa County Corporation Yard located at1619 Shell Avenue, Martinez, California, Building Maintenance Shop. e, DIVISION 2 � "J" & "I" Ward Remode long Martinez, California DIVISION 2 REPAIR OF BLEMISHED SURFACES A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G The General Conditions , and Division G, Special Condi- tion, are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. B. SCOPE 1. Work includes all labor, material's , transportation, equipment, and services as required. to complete the repair of blemished surfaces as specified herein. - 2. Work Included in this Section: a. Repair of wall and floor surfaces where partitions are removed. b. Repair of all surfaces damaged due to Contractor' s operations. -53- 1��z�� 's S 1 � c 7•-x .y. i t; :f is 4s t 7 Y•". ,t_y i < .,; ;r �s+ „� ,.t. 4 i �iN y;�4 f ry�i. s a:, •' .wr. S t ..� y -?.�. r1 r1 i, !. iT s ..} n�. t-y a +.,,-. .t t ,-� z - f a4`" `•' �F S�l'v�J.. .,f" *s•, £..e.`ht�4,�4 rr Y o 4 sx :.p. y ua.; y,'} ..r�r,^,^.� ve.;^,,. y..- .s. �.---�� rY..xt`� �. .,et. $: S l .Is S -. ,�a: ,^�, .r,•�;n,�,y. �.�.t:. � s } �:>T� .f-tJy k er.r' u. J.. a). .i-p-;t. .c f sst.7 ,y 7r.ti'. i,x^., t r•-:� .J1 t 1 .a` F..'.Y t+ti t t r.,y-. .; f i :rk t y ,d Cie �., ..,,'� Y',"t .k; vy+s_ . �*.' + .r:'. Wit:J, is ?`:» .. 1 x.r.✓'[ !, .-,,.r '�, �;•"4 s { s. .- r .. t, 1., i :x .S.z�'a . t d n s.�rvl IY+'i,Y'., r'iz' f,,:t�a tt.,+ -..� 4{.'+s r 'X ,.r '�?'.�.-t,4s.f i,:.;.: .r�+yy�..,..-. r^s: �....,1;. .d.z b r •,m t -. �... •..}:.^ r+:.t,},x.,.. �,::.,�r i �c,><f � ..,r ..f .3...wk`_ ,..a�l.S.,-, )xNs ,s.. y �5.:a".a.�' ➢ag,ft,�.. ,y»� tw j,��S ,;,t f� ,, .t s:.ck3. :�yiS+' s?�.E. °'e ta�:� 2 r ski='S�Y t .Y:lrw^; i,uS'at_Jf..:.:: S�t"�>r��`. r S-�4LuS`ma�>^ 5 i. ,y„ a3c�� .����,�� v� .� � ='�n r.$ -.�*t� •�'� ;��, F , . sk✓'" n o.iHlbiAY, t� k'St�.. ���' i�" �,de. ,,� �� t x4e �----- "J" & "I" Ward Remodeling Martinez, California DIVISION 4. HOLLOW METAL WORK A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G. The General Conditions, and Division G, Special Conditions , are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. B. SCOPE: 1, The Work includes furnishing of all labor, materials , apparatus, tools , equipment, transportation, temporary construction and special or occasional services of all hollow metal work shown on the drawings or described in these specifications . The general extent of the hollow metal work is shown on the drawings. _z C. MATERIALS : 1. Material/Color Samples: Provide one set of full size corner section samples demonstrating all frame construc- tion features ; of sufficient size and extent to fully observe typical joints , connections welding, seam treat- ments and other characteristics. ' 2, Frames for Fire-rated Doors: Construct and label per U.L. Classification File No. 120 ID12 , as applicable to types and rating required. 3 . Hollow metal work shall be produced by a single fabricator throughout the work unless otherwise approved: Forderer Cornice Works; Overly Mfg. Co. ; Fire Protection Products Co. ; Atlas Universal Service Co. ; or equal. Manufacturer shall have been regularly producing work of the type re- quired for not less than five years. 4. Construction and fabrication shall conform to published specifications and factory standards established by the manufacturer' s approved for the work. -54- "J" & "I" Ward Remode n g Martinez, California DIVISION 3. CARPENTRY A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G: The General Conditions and Division G, "Special Conditions" are a part of this section and the con- tract for this work and apply to this section as fully as if repeated here . B. SCOPE: Work includes all labor, materials , transportation, equipment , and services as required to complete the carpentry work as specified. C. MATERIALS : 1. Framing: Lumber not otherwise specified shall be Douglas Fir manufactured and graded to conform to or exceed the requirements of the latest edition of WCLIB "Grading and -- Dressing Rules" , for construction grade boards , dimensions and timbers. a. Blocking, Furring and Stripping: Standard grade or better. b. Interior Door Casings: Hem-Fir, clear vertical grain, K.D. Stops and Frames. D. EXECUTION: 1. General: All framing shall be in conformance with U.B.C. Chapter 25 , shown on the drawings and/or specified . . herein. If any discrepancy is noted the highest require- ment shall govern. All materials shall be accurately cut, closely and rigidly secured in place. Assemble members so as to minimize the effect of shrinkage. 2. Cutting,, Notching,, Boring: No framing member shall be cut, notched or bored except as directed by the Architect. 3. Bolts Screws and Lag Screws: Bolts shall be installed in holes bored with a bit 32" to 1/16" larger than bolt diameter and shall have malleable iron and/or steel plate washers under heads and nuts of the same, shere bearing on wood. All nuts shall be tightened when placed and re- tightened at completion of ,job. 4. Timber Connectors: Type and size required for member on which they are used, galvanized; Simpson, or equal. w�5- ` "J" & "I" Ward Remode.w; Martinez, California DIVISION 4.. HOLLOW METAL WORK, (cont' d) C. GENERAL REQUIREMENTS (cont ' d) 5 . Sheet Steel: Prime quality cold rolled, stretcher leveled, pickled furniture steel; U.S . Standard gauges specified; surfaces free from defects. D. CONSTRUCTION AND FABRICATION 1. Per schedules, profiles and details shown. 2. Size doors for uniform 1/8" maximum clearance between door edge and face of frame rabbet. Recess door face into frame per manufacturers standards , but not more than 1/8" . 3. Where door over-rides sill or threshold, undercut door for 1/2 ' maximum clearance above floor or type of thresh- hold or carpet , unless otherwise required by schedules hardware or other notation. _ 4. Prepare doors and frames to receive mortised hardware from templates or from the hardware itself. Mortise and install reinforcement at the factory. The rein- forcement for the butts and strike shall be drilled and all tapping done at the factory. 5. Locate finish hardware per manufacturer ' s standards. 6. Size frame widths to wall or partition thickness ; size frame trim for uniform width throughout ; unless other- wise shown or approved. 7 . Surface hardware such as closures , hold downs, etc. , shall have reinforcement installed at the factory. All drilling and tapping for surface hardware shall be done in the field using factory templates. 8. Reinforce at all points of bearing and fastening for all surface, mortised and concealed items (i.e. closers and door stops, butts and hinges, saddles or guides for rods for panic devices ; and others) . 9. Reinforce using steel plate; 7 gauge for hinges, butts, closer bases , brackets and closer arm shoes and for rein- forcing at cylindrical locks ; and 10 gauge for other items . 10. Securely attach reinforcing per manufacturer ' s standards, except all mechanical and welded connections shall be sufficient to resist all anticipated operating and shock loads and shall be subject to approval by Architect. .. . -56- "J" & "I" Ward Remode-7.in g Martinez, California DIVISION 4. HOLLOW METAL WORK continued D. CONSTRUCTION AND FABRICATION 11. Door glazing and other stops removable where required only; integral with frame elsewhere; 13 gauge minimum where removable. 12. Size all stops to properly receive and fit doors, glass or other items required, including allowance for glazing gaskets or other accessories . 13. Size stops to achieve equal rabbet depths on both sides of frame,unless otherwise shown or required. 14. Factory fit removable stops to respective opening; cut square and butt end to edge. Set loose with fastenings uniformly spaced not over 6 inches from ends and 16 inch centers in between. 15. Fastenings: Phillips OHSM screws where necessarily ex- posed; set in holes factory punched and countersunk. 16 . Priming: After fabrication, clean all surfaces free from oil,grease. and other foreign matter; sand exposed surfaces smooth, apply one mil dry thickness of rust inhibitive metal primer to all surfaces and bake dry. 17 . Completed hollow metal work shall be free from dents, warps and buckles , with all edges , ,miters and mouldings accurately formed and in true alignment. Exposed welds shall be ground smooth and free from weld and grinding marks . Er. DOORS AND FRAMES (SMOKE BARRIER-INTERIOR) 1. General: Size, style and profile as indicated on drawings. 2 , Finish: Two smooth coats zinc chromate -iron oxide primer. 3. U. L. Label: Doors and frames shall have fire underwriters label, rames shall be provided with U.L. approved method of fastening to walls . Provide written documentation with State Fire Marshal listing number showing that the assembly is approved for use as a smoke barrier, as described in Title - 19. -57- "J" & "I'' Ward Remodeli Martinez, California DIVISION 4 HOLLOW METAL WORK continued F. Door No. 3 - "J" Ward 1. General Size 36 ' x V-011. Glazing - 30" -x 3011 , 1/4" wire .glass 2. Finish Aluminum - G. Frames ,. Modify existing frame and install mullions for door"and . . i transite panels . ; r 3 f z ,t ... ids ,,q, 4e+• ++�= t .% 5..;,y 5,:'t7;' s t- s, } 5.., ,Y. €s /„> 'k Fil. <.Y. x a <-t'2 _Yje�.p�7. 2(.r+e.. ,:.. ��,+., .< :.tU S.. t �.., t. i`...�-....i ;..� „•.:., �7�. r”. '4f +:•Lrn^s,�:•+s`.�.��,ac}.;.�4B.x..F�a.aF�s,��.-���iz�5irxi.e�:u.::.�.`..,".�..,:.ta,.z'3'{:'s+,-,x�..Nx.'arTc.r.Y,,x��...a,W'Y¢7-j,,��?,Y��`..a:t t��,�r`Yt,�E+eFwt.?�..,Fz•t�..i...t:.:„.x-.�.,.��1 �p.zs.-t:Ut'G�?.+,:..se.o-�tn'.x+.=+,+�:.gy,m=�,a�•1,`.�3.••,x?,2 xfr�.�-�_r..,..+9.�,;...�w:4..r�•�x-t'.T��xr't.-t�„r�,..X'xt•1.�',f:m�.`3,;�-r5.:,���:.„Lg+,3�.�.i,}..'r3.,.`�y�u.7zt$..✓.�..`�.9...'.A't�-C�s.--.�y1..$-,e.,ir,Y7q.n;,j".�1k.+f.�F,5,+•"�.•�1�.i,3....+�.k:.:ttts5-.�..•f;V{r.;,+Jf';.i`<t et�e�-,.S fr,�"..Y,t r�'z.ac.C.3Ft+r..re a.�-��'..f+»+.ax:.`,.r�„'�.teY:^v'Q�..'+,'.rnrx+*krAt,�.,z�;.,��.,r,`..r.zfi,pr.S d��Nff Y.:f!�1�f'`,sYSn.Fx.'..a:.4�..;�f�.i�..:„.d TM w>�h1,'qsa,.yx rk�a^,�.',x{.•,'•,"nsx...,,,'.,'�i+aF�.,y r�i-.ttY i.gud.F�,i�9'8t.„'.�'.ri:q`z.i�.ti{^'•".��}x -,„.wt,kt.�e.5,.�:..,�..s,,.±`,�r-"..r+F.•�•c:-`.,",F,�T4.�3•,a:t.Yhxn a,i#i.."_•i�...,,F.e...x.<.t 5Xr:-.t..#..�5....;.br��-':,,..'��E„::r;1 1s �i`4�'�.'z�.x�' ,.§m:.?,�txn'.?N ne sN<n �...4:f•:es_�. ,.. _ v ,, µ4n• �. � ^4. �:1��#°'� � Fi_n �� ,, "� 1 ,��+�g�r+jt �`� �*y� ,�+ 't'i:�az, �",���� .M ,�s��" �'�t`t�ra'y.� �r rt'-c �e + "J" & "I" Ward Remode• Martinez, California DIVISION 5. FINISH HARDWARE A . INCLUSION OF GENERAL CONDITIONS & DIVISION G. The General Conditions, and Division G, Special Conditions , are part of this Section and the Contract for this work andapply to this Section as fully as if repeated here. B. SCOPE: 1. Work includes all labor, materials , transportation, equipment and services as required to complete the finish hardware as shown on the plans and specificied herein. C. MEASUREMENT: It shall be the Contractor ' s responsibility to verify all dimensions at the jobsite. D FINISH HARDWARE SCHEDULE -� SMOKE BARRIER DOORS AT -HOUR FIRE SEPARATION WALLS: I WARD 1. One pair (Opposite swinging ) doors #6 , Corridor - A to Corridor - B . each leaf 3/8 x 6/8 x 1 3/4" , HMD HMJ. 2. One pair (opposite swinging ) doors #8,/Corridor, - B to Corridor - C , each leaf 3/8 x 6/8 x 1 4'' , HMD x HMX. 3. 6 Pair Hinges: Hager #BB753, or equal, USP , 5" x 5" . 4. 4 only Closers: Norton #1604RA "Tri-Style" , aluminum finish,exposed mounting. 5. 4 Only Panic Bars: Von Dupriu #8817 (Surface vertical rod) w/#265 soffit strikes & #301L sill strikes , no outside trim, 26 d. 6 . 4 Only Kickplates: #16 ga. stainless steel, beveled on 3 edges , US32D, fasten w/oval head sheet metal screws (ctsk.) 8 o. c. 7 . 2 Only Flat Threshold: Pemko #172A extruded aluminum, full width of opening, as detailed. 59 & "I"Ward Remodel,# Martinez, California DIVISION 5 . FINISH HARDWARE (continued) E. FINISH HARDWARE SCHEDULE (continued) 1. J . WARD: a. Door No. 1: Door - Reuse Door_ No. 1 from I Ward. Lockset - Remove existing panic hardware. Install new Sargent 8G-17-GR-U .S. 26D. Keyway shall be LL6 Pin - no substitution Strike - Adams Rite 7500 Elec. release latch strike. Alternate Folger-Adams Co. No. 310-2, electric strike. b. Door No. 2: Same as Door No. 1 "J" Ward. C, Door No. 3: ---- Closer - Norton ;*160 4 RA "Tri-style" Lockset -Sargent 8G-17GR-U.S. 26D. Keyway shall be LLG pin. No substitution. Strike -AnRite 7 � Elec. lSe t 310 ct�ike. ternate - FogerAdams CoNo elec. strike. d. Door No. 4 - No Work 2. "I" WARD d. a. Door No. 1 - Remove one door for ullion forse on J remaining rdoor. Provide new m Latchset- Remove existing panic Uhardware . KeInstall new Sargent 8G-17 shall be LL6 pin. No substitution. Strike - Adams -Rite 7500 Elec. release latch strike. Alternate - Folger Adams Co. No. 310-2 elec . strike. b. Door No. 2 - No work. C . Door No. 3 - No work. d. Door No. 4 Same as Door No. 1, I ward. 0 _ • 11J11 & "I" Ward Remode4k Martinez, California DIVISION 6. LATHING & PLASTERING A. INCLUSION OF GENERAL CONDITIONS ANDDIVISIONG. The General Conditions and Division G, Special Condition, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. B. SCOPE: The work includes , but is not necessarily limited to the furnishing of all materials and equipment and the completion of all lathing and plastering as required to complete the finishiag ot tne buildin6 as shown and noted oa t4e drawing and specifteu 1.ere3.n. C. S2EG1AL RE%4U1KgKtNT6 It shall be the Contractor' s responsibility to verify all dimensions at the job site. D. MATER IAL: 1. Plaster: Gypsum plaster, base coat and finish coat shall conform to the latest edition of ASTM Specifica- tions C-28 and shall be delivered to the job in the manufacturer ' s labeled, unopened sacks . 2. Expanded Metal Lath: 3.4 lb. diamondmesh galvanized steel. E. GENERAL: Materials and workmanship shall comply with the latest standard specification, California Lathing and Plastering Contractor s Association, Inc. , and manufacturer' s specifi- cations of materials used. Preparation of plastering in- cludes examination of areas to be plastered and no plaster shall be applied on surfaces that are defective or incom- plete or otherwise improperly prepared to receive plaster. Plastering work includes protection of adjacent finished surfaces from damage or stain. Finish plaster work shall be pointed up as required to leave the work in perfect condition. F. CLEAN-UP : All materials damaged or borken as a result of plastering work shall be replaced and all materials soiled as a result of plastering work shall be cleaned. All waste, rubbish and droppings shall be removed at completion of the plastering, leaving the space broom clean. G. FIRE RESISTIVE RATING: Walls and partitions indicated as 2-hour Separation Wall shall be installed in,accordance ,with ,UBC. ,Table Noo, 438, Item No 64 r "J" & "I" Ward Remodeg Martinez, California DIVISION 7. PAINTING: A. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 11 -General Requirements are a part of this Section and the contract for this work and apply to this Section as fully as if repeated here. B. SCOPE: 1. The Work includes , but is not necessarily limited to, the furnishing of all materials and equipment and the completion of all painter' s finish on all exposed sur- faces as required to complete the finishing of the building as shown and noted on the drawings and specified herein. 2. The work does not include any surface specifically sched- uled or noted on drawings as not to be painted. C. GENERAL REQUIREMENTS: The Painting Contractor shall refer to other Sections and/or Division of the specifications and shall inform himself of items being shop primed or prefinished and of painting to be required of him. D. SPECIAL REQUIREMENTS: 1. Material List: Submit to the County for approval a complete list of all materials to be used and a schedule of finishes , similar to that which is at the end of this Section, which shall include a listing of all materials to be employed, type of surface, type of finish and number of coats. 2. Paint: All paints , stains, varnishes, etc. shall be of the highest quality of the type designated, shall have non-fading coloring pigments and shall be smooth, uniform a and of good brushing consistency. All materials shall be as manufactured by Glidden; National Lead Co. ; Sherwin- Williams, or approved equal. 3. Basic Materials: All miscellaneous basic painting materials such as raw and boiled linseed oils, turpentine, shellac, white lead, putty, solvents, etc . , shall be pure and of the highest quality, and shall comply with the latest Federal Specifications and/or ASTM Standards. 4. Ptt : Putty composition by weight shall be 75% whiting, 107.—white lead, and 15% linseed oil. 5. Color: All colors shall be as selected by the County. Use of accent colors shall be limited to four (4) selections . fi . Labels: All materials .shall be delivered to ,pra,ject- site rignal unopened packages and/or containers. -02- • "J" It rt J & I Ware Remodevg Martinez, California DIVISION 7 . PAINTING: (cont'd) E. SURFACE PREPARATION: 1. General: All surfaces shall be prepared in a manner t to produce finish work of first-class appearance and durability. Each section of the building about to be painted shall be "broom clean" and free from dust upon commencement of painting and during the painting operation. Once painting operation has begun, it will be assumed that the painting contractor' s inspection has been completed and that all surfaces were acceptable to permit first class work. 2. Woodwork: a. All interior woodwork shall be thoroughly hand sanded and dusted before painting. All knots, pitch pockets , or sappy portions shall be shallacked or sealed with knot sealer. b. After priming, putty all nail holes and other imper- fections in such a manner that they shall be true to ---- surface and unrecognizable. -�-- 3. UU rimed Metals: Remove all grease and oil, wash with zinc sulphate solution (three pounds of zinc sulphate to one gallon of water) . Metal shall be clean, dry and free from any mill scale and rust before priming. 4. Galvanized Metal: Shall be washed with a solution of chemical phosphoric metal etch and allowed to dry. 5. Shop Primed Metals: All factory or shop primed metals that Piave- become marred. during installation shall be thoroughly cleaned and spot primed as required. 6 . Surfaces not to receive Painters finish: Remove all hardware, fixtures, etc. , before painting and replace thereafter. Adequately protect all other surfaces not receiving painters finish. Do not paint over Underwater' s labels , fusible links , or fire sprinkler heads. 4. 7 . All work shall be done by skilled mechanics under favorable weather conditions and/or conditions suitable for the pro- duction of first class work. No finish shall be applied when the temperature is below 50° F. or when surfaces are damp or wet. No varnish when the temperature is below 70° F. S. No finishes shall be applied with spray equipment. 9. All materials shall be applied evenly with film thickness as recommended by manufacturer, without runs , sags , skips , or other defects. _.63_ s "J" and "I" Ward Reli.ng Martinez. Californ%* DIVISION 7. PAINTING: (cont'd) E. SURFACE PREPARATION (cont ' d) 10. Materials shall not be altered except by thinning, 4 reinforcing or coloring any of which shall be done in strict accordance with manufacturer' s printed instructions, and only when required to insure finishes of the highest quality. 11. Each coat shall be tinted slightly from the preceding coat to avoid skipping. The coat preceding the final coat shall be tinted slightly darker than that of the scheduled color. 12. All coats shall be thoroughly dry, sanded as necessary, inspected and approved before application of succeeding coat. 13. All enameled trim and doors and all varnished surfaces shall be rubbed down with extra fine sandpaper between each coat. Finish all edges of doors . 14. Existing walls, ceiling and other surfaces damaged and/or repaired by the work under this Contract shall be completely refinished as work under this Section. Paint systems used shall be compatible with adjacent existing workard compar- able to the systems specified herein for new work. F. PROTECTION: The Contractor shall protect all surfaces and objects inside and outside of buildings against damage. Defaced surfaces shall be cleaned and original finish restored. He shall also hold himself responsible for the orderly storage of materials, removal of all polluted rags, empty containers, etc. , at the end of each day, taking every precaution to pre- vent fire. Store materials where directed. G. CLEANING: Upon completion of painting operation and/or when so directed, all surfaces shall be left clean, Painting Contrac- tor shall be held responsible for all items and surfaces T damaged by his painting operation and/or the cleaning thereof. All rubbish, waste, and surplus materials shall be removed from project site. H. SCHEDULE OF FINISHES: 1. Number of coats specified shall be considered minimum. This Contractor shall provide additional coats at his own expense if required to insure finishes acceptable to the County of uniform thickness, color and texture, free from cloudy or mottled appearance in. surfaces and and thinness of coatings on rises. �64� & Wardf r oaef& Martinez, Cali DIVISION 7 . PAIS G-. (cont' d) SCHEDULE OF FINISHES:( cont' d) H' lied shall It is the intent that thefinishesby include the necessary p the paint manufacturer of the materials to be furnishe whether specified or not. 2 . The Contractor shall submit to the County for approval t fo a Schedule of Finishessimilar is ofathis1Section.as specified in Special Requirements a, Int__-_er_ior: 2 coats. - Alkyd .Wall Primer Sealer Plaster Walls and 1 coat - Semi Gloss Latex Enamel Cei in New 2 coats - EnimGlossUndercoat Enamel W000dd Trim Ne�.,� 1 coat - Sem' Wood Trim (Existing) :' coat - Semi Gloss Latex Enamel rimer Ferrous Metal.�New : 1 -coatAnti-Rust el Un ercoat st coat may be 1coat 1 coat - Semi Gloss Latex Enamel omitted if metal is primed Material smatch pattern, Ll Wall Cogerin hall les for b. !LS _--nd wei ht of existing. Submit samples approval. Match adjacent surfaces as required. c. Exterior: -65- ��Fa 1fkr7 xrY d Z r C xs i s l kti ryA 2 f w� A,r Y.h$.u � 36 5 xa e "J" & "I" Ward Remodeft- Martinez, California DIVISION 8. ELECTRICAL: A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G. The General Conditions and Division I , Special Conditions, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. B. SCOPE: 1. Work includes all labor, materials , transportation, equipment and services as required to complete the electrical work as shown on the plans and as specified herein. 2. Work Included in this Section: a. Furnish and install: 1. Electric door system complete including elecrical door hardware, conduit, conductors , control panel, -_ and interconnection to existing fire protection panel. 2. Intercom system complete including conduit, con- ductors., control panel, speaker, etc. 3. Remove, re-install, or install new electrical items as indicated on drawing and in these specifica- tions. C. INTENT OF SPECIFICATIONS: In the specifications, plans, schedules, and details, information is conveyed by means of brief mention or notation which, regardless of brevity, shall be binding exactly as if presented in complete sentences employing mandatory language. Work not explicit in the specifications or drawings but clearly implied as necessary to complete the systems shall be included as though full* specified and drawn. �.i�t '\ a .. .. _. '4 .... .< r ._ .x........ :x•) ...a„w ,r .. .rVt'd.� .ht;�2£1'eYi 3. }.?fWA'l�t' ��'3].. .1i"rarl�v:} ,..1,^R1T1 W..�#.��'i,I�I$'JI & "I" Ward Remode Martinez, California DIVISION 8. ELECTRICAL: E. DRAWINGS AND COORDINATION 1. Drawings are diagrammatic and show general arrangement except where specifically dimensioned. Study drawings and premises to determi.na the best methods , exact loca- tions, routing and arrangement of the work. 2 . Existing site conditions, locations; and services shall be coordinated with the drawings and specifications. These conditions and requirements shall. be included under this section of the work. • 3. Install equipment to avoid obstructions , preserve head- room and to keep openings and passageways clear. Provide sleeves and chases where conduits pass through floors or walls. Should additional openings or spaces be required, locate and arrange for in time to avoid unnecessary cutting. 4. Cooperation among the trades is directed for proper exe- cution of the work as a whole. Conflicts within or -_ between the drawings and specifications shall be referred to the County for clarification before the work is in- stalled. Contractor shall bear costs of delay due to unresolved conflicts . 5. Coordinate all penetrations through structural beams with the County. 6 . Working parts shall be readily accessible for inspection, repair and renewal. The right is reserved to make reason- able changes in locations of equipment shown on drawings prior to rough-in without increase in contract cost. E. RULES AND REGULATIONS 1. All work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshal; California Title 18, and all applicable City and State laws or regulations and latest approved standards of I.E.E.E. , A.S.A. , N.K.B.A. and U.L. Nothing in these plans or speci- fications is to be construed to permit work not conforming to the above. 2. Wherever the specifications call for material, workmanship, arrangement of construction of a superior quality than is required by the above rules and regulations, the specifica- tions shall take precedence. Should there be any direct conflict between the rules and regulations and this speci- fication, the rules and regulations shall govern. -67;- t "J" & "I" Ward Remodeling Martinez, California DIVISION 8. ELECTRICAL: (cont'd) E. DRAWINGS AND COORDINATION (cont' d) 3. The Contractor shall furnish, without any extra charge, ' any additional material and labor when required by the compliance with these rules and regulations, though the work be not mentioned in these particular specifications or shown on the pians. F . SPECIAL REQUIREMENTS : 1. Submit for approval five (5) copies of descriptive bro- chures , catalog cuts , etc. as appropriate for each item of equipment to be installed. 2. All shutdowns shall be coordinated with the Engineer at least two (2) working days in advance. G . MATERIALS : 1. All electrical equipment, switches , outlets , and the like, which are removed and not re-installed will remain the property of the County and shall be delivered to the Engineer 2 . All new materials required to complete the electrical work as specified herein and as shown on the plans shall be provided by the Contractor unless specifically noted otherwise. 3. All conduit shall be EMT, glavanized or sherardized both inside and out. All fittings shall be Duro or Thomas & Betts. Connectors shall have plastic insulated throats and shall be compression threadless type. 4. All conductors shall be copper. H . GROUNDING: 1. Permanently and effectively ground raceways , motors , vacuum chambers, control equipment and other utilization apparatus in accordance with requirements of applicable codes. Obtain good contact between raceways, panel cabinets , outlet boxes and equipment. Each fixture shall have a positive ground. I. SAFETY: 1. In accordance with generally accepted construction practices, the Contractor will be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. -68- .. &'T' Ward Remode Martinez, California DIVISION 8. ELECTRICAL: (cont ' d) ,L CUTTING AND PATCHING: Where cutting is necessary, in order to install work under M this Section, do by methods that will not damage the struc- ture. (Subject to approval of Contra Costa County) . Repair any damage to finished surfaces to the satisfaction of Contra Costa County. K. U.L. LABEL Materials and equipment to be new unless noted otherwise, and Underwriters Laboratories, Inc. listed where service furnished. L. GUARANTEE: This Contractor shall make tests at his own expense and in the presence of Contra Costa County as required by Contra Costa County and/or any inspection department. Tests shall be made to ascertain whether the systems installed comply T- with the specifications and are in perfect order. -M. CONFERENCE WITH PROJECT INSPECTOR Confer with the Project Inspector ttonfirm exact locations, mounting heights, and arrangements df all finish work prior to roughing in. Minor relocations and re-arrangements of the work requested at this time shall be included at no additional cost to the Owner. ` 1I. ELECTRIC DOOR STRIKE SYSTEM: R 1. Furnish all labor, materials, apparatus, tools, equipment, and special or occasional' services as required to complete a working installation of the electric door strike system shown on the drawings and/or specified herein. The work dhall include all necessary materials , appliances , and apparatus not specifically mentioned herein or noted on the drawings as being furnished or installed under another section. The general intent of the electric door strike system shall include, but is not necessarily limited to the following items. a. Electric Door Strike System shall be Ae-AAMs tZ r� as. 8A-se t3iD. • Fo Le.r.ai 4,c,^ -%s utoD a.2 ,b L--m3?-NA-Ti_ , {1) Electric Strike Model ,A4:Zy 't5tm 1,A%_T, Fa. 310.-2 (2) Control Console-VA.P.E. M0W1"MP.cGLMet4j AI-X. F.A. alo-cc. (3) Conductors and Raceways as required. -69- "J" and "I" Ward R emi..ng Martinez, California DIVISION 8. ELECTRICAL: (cont' d) b. The control console shall be interconnected to existing fire detection system panel and shall be designed to release electric door strike to open position when fire detection system panel becomes activated. 0 . INTERCOM SYSTEM 1. Furnish all labor, materials , apparatus , tools , equipment , and special or occasional services as required to complete a working installation of intercom system shown on the drawings and/or specified herein. The work shall include all necessary materials , appliances , and apparatus not specifically mentioned herein or noted on the drawings as being furnished or installed under another section. The general extent of the intercom system shall include, but is not necessarily limited to the following items. 2. Intercom System shall be Faraday, Inc. "Teletalk" or owner approved equal. a. Master Station 55001 b. Power Supply PS20 c. Remote speakers 3D45-3 (2) d. Twisted pair cable from each speaker (2) in raceway. w 3. The control console shall be interconnected to existing fire detection system panel and shall be designed to release electric door strike to open position when fire detection system panel becomes activated. In the Board of Supervisors of Contra Costa County, State of California —_ December 14 , 19 _a In the Matter of Bids for the "J" & "I" Wards Remodel at the County Hospital , 2500 Alhambra Avenue, Martinez (1003-108-7710-739) The Board of Supervisors on December 7, 1976 having referred to the Public Works Director for review and recommendation the bid received for the "J" & "I" Wards Remddel at the Contra Costa County Hospital , 2500 Alhambra Avenue, Martinez; and The Public Works Director having this day reported that the only bid received was found to be in excess of the Engineer's estimate; and The Public Works Director having therefore recommended that the bid be rejected and that the project plans and specifications be revised as necessary to meet budget limitations and be re-advertised at an early date; IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on December 14, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: P. W. Dept. Witness my hand and the Seat of the Board of (Bldgs & Grnds) Supervisors cc: Public Works Department affixed this- day of 19 76 Agenda Clerk Building Projects J. R. OLSSON, Clerk County Auditor-Controller ,p Attn: J. Dye BY L eq� , Deputy Clerk Contractor H-243/7615m i t � � 1 t � i t 5 r i • � r t a ,1 1 , t •I t t y i i 1 � t t 1 OA r- � 00 ,� ca 0 „ 1 L 3 C., cd y p CO 1 co d '00 ami G` � y� �tea',• r,.,. `° ^ v r` In the Board of Supervisors of Contra Costa County, State of California nprpmhpr 7 , 19 76 In the Matter of Bids for J & I Ward Remodel at the County Hospital , 2500 Alhambra Ave., Martinez. (1003-108-7710-739) This being the time fixed for the Board to receive bids for construction of the J & I Ward Remodel at the County Hospital , 2500 Alhambra Avenue, Martinez; Bids ,were received from the following and read by the Clerk Kirkham, Choan & Kirkham, 2750 Camino Diablo, Walnut Creek; IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation. PASSED by the Board on December 7, 1976. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of (Bldgs & Grnds) Supervisors cc: Public Works Department affixed this 7th day of nprpmhpr 19 >6 Agenda Clerk Building Projects J. R. OLSSON, Clerk Auditor-Controller J. Dye By /� — . Deputy Clerk Gentraeter H-24317615m i -? Kirkham',, Chao r ° Kirkham, Inc. DIVISION C. PROPOSAL (]",id Form) LIDS WILL PE 11ECEIVEM UNTIL 7th day of December- 7/, 1976 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. - (A) TO T11E I101�OPAL'•LE BOARD OF SUPERVISORS OF CONTRti COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor, material, -transporcacion, and services for "J" & '_s" Ward F, modeling Contra ta r.Qunt Hospi tal, 2500 Alhambra Ave��ue, Matine ,_ ) for„ia _ 94553 in strict couiormicy vi-t-h clic Plans, Specifica.ticns, and other con-- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Ad::ii.nistration Building, Martinez, Cali- fornia 94553, for the following suns ; namely: BASE BID : - Shall include all of the wort: for the construction. and cora- . ' pletion of all facilities therein, but not including any of the work - in the following Alternates: For the sum of: 4,o, d .-� Dollars /-c ) ALTERI,IATES: (B) It is understood that this bid is based upon completion of the work within Sixty (60) calendar days from and after the date of commencement, � 07� _10- • S LOOOic w th due t� IL' i. tttzcl r., �11101"ances maddeor unavoidable dable cicl�i �s , ghat if Cont-ractor should fail t � co , 7c ct I lc.te the, tlort of- the contract within the stipulated t fine then, he • hall be liable to the Owner in the atrount. 'of $2 :00` ------ pc x calendar day for each day said work remains unco-mpleted be=yond the time for compl-eti.on; as,, and for.: liq- uidated damages and ' not as a penalty, it being agreed and ex- pressly stipulated :that it would be impractical and difficult to fix the actual amount of damage. (D) The under ignecl has examined the location of the proposed work and is familiar with the Plans, Specifications and ocher contract documents and the local conditions at-' the place where the work is to -be done. (E) The undersigned has checked carefully all of the above figures and understands . that the Board of Supervisors will hoc be rc=- sponsi_ble for, any errors or omissions on t-hepa t of the '-un, de s gned in inakinl; ug this bid. i . - 1 • DIVISION E. i•RQrOM1. (lad Form) Con't. - (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or wide in the interest or In behalf of any person not herein named,- and that the undcrsignedhas not directly or ia4irectly induced or solicited any other bidder to gut in a shim bid, or any other person, firm or corporation to refrain:from budding::, and that the undersigned lwis not in any manner souzht by collusion .to secure for hin;elf an advantage over any other'bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (11) Attached is bid security as required in the Notice to Contractors. 0 Gash ® Bidders Bond 0 Cashiers Check {] Certified Check (I) The following addenda are hereby acknowledged as being included in the bid; Addendum dated Addendum 0 dated Addendu= 0 dated • Kirkh , Chaon &v Kirkham, irrc r• . by F. C. Kir am, President, P.O. Box 4066, Walnut;_Creek:,_ CA 94596, Address , • , .. (415) _93472611 Phone Licensed In accordance w!th an act providing for to 4gistration of Con- :•-.....,.,. ,.tractors, Classification and License $0. 1M31 ' Dated this 7th ' day of December 76 Rev. 12/72 ..12.. - l { State of California On December 7, 1976 ,before me,the undersigned, . ss. -a Notary Public of said county.and state,.personally appeared County of San Francisco Joseph D: Martin known to me to be the Attorney-in-Fact of Employers Mutual liability Insurance Company Of.Wiseonsin . ,_-. •: •' * *xm zx�cn the Corporation that executed the-within instrument',and known O '° '` " L to me to be the person who executed the said instrument an- QLGA C.s! VOTARY P'.MIC - CALEFDRNEA ' ; behalf of the Corporation therein_named,and acknowledged to • + .:;?- CET{L COUlIT'j 4r Sgi t'%% CE$CO ' r ts,Cart c isz;ors E pir^:to Cary .1 7E me that such Corporation CRC t d t same. Rt[tlttitt::22tL2Ltti".E![!2t"cSCtt+3+uti4[titE�.�131tftii. ' NOTARY:PUBLiC j �l ` E � TDDEB' S BON 7 COUNTY OF CONTRA COSTA I Know All men by These Presents, That ws__.K.ilkhuf Chaon and Kirkham.-Inc_----------------------------- ----- --------------------------------------------—------------------------------------_ _—. .__-----_--------------------------------------------------------. as PALNCIPAL, and Employers Mutual Liability Insurance Company Of Wisconsin --------------------------------------------------------------------------------------- ----------------------------------- County of Contra Costa--------------------------e as SURETY, aro held and firmly bound unto . in the penal sum of TEN PERCENT (loco) OF THE TOTAL AIiOUNT OF THE DID of the Principal above named, submitted by Bald Principal to the County for the work described below, ror the payment of which sum In lawful money of the United States, well and truly to be made, to the Director of the Department to which anld bid was submitted, we bind ourselves, our heirs. executors, administratorn and successors, jointly and severally, firmly by these presents. In no case shall the llabllit ofhe surety here- under exceed the sum of =_Ten Percent of the Amount Bid - - - - - - - - (10%) - - THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has nubmitted the above-mentioned bid to the County as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at ------------------------------------------------ ------------------------------------------------- California, on December 7� 1976_ (I:ert cell,exme of titr she»Wg vM ht evened) (I.^,sert Casa of bid opeaL�) for------------------------------------------------------- Se °1":.Ward Remodeling, Contra Costa County Nospttai; SOU A am-5ca ve:� Martinez, C-aliforn-----------ia --9-453.9 ----------------------------------------------- -- -------------------------------------------------------------------------------------------------------- --------------------------------------------------------------------------------------------------------- (Copy Sue Lit euct descrlptlon of work,lacludlri lotstlon,sa It spotin on the propeal) NOW. THM10FORF., If the aforesaid Principal Is awarded the contract and, within the time and manner required andur the specifications, after the prescribed forms are presented to him for slanature, enters Into a written contract, in the prescribed corm. In accordance with the bid, and fil s two bonds with tho Department, one to guarantee faithful performance and the otter to guarantee payment for labor and materlals, as required by law, then this obligation shall be null and void; otherwise, It shalt be and re:nahl In full force and virtue. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this-7th___ +� day of__December -------_t A.D. 197.6_. Kirkham, hoes a Kirkham, Inc. F. C. Kirkham, President ----------------- Principal---------------[SEAT] E ployers Mutual.Liability Insurance - - ----------�Fa� - --- --------- ---- -----------------[_sr�hl 1Q h Ds-Martins-Attorney_in_Fact__`___j r s..b:., Sura!:7 Address 550 California St., San Francisco Ca. NO;t—Si natures of diose executing for the surety must be properly acknowledged. t I ! i iI EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Employers Mutual liability Insurance Company of Wisconsin,a corporation duly organized and existing under the laws of the State of Wisconsin,and having its principal office in the City of Wausau,County of Marathon, State of Wisconsin,has nude,constituted and appointed,and does by these presents make,constitute and appoint, Joseph D. Martin its trite and lawful attorney-in-fact,with full power and authority hereby,conferred in its name,place and stead,to execute,seal,acknowledge and deliver any and all bonds,undertakings,recognizances or other written obligations in the nature thereof-• -•---•--- and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the president, seated with the corporate seal of the corporation and duty attested by its secretary hereby ratifying and confirming all that the said attorney-in-fact may do in the premises. This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May,1973,which resolution is still in effect: "RESOLVED,that the President and any Vice President—elective or appointive of Employers Mutual Liability Insurance Company of Wisconsin be,and that each of them hereby is,authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of Employers Mutual Liability Iristrrirtce Company of Wisconsin bonds,undertakings and all contracts of suretyship;and that any secretary or assistant secretary be,and that each or any of them herby is,authorized to attest the execution of any such power of attorney,and to attach thereto the seal of Employers Mutual Liability Insurance Company of Wisconsin. "FURTHER RESOLVED, that the signatures of such officers and the seal of Employers Mutual Liability Insurance Company of Wisconsin may be affixed to any such power of attorney or to any certificate relating - thereto by facsimile,and any such power of attorney or certificate beating such facsimile signatures and facsimile seal shall be valid and binding upon the Employers Mutual liability Insurance Company of Wisconsin when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached:' IN WITNESS WHEREOF,Employers Mutual Liability Insurance Company of Wisconsin has caused these presents to be signed by the vice president and attested by its secretary,and its corporate seal to be hereto affixed this day of May 39 75 EMPLOYERS AIUTDA TX %URANCE COMPANY OF WISCONSIN BY a�r T. A. Mack Vice.President Attest R. J. Wendorff' Secretary STATE OF WISCONSIN ) )ss. COUNTY OF MARATHON) On this 6th da of May .19 75 before me personally came T' c ,to me known,who being by me duly sworn,did depose and say that he is a vice president of the Employers Mutual Liability Insurance Company of Wisconsin,the corporation described in and which executed the above Instrument;that he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal the day and year herein first above written. NANCY L. OELKE Notary Public NOTARY PUBLIC STATE OF WISCONSIN Idy Commission Expires February 1E„197a CERTIFICATE STATE OF WISCONSIN ) CITY OF WAUSAU )ss COUNTY OF MARATHON) 1, the undersigned, vice president of Employers Mutual Liability Insurance Company-of Wisconsin:a.Wisconsin corporation,do hereby certify that the foregoing and attached power of attorney remains in full force and-has not been revoked;and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still. S in force. Signed and sealed in the City of Wausats.tfdvathon County,State of Wisconsin,this 7th �y of b cem6 ..� R. R. Klein Vice Presf&e f,, aOr j i �P��,�1� a - t s; v r .yr F sfx s .._ "� a �`! - `YW'S L V h, - �{ �; 1 �� �� z y z r ` u J tgtI. ;. � � �7 � s ',' -_ , y R 37 $T� i .. "r Y L+. "� { r�' 5 G Q T { .� "�y�`„ I "� M x *ri -� .eta �' >.( ? 4 ���111 -TR, ``WWm­ Q N'cn t y Cf p , x�* ii", s "" c 0 U Q U x,,,yw`+ ,r ig _ a 'yA—n``�s1C" r1,a.+ Ot ^, R ;G� j ' . U 7 a,1§*11*t, 'A ms"µ�1 O 4�/ 11 t s" :. 1-1 '' .� „�`tr S I 61 `'� x H Q P4 aid N �.,.-"tee` , r rI m 11 O �'+ "51r'k y 'F3 � 1 i t rti'tr, s�� OG .. m -7G):,^y 'n"' '.4 � Ot7fG `O 'ti rr � a :3 = �ir� 4} �e , * f ' � O H U s r ' `• fr o ��1. I u M ;:�-O � ' � 11 �—"t > C O 1 '14in Ot ._� c i Q nW u � � ¢ W =_' ° o M �. 3 : n „ n z p� o'<J .''x � f< k fir xJ. c a , *Y � 11i - = s, � .Y Y1. 11 "".� I rid^ ,�, Y �� z ' t", ,� y v xa`*..,;�Y"3`r. "I zw,. .. �✓e'., x 'kx,* i I i STATE OF CALIF&NIA, COUNTY OF CCSTRA COSTA FI L E AFFIDAvIT OF PUBLICATIO:, NOV 2 9 1976 J. R. OLS G`;, County Clerk CONTRA COSTA COUNTY 8y STATE OF CALIFORNIA Depvly Nor"TO CONT11ACTOR County of Contra Costa Notice is hereby given by order of the Board of Supervisors of Contra Costa County.-that Clerk of"said Kent Parker 1 Board will receive bids for the fur. I. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . being duly nisiftolaulabo►.materfals,equip•. meat,-transportation and services sworn, deposes and sa-s, that at all tunes herein named ;,for—J! & "I" Ward'RenwdelinV he was and now is a citizen of the [united States of Contra Costa County Hospital,25W A9►arnbra:Ave:,Martinrtx,California :lnterica, over the ago of '�1 years. and a resident of The estimated construction con. said Couniv of Contra Costa. That he is not, nor tract cos_t(Base Bid)is$18,000., y was he, at allof the Hines hereinafter named. a Eachbidisaobeinaccordance with the,Drawings and Specifica- party to the above entitled proceedings, or Interested tions onfileatthe oH-weofit*Clerk therein. and t ha t all o f said t i in c h e was. of the Board of Supervisors'Room 103, County Administration'Buiid ing,Madinez,Califfornia. and noa is the GENERAL I:l1AGEN of the Lafayette The drawings and::specifications may be examined at the office of the SUN. a newspaper printed, published and circulated in Clerk of the Board ofSupervisors or atihe Public Works Departrrtent,5th said Contra Costa Couniv, and as such NIA\AGER he had Floor.County Administration Build. charge of all advertisements in said newspaper. ing.Plans andspecifications may be obtainedat ft. Works De- partment.5th Floor,County Admin- L a f ay e t t e. istration.Building.upon payment of That the said . . . . . . . . . . SUN is a newspaper of general aprintingandservice charge inthe' circulation in the said County of Contra Costa. published amount of$2.13(sales tax includ- eiJ) which amount shall not be for the dissemination of local and telegraphic new- and fraI I IIe. Checks shall be made intelligence of a general character, ha-inns; a bona fide I pnyaf*to tiro;'•County of Contra Costs".and shall be mailed to the subscription list of paving subscribers and which has Publie .Works Department; 5th been established, printed and published in said count- Floor,Admin►stratioii Building,Mae tirwz California 96553.. for more than two -ears last past. and which is not devot- Technical Questions.,regarding ed to the interests or published for the entertainment of a ft contract documents should be directed to the Building Projects Div- particular class. profession. trade, calling. race or derloin- tision. Their'telephone number isi illation, or any number thereof. (415)312.2166. - Each bid shall be made an'a bid L-1466 works�r�tment obtained Floor.C�,ouun That the legal ty Administration-Building,,and of which the all is a printed cop}. �.as printed and must be accompanied by a certified published in the recashier's"check'or checks, or bid gular and issue ssue of every number bond inthe.amountofthe ten pa. of said paper during the period and times of publication cent(10%)ofthe base bid amount made payable to the order of-•The County of Contra Costa"and shaff Two be seated and foiled with the Clerk of for . . . . . . . consecutive a.eel::. tfieBoard o(Supervisors. .Bid proposals shalt be submitted to N.it: from the . . . . 19th . da- of, NovemberlO-6 to ft Clerk ofthe Board ofSupervi. sons o i or before December 7,1976 at 11-004.m.and will be opened in to and until the .26th. . . . . da- of. .Nouembexl1)76. opiblicattlleLrrledueintheBoard 5rrpatvfsors'.Charnbers, Room both days included, and as often during said period as 107,Administration Building.Marti. r p nez Contra Costa County,"Califor•- said paper was published, to wit: ni'a,arlddo"readand 4ior�d. Tire aboveo,me,6`tined bid securi- November 19, 2 6, 19 76 ; thkbi shall,be ghee a enter Into arta tract the bidder will ante.Into a Contract' . . . . . . . . . . . . . . . . . . . . . . . . . "it awarded the ryorkr'and will be for- felted by the bidder and retained by the County if the successful bidder . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . refuses;neglects,-or fails to enter into said Contractor to furnish the necessary bonds'afterbeing re . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . quested to do so,by.the Board of Supervisors of Contra Costa County. The successful bidder will be re- quired to furnish a tabor and Materi- al Bond in.an amount equal to fifty percent(50%)of the Contract price and a Faithful Performance Bond iq, an'amoun.t'equar:;to one i hundred-percent(10096)of Me_Con- That said notice was published in the newspaper tract price said bondslrsbesecured from a proper and not in a ulrlrlemc nt• t do buusness neheaState of :'-4iCalifornia.am . . . . . . . . . Affiant i3idders are„tuereby notified that pursuant to the Statutes of the State of California.or local law.applicable Su .eribed and s-worn to before me this ttWgto..th►e said Board has asw- tained the general prevaIiing rate of per diem:waQess'and rotes for legal 26th Novemb, 6 holidays and overtime work in the - d a y o f. . . . . . . . . . . . . . . . . . . . . . . . i locality in which this work Is to be performed foreach type of workman . . . . . . . . . . . . . . . . . . . . . .LL:.c. . . .A Z .we s. L1. . . orrtnerJranicrequiredto'execute the contract"which will be awarded to ft-successful bidder-:The prevail- \otar- public in and for the Count- of Contra Costa, irigrate ofper them wages isonfile with the.Clerk of the Board of State of California. In all projects over$50,000.the ; Contractor sba9 be nKpAred to sub- - _ —_____ mit for county approval an Affrma• OFFICIAL SEaL tive Action Plan(see Division E). 'ry' -� The said Board reserves the right • i FA'4 G)% T(jtI i0 to reject any and all bids or any por. NO�aRI, PUFLIC - Ca�I r0;2NIA 1�tion of.any bid and/a waive any ir. = regularity in-any bid.received. No `4 : i CC N T.^<a COST,FEB '.7 r bidder may withdrlhr his bid for a My Comm. expires ,. 17, 1389 � panod of thirty drtys after the date ---_��___— setfr�opw►Ingthrtreol:. "ORDP.if OF THE OF&MMSM M OF COKRA COSTA By J.R.OI.SSON ` County Clerk and: Esc-Otfiao Clerk of the Board of Supervisors Contra Costa County. California By N.PODS 1 DATED troy 91976 Deputy f tgreFSiNI t-1466 ' Publish Nov 19,26, .J r STATE OF CALIF&NIA, COUNTY OF CA-FRA COSTA FILE AFFIDAVIT OF PUBLICATION NOV 2 9 1976 j. OLSSON, County Clerk CUMA COSTA COUNTY STATE OF CALIFORNIA gr / t\VTMTV VW41IAI.Y.011t Notice is hereby green by order of County of Contra Costa the Board of Supervisors of Contra Costa Courrty:'that Clerk of said Kent Parker i Board win receive bids for the fur- 1. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . lrc i n g cl tr I} nishing of an tabor,materials,egriip- ment, transportation and services sworn, deposes and says, that at all times herein named for:"Y &.'•l•• Ward.Remodeling.- he was and now is a citizen of the United States of Contra Costa County tlospttaL2500 Alhambra ..Martinez.California America, over the age of Zl years, and a resident of as ted construction con- said Couniv of Contra Costa. That he is not. nor traetcost(BaseBid)isE18,000.. Eaeh-tilil'A to be in accordance was he, at any of the times hereinafter named. a with theiDraWrip and Specifics-, party to the above entitled proceedings, or interested tionsontileattheOffioeofftCkik. Bostrtherein, and that all of said time he was. County Administration 103.County Administration Build-. ing Martinez:camornia. Lafayette The drawings and:speafications and now is the GENERAL MANAGER of the . . . . . . . . . . maybe exanarredatthe office ofthe ClerSUN, a newspaper printed, published and circulated in atth ott licWti Dolositiof net tsar atthe PribGeWorksDapartment,5th said Contra Costa County, and as such MANAGI;I; he had Floor.County Administration Build• charge of all advertisements in said newspaper. ing.Pfansardspecifications may be abtained:at ft.Public.Works De- partment 5th Fluor�County Admin- Lafayette istrationiWing,Buupon payment of" That the said . . . . . . . . . UN is a newspaper of general apririft'arWservice charge inthe' circulation in the said Cou. SUN of Contra Costa. ublished amount of..4243(sales tax kidud= p Lid).which.amount shall not be for the dissemination of local and telegraphic news and Maar 1-ble Checkd stroll be'made intelligence of a general character, having a bona fide Payable to the:"County of Contra Costa".and shah be mailed to the subscription list of paying subscribers and which ha. Mille;Woiks:.Dep:irtment.::-5th been established, printed and published in said county Fldiot.M isf ah°nBuildin.g.Mai•- tinez.California 34553... for more than two years last past, and which is not devot- � Technkwt'questions regarding ed to the interests or published for the entertainment of a the contract documents should be, directed to the Building Projects Div- particular class, profusion, trade, calling, race or denom- isiori, Thetr;tdephone number irl ination, or any number thereof. :(415)372.2146. - Each (415)372.2146:Each.bid'shall be made on a-bid farm to obe obtained at the Public L-1466 World oepertmert,Stn Floor:Coon- That the legal ty Administration.Bull and of which the annexed is a printed copy. was printed and published in the regular and entire issue of every number of said paper during the period and times of publication for . . . . . . .TWO . . . . . . . . . . . . . . . . . . consecutive week:. tuber 6 to wit: from the . . . . 19th . day of. NOVe 1 /e _ . to and until the .26th• . . . . day of. .Novambexl9 76. . 53 both days included, and as often during said period as said paper was published, to wit: via • tut November.19 ,26,• •1976 . . . . . . . . . . . . . . . . . . . . . ivtt�ei . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . X92 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . That said notice was published in lire newspaper proper and not in a upplement. Affiani jr 03$A�t$-:ftftrf)atit :,: Buirdir I Su .'cribed and sworn to before me this 26th day of Novemb• • . . l e)7 6 .. . . . . . . . t . . . (� F I L E . . . . . . . . . . . . . . . . . . . . . . . . Notary public in and for lite County of Contra Costa, State of California. J. P. 015 ON CLERK ARU - SJPERV;SORS . i '. CO. OFFICIAL SEAL IE�N DI TULLIO -7_ %OTAR, PUBLIC CALwOPNIA CONTRA COST; C CV%TY My comm. expires FES 17. 1380 . I ii II �^ James P.Kanny- Fhe Board-o# Supervi-Ors Contra Chairman James R.Olsson County Administration Building Costa County Clerk and P.O.BOX 911 COUI t Ex Officio Clerk of the.Boarf Martinez,Cali;crnia 94553 Mm Geraldina Russell, " Chief Clerk Jamfss P.Kenny-Richmond (415)372-2371 1st District Alfred%I.Dias-EI Sobrante " 2nd District r James E.Moriarty-Lafayette 3rd District Warren N.Boggess-Concord 4th District Edmund A.Linscheid-Pittsburg November 9, 1976 5th District Lafayette Sun P. 0. Box 590 Lafayette, California 94549 Gentlemen: Re: Purchase Order >: 58443 Enclozed is a Notice to Contractor for bids re "J" and "I" Ward remodeling, Contra Costa ,County Hospital, which we wish* you to publish on November 19 and November 26, 1976 Please sign the enclosed card and return it to this office. Irmmediately upon the expiration of publication, send us an affidavit of publication in order that the Auditor may be authorized to pay your bill. Very truly yours, J. R. OLSSON, CLERK By N. Pous Deputy Clerk 1 `II III I 11 1'lotice is hereby given by order of the Board of Super.- visors of Contra Costa County, that Clergy; of said Board will receive bids for the furnishing of all labor, materials , equipiliclit , transpor- tat=ion and services for "J" & "I" Ward Remodelin , Contra Costa County Hospital, 2500 A hambra Ave. , Martinez, California The estimated construction contract cost (Base Bid) is $ 182000.00 Each bid is to be in accordance with the Drawings and . Specifications on file at the Office of' .the Clerk of the Board of _ Supervisors , Rooth 103, County Administration Building, Martinez , Calif ornia. . . The drawings and specifications may be examined at the office of the Clerk -of_ the: Board of Supervisors or at the Public tdorks Department, 5th Floor , County Administration Building. Plans and specifications may be obtained at the Public Works Departmant: , 5th Floor, County AAdminist-ration Building, upon payment of a printing and service charge in the amount of $2. 13 � (sales tux in- cluded) which amount shall not be refund a"bTe. Checks shall be rade payable to the "County of Contra Cosa" , and shall be mailed to the Public .•:orks Department, 5th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the -contract documents - should be directed to the Building Projects Division. Their telephone number is (415) 372-2146 . Each bid sha11 be made on a bid form to be obtained at the Public Works Department, 5th Floor, County Administration Building, and must be accompanied by a certified cashier' s check: or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors . Bid proposals shall be submitted to the ANvia€ Clerk of the Board .of Supervisors on or before December 7, 1976 at 11:00 a.m. and will be opened in public at the time due in the Board of Super- visors ` Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a . guarantee that the bidder kill enter into a Contract if awarded the work, and will-be forfeited by the bidder and retained by the County if the successful bidder refuses , neglects, or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a labor ' and Mlaterial Bond in an anojnt equal to fifty percent (5070) of the Contract price and a Faithful Perfori=iznce bond in an amount equal to one hundred-percent (1.007.) of the Contract price, said bonds to be Secur_ed from a Surety Company authorized to do business . in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of. California, or local law applicable thereto, the said : Board has ascerl.ained the genera)- prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each -type of workman or mechanic re- quired to execute the contract- which will be awarded to the successful- bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any- bi.d received. No bidder may withdraw his bid for a pe�:iod of thirty . days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BX- " J. y J. R. OLSSO County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California By N.pons Deputy DATED: N 0 V 9 1976 PUBLICATION DATES: jl (Adverti_:-cIlietlt) Notice is hereby given by order of the Board of Super- • visors of Contra Costa Country, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transpor- tat:i_oii and services for "J" & "T" Ward Remodeling, Contra Costa County Hospital, 2500 A hambra Ave.., Martinez, California The estimated construction contract cost (Base Bid) i $ 18,000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of .the Clerk of the Board of _ Supervisors , Eoom 103, County Administration Building, Martinez, California. . The drawings and specifications may be examined at the office of the Clerk -of the Board of Supervisors or at the Public Lorks Department, SCh Floor, Country Administration Building. Plans and specifications may be obtained at the Public Works DepartrrienC, 5th Floor, County Administration Building, upon payment of a printing and service charge in the amiount of 2. 13 (sales tax in- cluded) which amount shall not be re{unelal)l—e.~�Checks shall be rmcle payable to the "County of Contra Cosca and shall be mailed to the. Public Works Department, 5th Floor, Administration Building, Martine;, California 94553. Technical questions regarding the -contract documents should be directed to the Building Projects Division. Their telephone nu=mber is (415) 372-2146. - Each 72-2146. 'Each bid shall be made on a bid form to be obtained at the Public Works Department, 5th Floor, County Administration Building, and must be accompanied by a certified cashier' s check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" -and shall be sealed and filed with the Clerk of the Board of Supervisors . • Bid proposals shall be submitted to the Chief Clerk of the Board .of Supervisors on or before December 7, 1976 at 11:00 a.m. and will be opened in public at the time due in the Board of Super- visors' Chambers, Room 1.07, Administration Building, Martinez, Contra Costa County, California, and there- read and recorded. - • The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will-be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County F -1 E DLF Microfilmed with board order 1Q70fi;ON r' SUPERVISORS 3OS . TA CO -CiVISION A. NOTICE TO CONT11ACT0I% (continued) The successful bidder will be required to furnish a labor and Material Bond in an anojnt equal to fifty percent (507.) of the Contract price and a Faithful Performance Bond in an amount- equal to one hundred-percent (1007.) of the Contract price, said bonds to be secured fro-m a Surety Company authorized to do business in the State '`- of California. Bidders are hereby notified that pursuant to the Statutes of the State of. California, or local law applicable thereto, the said , Board has ascer.t.ained the general pr-evai.ling rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any_ bid received. No bidder may withdraw his bid for a period of thirty _ days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY \ By ` J. R. OLSSO County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California BYl 4 L Z� Deputy DATED: N 0 V 9 1976 . PUBLICATION DATES: Rev. 5/76 DIVISION C. P110110SAL (hid Form) BIDS WI1,L BE RECEIVED UNTIL 7th clay of December 7�, 1976 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE 1IONOW0LE BOARD OF SUPERVIS011S Or CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, inaterial, •transportation, and services for "J" icZir War d modeling, C0 costa C-Qgnty Hospital- ,, _ 2500 Alhaanbra Avenue���Iartinez, Ca �rnj,g 9453 in strict conformity with the Plans, Specifications , and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Ad::ii.nistration Building, Martinez, Cali- fornia 94553, for the following sums ; namely: BASE BID: Shall include all of the work for the construction. and cora pletion of all facilities therein, but not including any of the_ work . in the following Alternates: For the sum of: Dollars ( ) ALTERNATES: (B) It is understood that this bid is based upon completion of the work within Sixty (60) calendar days from and• after the date of commencement. -10- • Xt is undei-st:oo t•�i di clue .al.lc�wance � i:2�~�cle�xr: i�t�avo7_clable ct-Iays, 1:11at ii=�e Contractor should fail co coniplcte the work of- the contrztct within the stipulated time, then, he shnl1 be liable to the Owner in the amount of $25.00 - -- per, calen-dar clad► for each dray remains uncoimp:l.cted beyond the time for complet=ion; as and for. liq- uidated damages and not as a penalty, it being, 'agreed, ,and ex- pressly stipulated that It would Un impract=ical and difficult:, to fix, the actual amount of damage. (D) The -undersigned leas examined the location of the proposed Work 'and is familiar :with the Plans Specifications and other contract; documents and the local conditions at the place where the worn: is t:o -lie done. (E) The ;indersign.ed the s checked carefully all of t=he abovefigures,.' ' and understands . t=hat the Board of Super- sons will not be re- sponsible e-sponsible for any errors or omissions on the part of .the .under-` • signed in malting up ' :his bid. i i w • DIVI5IOU E. FFOT'O."A1. (11.1d Form) Can't. '(F) The undersigned hereby certifies_that thfc bid is genuine and not sham or collusive, or wide in the interrst-or in W--half of any person not herein named, and Lhat the andcrsincJ has not directly or Lridirettly, induccJ or solicited aay Wier bidder to put in a sham bid, or any other person, firm or corporation to refrain from budding, and that the undersigned has not in any canner sought by collusion to secure for himself an advantage over any other 'bLdder. (C) Attached is a list of. the names and locations of the place of business of the subcontractors. (11) Attached is bid security as required in the Notice to Contractors. (� Cash D Bidders Bond O Cashiers Check -0 Certified Check (I) The following addenda are hereby acknowledged as being included in the bid: Addendum # dated Addendum 0 dated Addendum dated 1 - .8y ' Address Phone Licensed in accordance with an act providing for the registration of Con- -- .trecters, Classification and License No. Dated thla day of itev. 12l72 -12-- i IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the matter of Approving ) Plans and Specifications for J & I Wards Remodel, RESOLUTION NO. 76/963 2500 Alhambra Avenue, ) Martinez, California ) (1003-108-7710-739) . ) WHEREAS Plans and Specifications for the J & I Wards Remodel, County Hospital, 2500 Alhambra- Avenue, Martinez have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for construction is $13,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class IA Categorical Exemption Uade.t the County Guidelines, and this Board concurs and so finds., and the Director of Planning is INSTRUCTED to file a Notice of Exemption with the County Clerk. IT IS BY THE BOARD RESOLVED that said Plans and Specifica- tions are hereby APPROVED, bids for this work will be received on December 7, 1976 at 11:00 a.m. , and the Clerk of this Board is DIRECTED to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the Lafayette Sun. PASSED and ADOPTED by the Board on November 9, 1976. CERTIFIED COPY I certify that this Is a full: true & correct copy of the original document which is on file in my office, and that it was passed & adopted by the Board of Supervisors of Contra Costa County, California, on the date shown..ATTEST: J. R. OLSSON, County Clerk&ex•officio Clerk of said Board of Supervisors, Originator: P. W. Dept, by Deputy Cleric. (Bldgs & Grnds) SII NOV 9 1976 cc: Public Works Department Agenda Clerk £ul I ding Projects County Auditor--Controller Attn: J. Dye Director of Planning Medical Services Attn: M. Fernandez RESOLUTION NO. 76/963 1 SPECIFICATIONS NQ 1%76 For. J. R. OLSSON CLERK BOARD OF suPERV1S6RS C 7RAA,COSTA CO. =rJ � AND ��Ir� WARDS REr10DEIT_NG COPTTRA COSTA COUNTY HOSPITAL '= 2500 Alhambra Avenue Martinez, California Prepared for t: Public Works Department Contra Costa County Sixth Floor Administration Building Martinez, California Microfilmed with board order i1 TABLE OF CONTENTS DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans , Specifications, and Site of Work Section 4 • State and County Labor and Materials Requirement Section 5 Bidding Documents Section 6 Submission of Proposals Section 7 Withdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11 Award of Contract Section 12 Special Requirements Section 13 Execution of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E: Equal Employment Opportunity DIVISION F. General Conditions Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor' s Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages . Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct of Work Section 12 Responsibility for Site Conditions L Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings , Descriptive Data, Samples Alternatives -1- n DIVISION F. General Conditions continued Section 20 Samples and Tests - Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Takes Section 26 Acceptance Section: 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Special Conditions DIVISION H. Technical Conditions SPECIFICATIONS DIVISION 1 Demolition DIVISION 2 Repair of Blemished Surface DIVISION 3 Carpentry DIVISION 4 Hollow Metal Work DIVISION 5 Finished Hardware DIVISION 6 Lathing & Plastering DIVISION 7 Painting DIVISION 8 Electrical EXHIBIT A J WardDoor Control Intercom System EXHIBIT B I Ward Door Control Intercom System -2- DIVISION A. NOTICE TO CONTR-ACTOR (Advertisement) Notice is hereby given by order of the Board of Super- visors of Contra Costa County, that Clerk of said Board wi11 receive bids for the furnishing of all labor, materials; equipment, transpor- tation and services for "J" ct "It' Ward Remodeling, Contra Costa County Hosoital 2500 Alhambra Ave 'Martinez , CA. The estimated construction contract cost (Base Bid) is $ 18,000.00 Each bid is to be in accordance with the Drawings and Specifications on file at the Office of .the Clerk of the Board of Supervisors , P.00m 103, County Administration Building, 'L;artinez , California. The drawings and specifications may be xamined at the office of the Clerk- -of the Board of Supervisors or at the Public tdorks Department, 5th Floor, County Administration Building. Plans and specifications may be obtained at the Public tdorks DepaY-fLmr2nt , 5th Floor, County Administration Building, upon payment of a printing and service charge in the amount of $2 . 13 (sales tax in- cluded) Which amount shall rot be refunda le. Checks shall be made payable to the "County of Contra Cos-la'' , and shall be mailed to the Public i•:orks Department , 5th Floor, Administration Building, 14ar tinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone nu-,-nber is (415) 372-2146 . Each bid shall be made on a bid form to be obtained at the Public Works Department, 5th Floor, County Administration Building, and must be accompanied by a certified cashier' s check or checks , or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors . Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before at 11:00 a.m. and will be opened in public at the time due in' the Board of Super- visors ' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects , or fails to enter into said Con- tract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. -3- DIVISION A. NOTICE TO CONTRACTOR (continued) The successful bidder will be required to furn4sh a labor and Material Bond in an amojnt equal to fifty percent- (3G7.). o= the Contract price and a Faithful Performance Bond in an amount equal to one hundred-percent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general p'ceva�.ling rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic re- quired to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000 the Contractor shall be re- quired to submit for county approval an Affirmative Action Plan (see Division E) . . The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a peziod of thirty , days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY • By J. R. OLSS County Clerk and Ex-Officio Clerk of the Board of Super- visors, Contra Costa County, California By Deputy DATED: PUBLICATION DATES: Rev. 5/76 -4- �l CORRE TD1SH=ET The follot•�in4 corrections shall be Trade part of the Contract Documents and clarifies` the Contract Documents as noted. Page 6. Section 3 (b) Reference to "Division V shall be corrected to "Division r" Paae 6. Section 3 (,c) - Reference to "Division V shall be corrected to` "Division F Page 6. Section 4 (e) Reference to "Section C" shall be- corrected to "Division V. Page 7. Section 4 (c) - Reference to "Section l of Division E" shall be, corrected to "Section 6 of Division F' . Page $. Section` 11 Reference to "Division V shall be corrected to "Division F". Page 9. Section 12 Reference to "Section D" shall be corrected to "Division D" Page 12. Paragraphs (f)`, (G) , (H), and (I) shall be corrected to 5, 6, 7,. and 8`respectively. Page 15. "Section E" shall be corrected to "Division V. Page 14 14a, 14b, 14c. Division D - Change revision date at -lower left hand ,corner to Rev. 12/73. Page 21 . Section E, Subcontractor's Certification (3) ; Delete paragraph beneath-.signature line requiring written authorization. by County. Page 1. Table of Contents Division B - Instruction to Bidders:- Delete Section 4 and reduce by one all subsequent section numbers. -4a- DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions_con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "Notice to Contractor", page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- ing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furn- ished, .and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said, information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. - Investigations of subsurface conditions are made,for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings; or of the log of test borings, or other preliminary investigations, or of the interpre- Cation therefor. S_ Rev. 5/76 INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty,; either express or implied, that the conditions indicated are representative of thoseexisting throughout the-work, or any'part-of it, or_that` unlooked'for.�developments may not occur. Making-such informe- tion available'to'bidders is hot to be, construed' in any--way as a waiver of the provisions-.0f this-article'concerning`-the.'Con- . tractor's responsibility for subsurface conditions, and bidders must-satisfy themselves through .their own investigations as to the-'actual conditions to'be=encountered. (b) RESPONSIBILITY'FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be respoinsible'-at:.his own cost for.any and all.work;, expense or special precautions caused or. required-by:the:,existence:-:of. .; proximity,of`utilities encountered in performing the work, in cluding without'limitation thereon, repair-of, any or?all'damage and all.hind:_or;,exploratory.excavation required: The bidder is-.. cuationed:that:such-utilities may include communication cables: ,71 or electrical-,.cables-which'may be high"voltage,,and,the:-ducts.- enclosing such;cables,-and when working or excavating„in the, vicinity thereof; the:special"precautions to-be observed:at_his r own cost shaLL also include the following: AlL such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables,"norS'cause, injury to persons, and suitable warning signs, barricades, and safety devices shallbe,erected,as'necessary or;required:... -In connectionrwith the foregoing, the bidder's:-attention' is invited to Section 12 of Division:E of these specifications.. (c) 'DISCREPANCIES;OR%ERRORS: *If omissions, discrepancies, or apparent errors are found1in=the°.plans,and specifications prior to the date of.bid;. opening; ;the>bidder"shall'submit a written request, for-:a,clari- fication which will be given in the form of-addenda to all bid-_.; ders if time permits. Otherwise, in figuring the work, ,the bid ders shall consider that any discrepancies or.conflict between;,. _ drawings and specifications shall bie governed by'Section"15 of"" 'Divisi::a 9 of-these specifications. SECTION 4. 'BIDDING DOCUMENTS - (a) t Bids-shall be made:upon.the. special.Proposal (Bid; Form) (See Section-C-of this Specification), with al-l-items"completely filled out, 'numberw shall be stated both in writing and in figures, : the'signatures-of<all'persons,signed shall be in longhand. The; com pleted form should be without interlineations, alterations orerasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5!75 -6- i SECTION 7. PUBLIC OPENING OF PROPOSALS a 'Proposals will be: publicly opened and read at the time and place indicated in the Notice to Contractors. ,Bidders or agents are invited to be;`pre§ent SECTION 8. IRREGULAR PROPOSALS:, Proposals may be rejected if t1iey. show anyy alter= ation of form, additions not called for, conditional'bids; in- complete,bids, erasures,; or irregularities; of.any kind. If bid amount is changed after the amount is, Or,iginilly, inserted,, the `change should be initialed: The County also reserves the right to accept any or all alternates and unit prices.called.for on the Bid Form and...-, ,their_order of listing on such form'shall "inno'wayindicate __the order in:which the bids may be.accepted.: ; SECTION 9- COMPETITIVE-BIDDING: if more,than one proposal be.offered by anyindividual, firm;,partnership', corporation; association,.-or any combination the under-'the,s or'•different,names,_all:such:;proposals`;may be rejected. ' A parttyy who has:quoted,:prices;lonumaterials.,-or work to a`bidder is not therebq•disqualified from quoting prices to other bidders or-from submitting a bid-directly for the materials or.work; • All bidders are put on notice that any; collusive agree- merit• fixing the prices to be bid so as. to-control or affect the:: awarding of this contract is in violation,of'the competitive'bidding requirements of the State law and may render Void any contract let - under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Conditions (Division E) or other documents included in,these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract_Prohibited Rev. 5/76 -8- i I INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any` part= of:it, or that unlooked'for developments may not occur:- Making such informe- tion available to bidders is not to be'construed-in an "way as a waiver of the provisions.of this articleconcerning the'Con- tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own,investigations as to the actual conditions' to'be encountered. , (b) RESPONSIBILITY FOR UTILITIES; As part of the responsibility stated in subdivision (a)= above, and without limitation thereon, the Contractor shall be responsible at his own cost for.any.'and all,work, expense or special precautions caused or.required_by the existence-of proximity of utilities encountered in performing the work, in- hluding%.without-limitation. thereon, =repair_of,:any or_,all damage and.all,hand_or, exploratory excavation required The:bidder.is .. akationed'that such•utiliiies may include commainication"cablesi;:: or electrical cables which may be highivoltage; :and•:the, ducts: -„ enclosing such cables,-and-when working.or:excavating:,in.the: vicinity_thereof.,:the special precautions to-be' observed at-his ; own cost shall-also include the following:, All 'such cables.and' , their.enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables;;nor cause injury. to persons, and suitable warning signs, barricades, and safety devices': shall be erected as necessary:or.required: In connection-with the foregoing,-the-bidder's attention is invited to Section 12 of Division.E of these-specifications.: (c) DISCREPANCIES'_OR ERRORS: If omissions, discrepancies; or apparent errors are- found••in the-plans and..specifications prior to the`date of:bid opening', -the`bidder`.shall'submit°a writtenrequest, for:a;clari fication which will be given in the form_ofraddenda to all bid- ders if time permits. Otherwise, in figuring the work, the bid- ders shall idders' shall consider that any discrepancies or'"conflict between, drawings and specifications shall be governed by Section 15 of DivisI7;i r of these specifications. . _- SECTIOW 4. :'BIDDING DOCUMENTS .(a) Bids shall be made upon•the special Proposal .(Bid Form) (See Section C of this Specification); with alI items completely filled out; numbers shall be stated both in-writing_ s -and in figure , '.. the'signatures'of all persons signed shall be,in longhand -, pleted form should be without interlineations, alterations _or;erasurgs, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. Sc76 -5- 1 � SECTION 4. BIDDING DOCUMENTS (continued) (b), Bids shall not contain any.recap£C4lation„o€ the” he work;to be done; alternative proposals will.not be consid- . eyed,, unless,.called for•. No oral, .telegraphic...or telephonic proposals-�or:modifications:will,be considered,. r= jc). List,of Pro osed Subcontractors. „•Each..proPosa2,, Sha ll have listed"tTierein,the name an _a ress;af,each,subcon •.. tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of � of 1.percent of his total bid, in accordance with Chapter 2, Division S -Title 1, of the Government•Code.< See Section 1 of Division E of these specifications.- : for further=reference to subcontractors: (d) Bidder's SecurityAli bids:shall have enclosed cash.7aa• cashier`s.cc a c3,ed. irri AU or a,bidder's bond,,.,-,as z: Wesciae below, executed�as_surety bye a_ corpora�oa,aut orized: to issue`�surety:bonds. in. the State of":California ;made payable to "Contra'Costa County"V in an-amount•equal_to•at:least-10 percent<of the=amount-of the bid. No bid-shall be,considered.•uinless,-one.:of- thi; forms of bidder's security'. is enclosed;therewith.. " SECTION-11 :SUBMISSION OF PROPOSALS. Proposals shall-be.submitted to the.Clerk.of.the.Board,of Supervisors of Contra Costa County at the place indicated on the bid;proposal. It is:the sole. responsibility;of,the!bidder to see that-bis,bid,is. received:in proper time. , All proposals shall be.submitted under sealed cover, plainly identified as a proposal for ttie`work being bid upon and addressed"as directed in the Notice to:Contractors and the bid proposal. 'Failure to do so may:result, in.;al premature opening:>:of or`affiilure to open„such bid. Proposals-which-are�not:properly:, marked may be disregarded.. SECTION.6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn:at:any time„prior to the=time _ fixed in the public notice for the opening of bids, provided that a_request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such:bid,:is:filed with;the : ..;.: Clerk of the Board of Supervisors of Contra-C6ie "County"'.— An oral, telekraphic, or'tele honic request to-. not.withdraw,prejudice,. .bid ro osaZ Ts—not ecce table, >The with rawal.of. a, bidsze ud ce_.tTie.::rf`ht ,_. o a Idder to file.a new.bid. This:-article does,.not..authorize the::: withdrawal of any bid after the time.fixed,in.thelpublic notice,.for:•, the opening of bids. Rev. 5/7b � j i ,SECTION 7. PUBLIC OPENING OF PROPOSALS Proposals:•will; be publicly opened and read at the time,and place- indicated in` the Notice to Cont=actors.,;'Bidders or their authorized agents are-invited:'to be,present.` ' SECTION 8: IRREGULARPROPOSALS:, Proposals may be rejected if 'the"' how,an alter ation of form, additions not called for, conditional-bids; in- ' complete bids, erasures, or irregularities.of-any kind. If bid amount•is changed after the amount -is originally. inserted,,,the change'should be,initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall'in' no'way indicate thi-:order in which the bids may be :accepted. SECTION'S. COMPETITIVE BIDDING: If more than oneproposalbe_Offered by any individual, firm;:"partnership;-corporation, association,-.o any combination thereof,' under the same or!different names, -all-such.;proposals-may be',rejected. A`party`who has._quo ted,prices;on,materialt-ok, 7ork; to a bidder is not thereby;disqualified.:from quoting prices"to other_"bi'dders,' or from submitting;a bid directly,for„the, materials or work ~ All bidders are put on notice .that any, collusive'agree- went 'fixingg the prices to.be bid_so as •to .control or,affect' the awarding of this contract is in violation,of the competitive-bidding requirements of the State law and may render void*any"contract -let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals., The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within " .30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial`provisions of the contract, all of which are 'detailed in the General Conditions (Division E) or other documents included in. these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5176 -8- ` .fi i SECTION -12. EXECUTION OF CONT CTi The contract (example- in Section D)3:shall be signed by`the successful bidder in- duplicates counterpart and'; returned,within'five (5) days''of-"receipt,;not,,including,Satur , days, Sundays; and legal holidays,;'together with the-Contract Bonds'and'Certificates of Insurance.,;: No contract,shall be f . :binding upon .the County, until_same has been executed by the-'Con- tractor an,_the County Should the Contractor.begin work in-advance_o£ ; receiving notice,that'the contract_has•been-,approvedsas above. provided,:any work performed by him-will_be;at.-his,.own riik"and as a volunteerunless said contract is so approved. SECTION 13 ` FAILURE TO EXECUTE,'CONTRACT-- Failure to execute�a contract. and file"'atcept able bonds and certificates of insurance as provided herein phthin _10 days, not including Saturdays, Sundays, and,.legal=;holidays,_. after;.the'successful bidder has rece�.ved the`contract'.for -forfeit- shall�be�just cause=for the annulment:,of the-award and,-the 'forfet- - ure_of the bzdder`s securit}r. If the,.successful;biddez refuses.or fails'to}executeythe-contract,:•the'County may award the contract',to the second~;-lowest='responsible bidder :.If; he;second lowestrrespon- sible.'biddii bifiis6s or fails: to_execute the contract ;the County may award�'the''contract-to the third lowest -responsib,lea bidder ,,On the failuri,-or refusal of the second or third.lowest iesponsi le; bidder to whom any such contract is so awarded-to execute the same, such,'bidder's'„securities shaT] be likewise,forfeited:,to the'County. The'work`may then'be readvertised or may-.be constructed-byt day-1, abor s-prded'by State law t - S Rev. 5/76 - _9 _ i , i B idder , DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL T day of at 11:00 a.m., in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The' undersigned hereby proposes and agrees to furnish any and all required labor, material, -transportation, 4nd services' for ."J" &' "I" Ward Remodeling., Contra Costa County Hospital, 2500 Alha ra 'Avenue, Martinez, California 9 553 in strict conformity with the Plans , Specifications , and other con- tract docurrents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following sums; namely: BASE BID: . Shall include all of the work for the construction, and com- pletion of all facilities therein, but not including any of the work • in the following Alternates: . For the sum of: Dollars ( ) (B) It is understood that this bid is based upon completion of the work within �S LIZ"`e ( 60) calendar days from and after the date of commencement. -10- I It is understood, with due .allowances made for unavoidable delays, that.. if"the Contractor should fail to complete the work of-the contrct ,tathin the stipulated time then, he shall 'be liable to the Ovner in, the amount ofper-.calendar day for each day said wort' remains uncompleted beyond the time for completion, as and Ifor 'liq- ' uidated damages and. not as a penalty, it being agreed and ex- pressl�* "stipulated that it would be impractical and difficult , to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specificat ions - and other contract documents `and ` the local' conditions at the'.1 place where the cork` is to -be done (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors car. omissions on the.. part of` theunder- signed in making up this bid. 1 �I DIVISION C. PROPOSAL (Bid Form) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made-in the interest or_in behalf of any person not herein named, and that the undersigned has not directly induced or solicited-any. other . bidder•to,put in a sham bid, or any ether person, firm, or corporation to refrain from bidding, and that the undersigned has ' in. any manner, ;sought by collusion to secure for him- -self an advantage over any other bidder. - (G) Attached is a list of the names and locations of.the place of'business of the subcontractors_. (H) Attached,is bid security as required in-.the Notice;to Contractors. E3 Cash Bidders Bond Cashiers Check =CertifiedCheck (I) The following'addenda are hereby acknowledged as being'in- cluded in the bid: Addendum# dated Addendum # dated Addendum# dated Firm By Title Address Phone Licensed in accordance with an act providing ;for the registra- tion of`Contractors, Classification and License No. . Dated this day of 19 Rev..5/76 -12 i DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section b, Paragraph E.). Portion of Work Name Place of Bidders -13- i1 ll DIVISION. 'ARTICLES OF ACREMONT (Contract) CONTRACT '..'(Construction Agreement) (Contra'Costo County Standard Form) 1 VARIABLES." These variables Aire incorporated,'beIlow by refereacc. (#fI,3)' Partied 1Public Ageneyj - (ContractorJ (#2); ' Effective'Date: (Sse 44 for 'starting date.] : (#3) The Mork: : Completion Time, (strike out (a)' or' (b)`"calendar' or:""working 1 St [dote] ' (b) "Within •calendar/vorkin 'da • from' atsrtin .. _ B Y ,.. B' data': (J5), liquidated'Damages: S per caleadar day: (#6) Public Agency's Agents (17)' Contract Price: S (for=unit price contracts. more or :less; in'aeeordance with finished goaptities ac'uoir- bid prices.):_ BJStrike'out pirenthetical material if,inipp14 able ,') „ ' . gG. SICRATURES:t::ACXROPLEDCHEX7. _,; Public Agency, By:77— (Pceaident,or Chairman) •' :: 'c CSeeretary) `Contractor, hereby also acknowledging awareness of and compliance with ' Labor Code #1861 concerning Workmen's Compensation.,Law., ' Desi mace"official capacity 8 ;in ehe;huaineaa - Note'to Contractor: "'(1)` £iecute acknowledgment,"`J'ormbelow axd,'YPJ if,a .-orpora- tion ' attach"a certified copr'of the'bylays, or''of'the rei6Zuiion of'-the Directors authorizing execution of thio contrcataKd of tha`bonds'reguired't,ei:b!.. Scste"of'California ) aa ACXSIOpLEDQ!!ERT'(by Corporation, County of ) Partner a hip. ?r Individuzi) The person(s) signing above for Contractor; known to me 'in'individdal.`aiid'boiineae capacity as stated,_ personally appeared before me today'"and bcknowledged''that he/they executed it and that the`-cor oration or p partnership' naeied'abovr'executed'it i Dated: : (SEAL) ,. Notary Public: ------------------------------------------------------------------- ------------- FOBN APFRovmD J. B. CLAUSEN. Covntq Counsel. BF De ut ---- �. r y (Page 1 of 4) Rev. 12%72 -14- i it • work, it shall.:issue a certificate.to .the Contractor;and;pay,,the balance of-the,.concract price after-deducting;all "amounts,withheld under this eontract, .provided the Contractor shove that:all claims for.labor and materials,have been.pald,.no,claims have..been presented to",the Public 'Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable-Indications of defective or missing work or of lace-recorded notices of liens or claims against Contractor. _. .9. INSURANCE. ._(Labor Code 111860-61) On signing this contract,-Contractor must give„ Public Agency"(1)"a certificate of consent to self-Insure issued by[he Director of Industrial Relations. or (2) a certificate of Workmen's Compensation,insurance"is,sued by an admitted insurer, or_(3) an exact copy or duplicate thereof_certified by the.Director or the..insurer. Contractor is aware of and complies with Labor,Code,Sec." 3700,and the Workmen's;Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver, to Public'Agency for: approval good and sufficlent.bonds with sureties, in &mount(s) ,specified in the specifi=, cations, guaranteeing his faithful performance of this,.contracc andhis'payment-for all; '," labor and materials hereunder. - - 11. FAILURE TO PERFORM: If the Contractor at any time"refuses or.neglects,',vithout,jaulc - of the Public Agency or its agent(s), to supply sufficient materials or workmen to complete'this agreement and work as provided herein, for a period of 10 days or.more after "vritten notice.the.reof.by .the Public Agency..the .Public"".Agency.,miy'-'furnish-.same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and,local.laws and regulations, especially Chapter 1 a of Prt 7. of.the,California, Labor Code (beginning,with Sec. 1720, and including Secs. 1735 b 1777.6 forbidding dis crimination)-and,Intend .that this,agreement complies therewith. Via'parties,'specifically stipulate that ihe'relevane penalties and forfeitures ,providedy,in the"'Labor*Code, .,. : especially in Secs. 1775 i 1813, concerning prevailing wages and hours, shall apply to' this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. , Government Code 114100-4113 are incorporated herein. . 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public' Agency has ascertained the general prevailing rates of wages per diem, andjor holiday and overtime work'. .ia the locality in which this work is to be performed. for eack,cra£t, classification, or type of workman needed to execute ,this, contract. .and said_rates.`are as specified in the call for bids for this work and are'on file with ; e Public Agency,;and are hereby incorporated "herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise_ specified; and the dally rate is the hourly rate multiplied by the number of hours con- stltutingthe working day. When less than that number ofhours are worked.- thedaily wage - rate Is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors. must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit,payments. provided for by applicable collective bargaining agreements. " All skilled labor not listed above must be paid at least the"wage scale established by collective bargaining agreement. for such labor In the locality where such work is being performed. If it becomes neves Bary for the Contractor or any subcontractor to employ any person In a craft, classifi- cation or type.of work (except executive, supervisory, administrative, clerlcal. or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wagerate therefor and furnish the Contractor with the minimum rate based thereon. which shall apply from the time of the initial employment of the person affected and during the. continuance ofsuch employment. - - 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and.no workman employed at any time on this work by the Contractor or by any sub- contractor ub contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5, and 1777.6 on non-discrimination. (Page 3 of G) Rev. 2!72 -14b DIVISIOND. ARTICLES OF AGREEMENT (Contract) CONTRACT . .- ti{Construction Agreement) ', � - .(Contra Costa County Standard Form) , 1. 'VARIABLES., ':These variables are incorporated below by reference. `(112,3)- 'Parties: (public Agency) (Contractor) (i2) Effective Date: [see f4 for starting date.) 03) The York: {14) Completion Time:'• (strike out (a)'or' (b) 'calendar" or. "working") ` .(a): ST.:.(date)` ... " (b)' within •calendar/working°days'f oa stirring `data MY Liquidated'Damages $ per calendar day,: " (16) Public Agency's Agent: _. (iT) Contract Prtoe S (for unit price contraeaa sore -or less,' in accordance with finlshed.quantities'at unit- bid_ prices.);' (Strike'out-parenthetical mar Tial if inapplicable.) , Z. SIGXATURES�i-ACXROWLEDGNEXT. Public Agency, By: {President or,Chairman} (Secretary) Contractor, hereby also acknowledging avartness of"and"compliance vi'th Labor Code 11861 concerning 4torkmen's Compensation Law. Designate -official capac Icy'in-the business) Xote'to Contractor: f1)`` Execute'acknowled'acknowledgment g farm'be26y;'grid !P) if,a,•orpora- :. tion; attach'a certified copx of'the byZays, or4of'i"e rssotutian 'of-tc.,Xd_ard'of, Directors authorising execution of thio contract-and of'the"bonde`required i•Rj•rbu. State.`af'California ) as ACXXO{tLEDCkEXT (by' Corporation, County of ) Partnershi or,I.:ndividual) p. , The,person(s) signing above for Contractor, known to me'�in`indfvidual`and"business capacity-aa stated, personally appeared before me today''ind''icknowledged`thit hof-they executed it,and that thecorporationor partnership niaied"a6ove'exeeuted iti Dated: (SEAL) '• '. .. :. Notary Public .... ... . ------------------------------------------------------------------------- FORM -APFROvm J. B. CLAUSEN. CountyCounsel, $r Deputy (Page l of 4) Rev. 12/72 -14- S. 3. WORK CONTRACT, CHANGES.. (a) By.iheir signatures in Section .2. effective an the above . date, these parties promise and agree as set forth-in this concract, incorporating by these references"the-material ("variables") In-Sec. 1... ,(b) Contractor shall. at his own cost and expense. and 'fu a workmanlike canner. fully and faithfully perform..and complete this work; and will furnish all materials, labor, services and transportation necessary, - convenient and properInorder fairly to perform the requirements ofthis contract. all strictly in accordance with the Public Agency's platVt, drawings and,,specificatiooz. . (c) This work caa'be 'changed only withPublic Agency's prior' written ordez-specifying--such - change and its. cost agreed to by the parties;_and.,the.publac Agency,shall;,never_have to pay more-than,specifted in Sec. 7 without such as order. .-_...4.--TIME:--NOTICE-TO-PROCEED. Contractorshall' start thisworkasdirected in the speci- _ fications or the-Notice to Proceed; and shall complete it..-as specified.in Sac. 1. 5. LIQUIDATED DAMAGES. If the Contractor falls to complete rhis contractiand this work withinthetimeflxed. therefor, allowance being made for contingencies..asprovided herein, he becomes liable-to,the Public Agency for all its loss and damage therefrom; and because,. , from the nature of'the case, it isand will be impracticable and extremely. difficult:to. ascertain and fix the Public Agency's actual damage from any,delay in performance hereof, it Is agreed that Contractorwill pay as liquidated damageh to the Public Agency the reasonable sumspecified In Sec. 1, the result of the parties' reasonable endeavor to estimate fair average;compensation therefor, for each calendar day,'s. delay in finishing. said work; and if the same be not paid, Public Agency may, .1n addition to Its other - remedies,, deduct the: same. from any.money due or to become:.due;,Contractor.under this con- tract. If the:Public�Ageacy for any cause autbarites orcontributes to a delay,.suspen- _aion of workat extension of time, .its duration shall- be added to''the time allowed for - completion. but It shall not be deemed-a waiver nor be used to:defeat any right of the.. Agency to damages-for`non-completion or,delay,hereunder.: Pursuaac.to.Government Code. Sec. 4215. the 'Contractor shall'not be' assessed liquidated damages for delay In completion of the work. when such delay was caused by the failure of.the;Publlr..Agency:,oz{,the owner of a utility to provide for iemoval'or relocation of exlstlug,utility facilities, 6. INTEGRATED DOCUMENTS: The plans; drawings and specifications, of any, Public Agency's call for bids,,:and Coa:tractor's.accepted bid for this work-are,hereby,.incorporated into this contract; and,thep'are:intended.to.:co-operate',' so..that.,,anything..exhibited is the vf - plans'or'drangs apd;not;mentioned,in t_he specifications„.;or.;ytcetversa,.`in to be executed.as if eithibted,'eentioned ands forth in both, to the true intent and meaning thereofwhen taken:all-.toga that; and differences of opinLon”concerntog�.thase'ashall be, finally determined by Public Agency's Agent specified In-'.Sic.'I`.' 7.- PAYMENT. (s)`For-his strict and literal fulfillment of these promises-`and conditions, and as full compansation for all chis work, the Public Agency shall pay,the Contractor the sum specified intSec: 1, axecpt'thar In'unit pried'contraets the payment shall' be for finished quantities-at-unit bid prices. (b) On or about the first day of each calendar month the Contractor- shall submit to. the Public Agency;a verified application for payment, supported by a statement showing all materials`actually;'installed.-during -th, preceding,month', the labor expanded thereon, and the cost thereof;whereupon, after checking, the Public Agency shall'issue to Contractor a,tertificate,for_the,.amount determined to be.due,,.minus.10Z thereof pursuant to Governmeat .Cbde",,See: _.53067, buEnot uanil�:delective wozksad:materialr.wave.beea removed,, replaced andmade good. 8. PAYMENTS WITHHELD. (a) The Public Agency or.its agent may-,withhold any, payment, or because of later discovered evidence nullify all or any certificate for-payment. tosuch - extent.and_period.;of:time,.only as may be necessary to protect :the.Pub"L1c�Agancyfrom loss because of .. (1) "Defective work not remedied, or uncompleted work,""' " (2) Claims_filed,nr,_reasonable evidence,indicating-probable, f111ng (3)"- Failure toproperly pay subcontractors_at,for materiaL or, labo1. r,,,: „ (4) Aeaconable.,doubi.that the watk,caa.be. completed.,for, than unpaid,',oz (5) Damage to souther contractor. (b) The Public Agency shall use reasonable diligence to discover and.,.report. to the Contractor, as 'the work"progresses, 'the.materials and labor which are not:.satisfactory to. it, so astoavoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. - (c) 75 calendar days after the Public Agency files its notice o£ completion of:the-entire - (Page 2 of 4) _14a- REV. 12/72 . • i i ZLIZT •eag -Of7l aa3Tueapuj Ana 30 32npuo3sTm Tn;LtTn xo 3uas jTBav,Aut mai; ATii:a`.pa3TnssI a8tnrp Pa.3a,TTo �4s :3tya xo 'sxai�em asayi,;a xue„8ujxano3 w.vgT3tol;Tnm2pu; xa430 xp a3usxnsuT aey •kxan 9343..43^voTi3auuoo`,uT (s)uoT3r3T3i3ads'ia (s}Ixrld_yiutr panozddr' i'o- •pal-'pal `paxadaxd ■sy aa3,TnmapuL Aur Sou.xo,xa,4;aqn,io:3uapuadap Yo paua;i;puo3 Sou sT,uo;3aas ,s;43 _u1, 3uamaaxBe*Pus' asjnasd ayy ":suoF3Fpua�-uoN {a), . �nsagi ;o. sxoa �o sup ;o (s)aaiojdma, xo (s)3uaBt,'(s)xaaF3Jo_Aut.xo '(s)sa33ex,3uoagnr 1203aex3uoa aqi mi aTgr3nq;:x33r Pus"iaexiuoa %T43 A4 pa2a.%o3' 82a33t0 aye 43Tn-.uoT33auuo3 UT. {3ua8TTsau ugn. xo;,3na8;Tyau), uojssTmo so ?3r Aus .axa 131174*T'IBuTsnra suoT33r a4Z (P) asay�:3UJUI aauoa 43.Tnba 20 ARI 3e. (a)uoT33s xo (s)3;ns ¢ye ;o;psua;ap 043 8uTpnT3uT'Pug - 'psiaidnoa,.sa $3usmaaaadm;,ay3: Paidaa3*, so:us'id'ivastwoxdmj;'ay3,panaidds A3uno3 043,aaojaq aic.ji due„;fit aTgraacax.a;un. sra,aeemrp,io m;r a •A3T,LIgtTt,yans.30n 'io xag3agn,;o,,asaipivtox 0a*43,;o.ua;irujgm03bus is •uc;irumapuoa asiaouT ,*:Bamsp'A3xodaid 'g3tap;;'Axn�uT_ truosiad YvT"pntao;Y'nojaq;-paa.jlap_ suojiae . an3paa;; sATpa8a . t T* Puln • ius';o:aarmep xo; ass saTiSs Pasaa3axd' saj3TTF4sFT'a4i (a) ., T ssaPsaidma pus sxua8e`. •sxaaT;;o 'suo;ss;mmoa{FsPsiaq,.snT3nToddt;:put anT2aata.si; Ppr a aaaTg 8y'3; nd.ag3, ase,asTaoxd s143 Aq pa3aa3osd.pus ga3�:Tauaa ,,(4 ;q sa31UMaPuT a4t ) r •uo 3302 s u aa' a ss,"sa' 3TTT4*TT:ay3 mox A;;uma u ., T 143., T P. T;.P T ; P F; r pot s'ssrmx*4 PTO ;;*4s paa a3`sasTmoid xo3ass3uo: (:) :'xZINW3QNI T:SS37W8YH a70H 'O2 ;aaxaq saoT3SPuoa..Put 201193.043 ;a Aos;,g3Tn ATdmo3 o3,axnt;r; y ayi:aox; $u;s;se 7uauaaio;us x0:sa8eurp so; aaT7at Auv"SUTBaTiq mox; pa4d63sa;igaxag3 :jaq-;hauaBY aTT4nd'a43:Ij.r4s.,xou 'P&gjxasaid sv,,3atxiuo3.!�i43 TTT;.Tn;,.01,uoT3IBFtgo`sT4 o iaiaexiuo� 243 ano{taa Sou TTV49 •2332 02043 ;o'uoTiRuTgmoa Aur '3a 'xo;aiag3's3uamArd str;xaaxm.xo/pur (ion pjvs ;0 3.s*d Augxo atoyn aq3 ;o aaur3daaas so 'aaax3uo* sT43 xo , rr;o;c�aamasjnMa2,a43 ,.43xn.sa1Tdmo3 ;oaxsg3 3xrd Aug xo;7(ion,ag3.8uF3r3jguT Aaua3Y 3Tt4nd aadotdna xo,3ua8s 'xaa;;;o Aas Aq ivama3s7s,xo;,'pa,3aadsuT-sT►Txa3em:xo/pur;.xjxon ;a ,Teeoidde so.;•stv;xaarm'xo/put ;x on.ayi ;o,uaj32ad'snI N3AY..3I IBtTd;b4.,x3hTY S.aN. 61 3aama8Tssr ;o.aaTiou POA1.1n an*q.¢ag3,.ssaTun 'saT3axns,,xo Asains 5•xo3aw4;ua3 4y3.pus A3ua8Y ajTgnd ay3'jo 3uasuo3 ua33Tin i6;1d iq3 3n043ra '3T'xapun anp imoaaq d03 40'anp,:sa;aom Aue xau `axed uT xo aTORA uT 3T ulTere 3aunr2 a4 inq :203aex3uog aq3 ';0. 200;3=,3uasaidai.puc •suS;ssw. lsiossaaans,!91;a4 a4?=*P1 7q:3uaaaax8s,,aT4Z �`'ZKUSDISSY;0.'91 Fpba,axs AiFtenb pus ssaa3;; '031xd a4i aaa4n asci AxaAa.uT,Sluno� s;y3,;o.sa;urg3am pue ssaSogrT,:•uam{xoA s:janpoxd..ayi asn of sasimoxd.aao;asa43 2033s23003.043 Pur !A3uno3,Ja3so3 ax3uoa,;o Aeounaa -,pue saTxisnpuj aqi aiomoxd o3 sax;sap AauaBY ojT4nd a4Z :'S2YI83ZYI;=Ba3--3�N383338d: :'Li « i � 3 } work, it:_shall.issue a certificate,to..the Contractor.and,,pay-,the".•balance.of the contract price after:deducting all amounts withheld under this contract, provided,the'.Contractor: w ` shos•.that-all. claims..for.labor and materials.have.been.paid, no.claims have been presented to the Public Agency based on acts or omissions of the Contractor. ,and no liens or withhold notices have been filed against the work or site, and provided there are not _reasonable.Sadicattons of defective or missing work or.of.late-recorded notices of liens • or:claims against Contractor. . " to r .9. INSURANCE. _(Labor COde,111860-61) ' On signing this contract, Contractor must give Yuhlic"Agency (l) a certificate of consent to self-insure Iasued by the Director of Industrial.Relations, or (2).a certificate of Workmen's Compensation.insurance issued by an admitted insurer. or (3) an exact copy or duplicate..thereof.certified":,by,'the`.Director - or the.insurer. ,Contractor is aware.of and complies with tabor,Code Sec:_3700*and the Workmen's.Compensetion Law. 10. BONDS., On signing this contract Contractor shall.deliver.to Public•Agency for, approval good and sufficient.bonds wich'sureties, in amounts) specified in the specifi cations, guaranteeing his faithful performance of this contract and his payment for all ` labor and materials hereunder. II. FAILURE TO PERFORM. If the Contractor at .any_ tins refuses or-neglects, vithout fault of the Public Agency or its agent(a). to supply suf£itient,materials or workmen t6 complete this,-agreement and work as provided herein, for ,a peciod of 10 days or more after written`notice thereof,by the Public Agency, the Public Agency Imsy'furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognite the appliesbility of•various federal, state.and local.laws and.regulatfons, especially Chapter 1 'of Part 7 of;the California Lshor,Code (beginning with Sec. 2720, sad including Sees. 1735, d 1777..6.forbidding,dis-_' crimination)'and intend that this agreement complies therewith.' " The paitits.specifically stipulate that the relevant penaltiea,aad tarteitures -provided in the„Labar'Cadc,. • espectally*in Sees. 17751 1813, concerning prevailing wagta and hours, shall apply,,to " _ this agreonent as though fully stipulated herein, 13. SUBCONTRACTORS. Government Code 114100-4113 sre incorporsied herein. 14. WAGE RATES. (a) Pursuant to Labor Code See. 1773, the governing body of the Public' Agency,has,ascertained the general prevailing rates of wages,per diem, and for holiday and overtime work, in the totality in which this work as to be performed, foz;each `craft,,,, classificatto'A.ar type of workman needed to execute this' contiact,,and'.said.iatia are as specifled.`in` the call for bids for this work and are on file with [he_Public Agency ,and are'hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless "otherwise specified; and the daily rate Is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all his subcontractors, must pay at least these races to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work Is being performed. Ifitbecomes neces- sary "for the Contractor or any subcontractor to employ any person in a craft,_classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employment of the person affected and during the ` continuance of-such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar dayconacitutes a legal day's work, and no workman employed at any time an this work by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon excapt as provided in ` Labor Code Seca. 1610-1815. 16. APPRENTICES. Properly indentured apprentices may be employed on this work in - accordance with Labor Code Secs. 1777.5, and 1777.6 on non-dlscriaination. - (Page 3 of 4) Rev, ;2/72 -14b- SECTION E - BID.CONDITIONS, AFFIF14ATIVz ACTION P-QUINTS, EQUAL Ex LOYMENT OPPORTUNIPY Part I: . The provisions of this Part I apply to bidders, contractors and subcontractors with respect to those construction;trades for which they are parties to`collective bargaining agreements with a labor organization'or organizations and who together with such labor organizations have-agreed-to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization) together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all'of which`= documents are incorporated herein by reference and are hereinafter cumulatively referred to as.the,Contra Costa Plan. Any bidder,;contractor or subcontractor using one or more trades,of construction employees must comply with either Part.I or Part II of these Bid Conditions-as to each such trade. Thus, a bidder, contractor or subcontractor may be incompliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of.minority manpower utilization forsuchtrade "A",thereby meeting the provisions of this Part I, and;by its commitment to Part II in regard to trade 11B in the instance in which i is not included in the Contra Costa Plan and, therefore, cannot,meet the provisions of this Part I. To be eligible for award of a contract under Part-1 of this Invitation for Bids, a bidder.or subcontractor must execute and submit as part'of'its bid the certification required by Part III hereof. Part II: A. Coverage. The provisions of this Part II-shall be applicable to those bidders, contractors and subcontractors, who, in regard to those construction trades to be employed by them on the project to which these bidconditi.ons.pertain. t. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof; ' 2. Are signatories to the ContxaCosta'Plan but are not parties to collective bargaining agreements; 3. Are signatories to the Contra Costa Plan but are parties to collective bargaining agreements with labor organizations who are not"or here- after cease to be signatories to the Contra Costa Plan. -h. Are signatories to the Contra Costa Plan but as to which not specific commitment to goals of minority manpower utilization by labor organi- zation have been executed pursuant to the Contra Costa Plan; or Rev. 5/76 -15- i 5. ''Are=no''longer participating in an affirmative action plan;accep table to:'the`Director,`OFCC, including:the:Contra.Costa,Pian B. Reouirement -- An Affirmative Action Plan. The bidders,. contractors and subcontractors described in paragraphs I through,-5,-above will•not. i.^ eligible'for'award of""a contractunder:this-;Invitation for Bids,;unlegs it certifies•'as'prescribed<in,paragraph,2b of the::certification,specified in Part.IIZ'hereaf that it adop� .:the,minitm=-goals and timetables of minority manpower:utilization,:—and specific affirmative:action.steps set-fourth in:Section B.1 and 2 of this Part II directed at,:..ncreasing minority manpower-utilization by means`of applying good faith-,efforts to - carrying'out such'steps:or,is,deemed to bave adopted.-:sucb a programrpur, scant tw,Secti6n-B.3 of.this Part.U. Both,the goali;,and timetables, and,; the affirmative!"action steps-must:meet .the requirements:of.-this Part II as set.:for'tb'belad_for all trades-:which are to be utilized onrthe;pralect,_ whether.subcontracted or not..: .. , : a 1. Goals and Timetables. The goals-of.minority manposier utilization. for the bidder and subcontractors are applicable::to_each„trade.not._otherT,•; wise bound by the provisions of Part Z hereof for,'the'following time periods, for”each' rade'.tiahich will be`used.on the:project within;Contia Costa County, California..... ! The ranges for all trades to-be utilized on the*project;shall be as follows: From.10/11?417,.0 104% In the event that under a`contract whichhe ,is subject to'tse`Bid Con . .._... ditions any xrork`is performed,in a year,later_than the latest year"for'which~ acceptable;ranges of minoraty"manp"o•.ier utilization have'been=determined"herein; the ranges for the period 10/1/74 through 9/30/75 shall be applicable to such The'percentages'of`minority manpower utilization'above`are expressed-'in"terms ' Of manhonrs af�training'and,employment_as a p roportionof'the'•total•manhours to -- 6 entire work bexorted'.8y the bidder'scontractor's and pforce, in;that trade.on all projects in Contra Costa'County California during the •_ performance of its contract or subcontract. The manhour3 for,minority work and training must be'substantially unifgrm thronhout the 'length of the caitract, anallµpraiects arn3'for"each of the trades. Further,'' he'transfer-of=minority ; employees or;trainees'from employer-to-employer or'from project-to-proiect-Sort/ the sale purpose of eeting the contractor'``s or`subcontractar�sagaals==shall be a violation of these conditions ; Minority is defined as including tegraes, Spanish Surnamed Americans, Orientals and Arerican Indians. Rev. 5176 -16- - i � and for each of the trades. Further, the transfer of minority employees or trainees from'employer-to-employeror from project-to-project for-the sole purpose of meeting`.the•contractor's or subcontractor'sgoals shall be a violationof these conditions. In .reaching`the'goals<of:,minority manpower utilization:required of bidders, contractors and'subcontractors-pursuant.to.this Part IT, every effort shaii"be made%to>find Fand employ=qualified,;jouraeymes.„Rocrever,, ;. where minority journeymen`aze not:.available;:minority trainees:in:pre .: apprenticeship,'apprenticeship," journeyman training.or other .training programs may be'use d ` In order thaekthe nonworking-training '_hours of trainees.may,be: , counted in meeting=the goal;';such-trainees must.be4employeed„by ,the can tractor during the training'period;-the..;contractor must have made,w om mitment to employ-the trainees at the•completion,of their trainin&and y the trainees must be trained pursuant to established.training-,programs , which must be the.equivalent:of the training programs now or.hereinafter provided for in'the'Contra Costa.Plait-with;respect:to,the nature, extent and duration�of-training offered A contractor or'subcontractor'shall be deemed-to'be in compliance „> = with the terms and.requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work,force in Contra,Costa,County; California;for each:trade for which,- `it is co=itted to`a goal-under this Part II: However, no contractor or subcontractor shall be found to be in noncompliance solely on account_of,its.failure to meet its,goals within its timetables, but such'contractor'shall be given the opoortunit7j: 0 demonstrate that it has instituted all of the specific affirmative action • steps specified in this Part I1 and has made every good faith effort to make these steps work toward.the. attainment of its goals within its-time- tables, all:,to the,pur2ose,o£ e�spanding minority manpower utilization on. _. nty, California. all of.iro P ]ts. ects zn Contra Costa'Cou • In all cases, 'the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the ,-;terms of these Bid._Conditions.- Therefore, contractors-or subcontractors who are governed-,by:_.the provision of.-this-Part Il shall be,subject''to the requirements_of-that Part_regardless of the obligations of its prime>coa ;` tractor,or:lower;t er-subcontractors. A11-bidders and all contractors and subcontractors performing,or;to ” perform-work:on projects;subject to these.$id,Conditians,hereby agree.,to inform,their:subcontract ors eof,.their,respective obligations under,the r.r and,requirements of..these.Bid Conditions, including the provisions ':ng.to goals of minority employment and training. Rev. 5/76 -17- I 2. Specific Affirmative Action Stens. Bidders, contractors and subcontractors':subject to"this Part Il, must.engage in affirmative.ac- tion directed at increasing minority manpower utilization,•which is at least as extensive and as specific,as the following steps: ..;-a. The contractor shall notify community.organizations that the contractor has--employment opportunities available and-shall,maintaia records of the organizations' response. b:-'The contractor shall maintain,ajile,of.the,names and ad- dreises'of-eacb minority.,worker refferred .to him and what action.was . taken with respect to each such referred worker, and if the„worker-was not.employed, the reasons therefor. If such worker was not sent to the uniou'hiring:hall for referralor,if such worker was-not employed.by the contractor, the contractor's file shall documentthisand-the...reasons , therefor. C. The contractor shall promptly notify-the CONTRA COSTA COUNTY, PUBLIC wcRM IEPARTKENT when the union or unions with whom the contractor has` a coil 6itive''bargaining agreemen'has not referred to.the contractor a minority worker sent'by the contractor or the contractor has other information that the union referral process has impeded him in his-effoks`to meet his goal. ds :The contractor shall participate>in_training,programs in„ the area, especially those funded.by the Department of Labor.` e.rThe contractor- shall disseminate his EEO policy,within his - - awn ozgamizatioa by including it in any policy manual -by.publiciiing in company'newspapers, annual reports, etc.; by,conducting.staff,, eaployee- and nmol►representatives' meetings to explain and discuss•tbe.policy; by posting of!the- policy;'and-by”specific-review.of the,policy With minority, employees. f.'°TThe contractor shall disseminate his EEO.policy,extern ally by informing-and discussing:it with all recruitmentsources;,.by idvertis ins in news media; specifically,including minority,news media;; and.by' notifying'and discussing it-with,all<subcontractors,,and suppliers.. S.- The contractor shall make specific and coastantpersonal (both written and oral) recruitment efforts directed at all minority organizations,,schools with_minority students,;minority. recruitment organizations and minority`training.orgaai.zations..uitbia.the coatzactor's., recruitment,area: :. h'.;`,The contractor shall make specific:.efforts to encourage preseaf minority employees to recruit their friends„and relatives 3'.`'The`contractor shall validate all man specifications, selec- tion requirements, tests, etc. Rev. 5/76 -18- i . j 1 Tke=contractor-shall make everyeffort to;promote-.after school" S",mer=and vacation employment .to.minority;you th ,: ,,., ' k. The contractor shall develop on-the-job training opportun- hies and`partidpate`:and assist in.any,association:,or,.employer-group training=program§,,reievant to"-the-coutractor!:s employee_-Reeds consistent ., with its obligations ender this Part I1:: 1: The°;contractor shall continually inventory and-;evaluate all minority-personnel for'promofion.opportunities and,:encourage minority;em ployees'-fo�1 ieak'sucti opportunities. 1 'Tbe?contractor shall`-make.sure that%seniority practices,.job classifications;'-etc:; do•not-have a discriminatory.,effect '.,U r The contractor shall make certain that all facilities and y company'activities''are non-segragated. - o The contractor shall,continually-monitor-.all-personnel ac- 5 vities toy;ensure that his EW policy'is being carried out., P. 'The contractor shall solicit bids for subcontracts from available"minority=subcontractors-engaged in the trades,.covered by these Bid Conditions,,including`circulation:of minority. contractor-'assoeiatioa 3: Coatiictors'and Subcontractors:Deemed to be•Bound bv:Part II In the event's contractor=or subcontractor, uao;is.at the time�af-bidding_ elisibli-tioder'�Part I of=these-Bid-Conditions; is..no::longer,participating, z` iuu ap,affirmstive actio;plan acceptable to.the:,Director;of;,the,Offiee of FedeiaftContiil t Complianceincluding-the;Contra.Costa•,Plan, be,shail,be deemed to be committed to Part 11 of these Bid Conditions. Furth ez,wvhen- ever Ia contractor,or subcontractor, who at the time of bidding is eligible under`Part`I1-of -Bid'Conditicns;°uses trades notacontemplated at ' the''time be`submits='his'bid;'be-4 shall:be committed.to,Part I jor,those,, , trades: WEienever a contractor or subcontractor,'is:deemed to be•.committed•'- to Part II"''of'those Bid,Conditions 'he'.sball.be.rcoasidered•tQ,be cammitied to a manpower utilization goal of the minimum percentage range for that triLde"`far the appropriate-year." 4. Subsequent`SiRnatorv'to-the Contra Costa Plan..,Any,contractor., or subcontractor'subject-to the requirements of this;Part U.for any trade' at the time of the submission of his bid who together with Che-labor oi- ganit"ton with whom it has a collective bargaining agreement subsequently becomes a si,gaatory to' the Contra Costa Plan,-either:individually,or through, an associtation; may meet:its requirements-under these:Bid.Conditions,for such trade, if such contractor or subcontractor executes and-submi.ts'a new` ciiiification comiitting himself to Part I of.these Bid Conditions. No contractor or subcontractor shall be deemed to,be subject ,to,,the:.require ` ments of Part I until such certification is executed and submitted. Rev. 5/76 -19- 1 l � 5, :Non-discrimination.'­In.no event may..;i! contractor or subcontractor utilize the goals, timetables or affirmative action;steps`required by this Part II in such a manner as to cause or result in discrimination against any-person on account of race, color, religion, sex;or national origin. Part ZII_ Certifications. A. Bidders'. Certification. A.bidder will not;be,:ehgible for award of a contract under this,Invitation for Bids un-. less such bidder has submitted as a part of its bid the oll. ng 'certifi- " cation, whish Tell be deemed a part-of the-resulting contract -- - BIDDERS' CERTIFICATION certifies. that: Bidder 1. �it�intends toemploy�the following listedconstruetioa trades 3a its work_under the contract .,_. .,._ ..,a._,.,•....and .....__ . 2.,,`(a) ,as.to those trades set forth in the prece'ding,paragraph,one,., bereofforuhich it is.eligible under Part I of these Bid'Coaditions for participationcin. the Contra Costa Plan, it will comply with the Contra' Costa;Plan,;on this.and•.all_future-construction work.`,id Contra Costa County within the•scope, of coverage of that Plan, thane trades being _.�...and/or •;(b) as to those trades for which it is required bq these Bid Conditions to,comply with Part II of these BidConditions,,it adopts the minimum minority manpower utilization goals and *the specific affir- mative'action steps contained in said Part II, on this and all future construction cork in Contra Costa.County subject to-these Bid Conditions, ' those trades being and. 3 .,it will obtain from each,of its subcontractors and submit to the; contraetingror:administering;agency prior to, the a..:ard of_any subcontract'; under;this':coatract the subcontractor„certification„required bil se Bid” Conditions._...: (Signature of authorized.representative"of, bidder) B, ',.:contractors' Certifications. Prior to. theaward of,any subcontract under this.Znvitation for Bids, regardless of tier, tbe'prospectiye sub contractor must execute and submit to the Prime Contractor the following '_ certification, which will be deemed a part of the resulting subcontract:' . Rev. 5/76 -20- `S ddi4 RACTORS' CnE=ICATION ., certifies--that. '.'(Subcontractor) - :1 1: it,in`tends fo employ the-following listed-construction tradesin its work under-the'subcontract r 2. (a) as to those trades>ser'forth"in the=preceding paragrapfi one hereof for which itis eligible under Part I of these Bid'Conditions for e participation in the'Contra* it.,vill.comPly_,Witb,the.Contra. Costa Plan on.this and all future constm ction-work' in'Contra Costa.Connty subject to these Bid`Conditions, those trades being: _..... __ kw., .w...... _ ,_.and/or (b) as to those trades for which it is required by these Bid Conditions to comply sjith Part II of-tbese Bid'Conditiois `it adoptsx•the;: .minimum, `au.noiity maapo er ut lazati'on gcials_and*the specific-affirmative. >.t Action,stegsheontained In,sal. Past IT on^this=wad`all future-mnstiuctioa vozk'in`Coatra'Costa County subject to these Bid Condition�,those trades"being:' .. . . •3 _it will obtain from each of its subcontractors prior to . ,the-award r of any sub .,contract under this subcontract thi subcontractor`certificatiour 'required by these Bid'Conditicns: (Signature of.authorised.:representative of bidder). In-order-,to-ensure-that the.said subcontractors' certification be comes a part of all,subcontracts under the prime contract, no subcontract shail.,_be executed until azs authorized representative'of the Contra Costa.,• County::' Pubtic Works Department"2ias`deteiinined,•in writing,` the-1 :>• ; aaid certifYcatioa has`,been 3naorporated°ia.such subcontract;:=regardless:, -of tier. Aqy subcontract ezecnted without each yrritten approval:ahall.-.>; , be voided. C. Materiality and--Responsiveness.,_The certifications_.required_to be made by the bidder pursuant to'these'Bid.'Conditions'is material and will govern rh!bidder's performance on the,project and will be made apart :.,f his'14_ ,`Failur`e,to"submit the%certification will:sender_the`bid nonresponsive ' Rev. 5/76 -21- � l Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors regardless of tier) as to their respective, obligations under Parts l and li hereof (:,; applicable). The bidder,.contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal:•:opportuni:ty-clause including suspension, terminatIon'and"cancellation: of existing:`subcontracts=as may be imposed or ordered by'the`Conteh�Costa-County " Public Works Department. Any bidder, or contractor or subcontractor whd'shall' fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with ahese ilid Conditions. Violation of any substantial requirement in the Contra-Costa Plan:=by a `•' contractor or subcontractor covered by Part I of these Bid Conditions including the failure-of«such'contractor or'subcontractor, to make a�good.faith''-effort to_ meet lts fair!rshare.of the trade's=:goals of'minor ity-_manpower7utiIIzit ion, or °' of`then.requirements`of Part°11-hereof.:by.a contractor'or�subcontractor'who"ir:=' covered;by,Part 11 shall-be-deemed to-be in noncomplianceby-such contractor, '',- •_ subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds ofcimposition=iofc'the sanctions and'penaities pr6vided�>herein,�7- The�Contra:Costa County'Public•Works•.Department shall'review•its-contractors'` and subcontractors'- employment practices'during-the performance of iiie?contract In regard to�'P,artr;ll. of these conditions •if°the:contractor-or'subcontractor meets its goals or if. the contractor or subcontractor cao'demoniirate�that 'it:has• made every good faith effort to meet those goals, the contractor or,subcontractor shall:.beepresumed:to'be,in:compliance with these Bid Conditions-aniUrid formal sanctions or,proceedings leading toward sanctions,shall:be_instituted-unlessLthe - agency otherwise determines that the contractor or subcontractor is not,providing 4qual employment opportunities. In Judging whether a-contractor or subcontractor has met its goals-, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority. manpower utilization'of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements-of these Bid Conditions, the''agency shall take such action and impose such sanctions as may be appropriate°:including, but not limited to: 1. Withholding of payments to the contractor under the contract until the contractorcomplies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, ,the contractor may be declared'ineligible for'further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the.agency proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to-come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by Instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of°" such formal proceedings shall be taken into consideration by Contra Costa County Rev. 5/76 -22- iI , in determining whether puch-contractor;ossubcontractor can comply:with-sthe , requirements,containedAherei.n and,is:therefore a !'responsible prospective ` ',^ contractor a v it ahall"be'no'excuse that the union with which the contractor has a- .. q collective bargaining providing the exclusive referral failed to refer minority employees -- ,7 hesprocedures">set forth:in:these.'conditions shall.-,not.`apply to:any contract-;when�the;contra,,.eosta�County-lPublic,Works::Department-determinesithat t^' such cogtraci is essent alto:-the national,,security^and:that�fits awardtwithout o following-such procedures is necessary,=to the national security ; t u` d Contractors,agd„subcontractorscmust keepsuch records.and feietsuch .. _,• reports relating�.to the provisions of these Bid Conditions..as shall be required 'Sbmittal ofCLTRby the.Contra.Costa„County_'PublicWorks-Department = ANS--form HC-7,7FEDERAI-AI;D:HIGHWAY,CONSTRUCTION,COt1TRACTORS.,EEO':REPORT.or.optional>formt- I'•� 66, MONTHLY MANPOWER UTILIZATION REPORT will be required monthly. :Additional forms,or_,;,reports that:-,mayhe,•requiredmill s'be-presented at arpre-constructions” conference to>besheld prior to the.-.start-6fworkiq ^t For the information:of bidders, a,copy of'sthe.Contra Costa P.lan`ma rbe +z obtained from Contra.Costa;County%Public Works::Department vi sr _S- 4 _ 73 1 4 ^ 9 L df -�.•`i• ,a v o3 Rev. 5/76 ..2 —23- DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: Whenever the following terms, pronouns in-place of them;- or initials of organizations appear in the contract documents, they shall have the fallowing meaning: Addendum A document issued by the;County_during the bidding period—which modifies, supersedes, or supplements" the original contract documents. Affkwtive Action Ma awes Utilizition'Re ort �writtendocument` ai y wee p, or monthly) prepared by the contractor for submission to the'County which reports the total number of employees, the•total;.number of min- ority employees,; anis the present minority imsntiaurs of,total_man- hours worked on the project: - &Ueement - The written document of'agreement,,exe cuted by 'the County and`the Contractor: Architect_ar Ern ineer - Shall mean the architect', engineer, inividua or co-partnership, emploped by:the County. of'Contra,Costa;. as'designated on° the.titles eet`o€, these,,speci ficatioas` -When`Contra;Costa County is`des£gnated'as_the','Engineer, Engineer i3ha11 mean the Public Works Director,j or his;'auttro razed representative, Bidder - Any individual, ,partnership, corporation, "associatio;i o t venture, or.any;combination-•theieof,:submitting a proposal-'for_the work; .acting`directly,;_or xhrough.,a:duly;'ai tlior- ized-representative._ d of the Count Viii all matter -pertaining- Shall t eaaontrioho w elected or 'appointed off�c�ls_wI'io.const rule- such a.Board;-who will act,for y_. Ch�sie"e� Order - Is any change iia. cciatract..;time or price and any change in contract'documents not covered'by subcontractors P. .ro_�ie_c_t.. Inspector, Construction S�u e�rvisos r In ector, or Clerk of the-Works-- shall mean tTie Mthorze-£ c,-agent ro..t e... Zounty ate`site o `the work. ` Contract - 'The contract is comprised of-thel-contract documents. Contract Documents - . 'she contract-documents include the agreement;- notice to contractors, instructions "to-bidders,"" proposal., ,plans., general conditions,, specifications, contract bonds, addenda;; change ordersand supplementary-agreements. , - . Rev 5/76 24- F-1 I � � i DIVISION F. GENERAL CONDITIONS SECTION 1_. Definitions: (continued), Contractor - The individualpartnership; corporation, association, o t venture, or any combination,there, of, who has entered 'into a contract with the County. - C��ountyv - Shall mean the County of- Contra`Costa, a political subdivision of .the.State. of California and party of the first part; "oris duly authorizedagent acting within the scope of their"authority Field Order - Is an instruction given during the course ofthe work. See Section 16B)., General Notes - The,written. instractions, provisions, conditions; or~'other requirements',appearing on-the;drawings,< and so identified thereon, which pertain to the performance of the work. Plans The"official drawings including plans, ele patrons; `sections, "detail drawings, diagrams, ;general notes„ in formation,_and,schedules.thereon;_or exact reproductions t'h'ereof; adopted and approved'by the County showing the location, character, dimension, and details of the work. 5 S ecificat ns - The instructions, rovisions, condi- tions and deta a requ remeata;'pertaining to the methods and man- ner of`performiag''the`work, 'or to the"quallities' and,;quanfities of work to be furnished and installed under this"'contract'. ' '- Subcont'rac'tor - 'An individual, partnership, corporation association, o nt venturp- or any,combination"`thereof, Wto�,con= tracts with therContractor to perform-work or labor-or render service in or about the work.. The term subcontractors shall not include those who-supply'materials_only. - A, Superintendent -,The..representative.of..the Contractor who'-shall;b,Superintendent,- ,present_aC Tie rrork::site-,at--all,times during-perform ance of the work,--'SU6h'Superintendent shall-l--at-'all-'.:times--,be fully authorized to receive and act upon instructions for­tfie'Arcfiitect ,or hisauthorizedagents and ,to.,execute and direct_.the work on be- -half of the Contractor: Su lementa .Agreement -..A,written.agreement providing for alteration; aaen ment,, or extension'of the-;contract worK.- The`furnishing_and.installing of Nall labor, materials, ar'tU1es; supplies, and-equipment as specified; 'de3, nated, or required by the contract. Rev. 5/76 -25- _ n i ii DIVISION F. GENERAL CONDITIONS (continued) SECTION 2. Governing Laws-and Regulations. - A. The Contractor. shallkeep informed of-and '• observe, and comply with and cause all of his agents and em- ployees to observe:and comply-with all prevailing'Federal and State-laws',,.-local°ordinances, and rules and regulitioas `made ": pursuantsto said laws. which° in any way affect the coinduct'of the work of-this contract. B. Allworkand materials shall be,.in'full-accord- ance with the latest rules and regulations of'the Uniform' `" Building Code, the State Fire Marshal, the Safety-Orders.o£ the Divisim:,of,;-Industrial Safety, `the'National`Electiic'Code `the Uniform Plumbing Code published by the Western'-Plijmbing Officials Association, and other applicable State laws or regulations.' Nothing in these Plans or Specifications is to be'-construed to permit work not conforming to these Codes. The.Contractor shall keep-copies'of Codes on'job at-all, times during'construation period. C. Excerpts from'Section 6422 of the Labor Code';"f the State of California are included below. 'The'Contractor' shall comp}y fully with this section of the Labor Code as applicable. "No'contract for public works imiolving"an, estimated expendtiure in ezcess`of $25,000:00 for'the excavation'of-any • trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by ,the,Contractor and acceptance by the awarding body or byaregistered•civil or structural engineer, employed,by the awarding body to-whom authority to accept has'been delegated,'in-advance o'f ex- cavation, of a detailed:plan shaving the design-'of;shoring frac- ing,•:sloping,.'or-`other provisions 'to be made•for worker protectiod from the hazard of caving ground during the excavation-`of-such trench or trenches. If such plan varies from the shoring system standards established by the Construction'Safety Orders, ,the_plan shallsbe prepared by a registered civil or structural engineer. "-"Nothing in this section shall be deemed'to.allow`the use of a shoring, sloping, or protective system less"effective than that required by the Construction Safety Orders of the Division of Industrial='Safety. . -"Nothing-in this section shall be'-construed to impose tort liability on the awarding body or any of its employees.' "The terms 'public works' and- '-awarding body', as used in this section shall have the same meaning as in Labor,Code Sec- tions 1720=and:1722 respectively." Rev. `5/76 -26- n i t . a DIVISION F. GENERAL CONDITIONS (continued) SECTION 3.. _Patents and Royalties:; A The ,Contractor shall provide and.pay,for;all licenses and',royalties .necessary,lor: the: legal-use,and',operation!, oE,any of:'the equipment,.or ,specialties,used: the;work: Certificates ' shosding the-payment of-any-such"licenses;or.royaltes,'•;and per- wits for .the use of any patented or copyrighted devices shall be.secured,and :paid for by r the-.Contracto ,and--delivered to the County on`cs Ietion.of the work, if required.-_- SECTION 4 Cont'ractor's Resvonsibility for Work and.Public`ctr Utilities: ; A The`Aork: IIntil'.the formal acceptanceof the;work,by thes -,; . County, the Contractor shall have the'charge and care thereof: and shall bear the risk of injury or damage to any part of the work„by,the,action of the elements or from any other cause ex- cept,as provided-,3n Sectioa`,23.. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good:all,,such,,damages:;to any portion of .the work`occasioned by any- of such "causes.°before--its.;accept- ance.” B Public IItiZities: , a. The''Contractor shall send proper notices, make all necessary;.,arrangements,,and„perform.all_,other;.services required in`tfie.care and maintenance.of- all ,public utilities. ;TheXon- v °tractor s1ia11 assume;all responsibility concerning_same wfor,,which the:Countymay be.liable Enclosing or boxing in, for--;portection of any public utility equipment,,shall-be'done by the Contractor.-_ iTpon"comple- tion of the work, the Contractor shall remove all -enclosures, fill .in.all openings>.in.masonry,-grouting the-same watertight, and leave,>in.a.finished condition. c. ` A11 connections to public utilities shall.,ba'.made and maintained in such saintained as not to interfere with the con tinning use .of-same by,the County during the entire progress of the work. SECTION 5.. .Bond.and Insurance: A. Ttie"Contractor to whom ;the.work.is -awarded shall within five (5) working days after being notified enter into a contract with the -owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications 'ehall:fur- nish and- file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- 1lJ DIVISION F. GENERAL C2LT, * i S (cont 'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the Life of this Contract adequate Workmens' Compensation Insurance' for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require Che sub- contractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens ' Compensation statute, or in case there is no applicable Workmens ' Compensation statute, the Contractor shall provide, and shall cause each subcontractor - to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the. term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due -to bodily injury, sickness or disease, or death to any person, and damage .to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. The Contractor shall- submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D. Fire Insurance: Omitted. -28- DIVISION•F. - GENERAL CONDITIONS (continued) SECTION 5.- BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation,, Public Liability, Property Damage Insurance, and Fire Insurance, shall be-filedwith the County and shall be subject to.County approval for adequacy of protection. All certificates shall indicate that-Contra Costa County has been named as an additional insured. These certificates shall contain approvision that.coverage' af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred percent (100x) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper mater- ials or workmanship that may be discovered during that time. G. PAYMENT BOND: One bond shall be in the amount of fifty percent (50x) of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCONTRACTING: A. The Contractor shall be responsiblefor all work per- formed under this contract, and no subcontractor will be recog- nized as ecognized,as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personale attention to the ful- fillment of,this contract and shall keep the work under his control. When any subcontractor fails to prosecute a po rtion of the work in a manner satisfactory to the Architect or Engineer, the Contractor shall`remove. such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. Although the specification sections ofthiscontract may • be arranged according to various trades, or general grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Rev. 5/76 -29- n f { i DIVISION F. GENERAL CONDITIONS (Continued) SECTION 6. Subcontracting (continued) D: Subletting or subcontracting any-portion ofathe work -as 'to which no, subcontractor_;was-designated in::the=original bide; shalL;;be. permitted,only in: case of public<emergency. or,necessity, and.:then only after a.finding reduced to writing.ras,public :rec ord of. the<Awarding authority.setting forth the. factsz constituting such;emergency or necessity. L E. Substitution of Subcontractors:;; ,Contractor-shall,.aot"' substitute any person or subcontractor in place of a subcontractor listed,dn-his .bid proposal without the.written approval of the County. , Substitution of subcontractors must-be. im accordance with the provisions of.the"Subletting :and-Subcontracting.Fair Practices Act",„beginning-with:Section 4100, of the Government Code..: :Violations of this Actby;the Contractor may subject him.:to penalties which. may,include cancellation:of contract, assessment of:10=percent-of the,subcontractor.',s bid, and'disciplinary.action by. the:Contractors' State,License•Board. . SECTION',7. TIMEOF:WORK AND DAMAGES::.: A. The County will.designatethe.starting-day::of;the?con tract on which the Contractor -shall immediately begin and thereafter d1li prosecute the;work to completion._- The-Contractor obli- gates`tiimself to complete, the;work on or°before,;the.date or:':within the`number,of calendar- days,,-,set;forth in;the Proposal (Bid Form) for completion,-,subject only to.such:adjustment-of< time:as may,°be set forth in this article.<or pursuant, to;Section:21.. B. .If. the work is not completed:within the time, required, d e.:will,,be-.sustained by; the:County.- Jt':is and:_will be impract- ce``aad, extremely difficult:to:ascertain_-and:determine the actual damage;:whi6h1the County;.will:'sustain-by reason of:.,such'-delay;� and `it is therefore agreed:,that.the. Contractor,. -will:' the County the suz`of money stipulated per day in the Specifications for each and.every day's delay in finishing the work beyond the time pres _..cribed `: If;the Contractor,fails_ to„pay:such-,.liquidated damages the "County.;_may deduct the-,amount;.thereof,,from any money due-:or that may become=;due-the Contractor under:•the_contract. C „The work shall.be regarded as.completed:uporv)the;,dat e the 'County has accepted the isame in writing. D ,,. Written requests for contract time extensions;:-along with adequate justification,:shall-be submitted-to:'the, County=not`llater than one month following the delay. ' .,-.- -.:,- E. Any money due, or to become due the Contractor, may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the Countyy shall have the right to recover the balance from the Contractor or his sureties. Rev. 5/76 -30- DIVISION F. GENERAL CONDITIONS (continued) SECTION 7. TIM OF WORK AND RUJQ�S: (contineed) -.F.:."Should ,the.County, for any.cause, authorize a sus pension of-work `.the. time,of such suspension will be' added' to the time allowed--for:completion. Suspension of work by:'order of the County'.-shall-not be deemed a,waiver of the-claim or the County ;for:damages:for. non-completion of the work after the adjusted time as.required above. SECTION 8:� PROGRESS-- SCHEDULE: Prior to:beginning.work: the Contractor sha11' submit ` to the:County.:.a..practicable-progress schedule of, on ;-' a chart -form-approved:by- the:County:' The schedule 'of operations= shall show,-,the :order in which .the Contractor proposes to"•`carry out:.the work; the dates on which he will start each_maj;o-r,'sub- division,of;.the work, and the contemplated datesof completion ' `' of such, subdivision., When required by--the:County,'';The!;contracto.r shall submit`.an.adjusted progress schedule on`the;approvedI form` to reflect.changed conditions. (Normally a new schedule_will_be requested'when schedule is more than..fhirty:;(3Q)..-<,'days in:error: SECTION 9.' :>TEMPORARY-UTILITIESAND'FACILITIES: - ,,. -A.. ". All-,vater used on the work will be furnished ind,paid for=by the'Contractor -'The Contractor shall furnish the necessary temporary,,pipiug:from;the`distribution point to the points on the site:-where:-water...is,necessary to,carry'=on the:work-and'upon•com a pletion of.thei.work shall remove all temporary piping: B.= The Contractor, 'at his own cost., shall furnish;and in- stall;all,meters;all.electric light and"•power equipment "d,- ...all gas meters,sgas.equipment. and-piping,that•.is'necessary toper- form-hisnwork.:and­shall remove the-sea►e-upon the completion"of"the work. The Contractor-shall-pay for 411: power,''light 'and gas used In'-the-construction-work. C.: The--Contractor.,sholl furnish, 'wire for install and'imiin- taia aemporary':_nlectxic lisht'wherever3t is necessary to,=pravde illumination for the-proper,performaince and/or'inspection•-of the ' work. The lighting shall provide sufficient illumination and shall bec=so=:placed:and:.distributed that:-these !Secifications can-be easily read.in every place where,said,'work„_is�being?performed. =-_This t porary lighting equipment may be moved about but shall be maintained throughout=-the work, available-.for the use'of-the-;Engineer; Project Inspector,;or:any,other authorized-representative of 'the County `! whenever required for inspection. Rev. 5/76 -31- - DIVISION F. GENERAL CONDITIQNS (Continued), SECTION 9., TEMPORARY UTILITIES AND FACILITIES,•(Continued).'- D The Contractor shall provide, and.maintain for the duiation'o£ 'the work,_.temporary toiletfacilities,for the.work A - men, These facilities shall be of an' 'approved type conforming to the requirements of the.County Health Department,�An.d shall be weathertight structures with raised.floors. ,S,tructuresare ; ;,: to have adequate light and ventilation and`door equipped with; latch or lock. Contractor shall service such facilities daily, maintaining,same in a clean and sanitary,condi.tion.; Portion of site 'occupied by toilet facilities shall*bt graded and cleaned occupied. removal of'facilities when.sa.'ordered.and/or.. ,^ upon completion of work: ; E. The County:will LaY:directly to-.the utility; companies connection fees, ,'annexa on fees, permit. -fees,;acreage fees, and::. al1.other fees required:by the_:utility companies,•;and associated_ . with the"permanent_utility.services..�. If-additional-£eesrassocict-- ated with the temporary services are required they:wilL.be,paid,: by tfie''Cbntractor. -"The-.County will.'not.. a ,for water, ,gas, ,tele phone and electricity consumed.on.the.pro ect,until after the County makes written request to the utility companies that bil- lings be,sent to.the County. (Normally the County..will:make these;;requests :after ,the;project is,accepted as complete.) F ...See Special Conditions for Variations ao ahe above requirements SECTION 10.: . PERMITS _ " A The Contractor shall make application for all permits,., that-are required for the performance-of-his work.by all laws, ordinances,,rules, ,regulations, -.ar.orders,,_of,,any body;;lawfully empowered to or. issue the.same-and having jurisdiction, and shall`'kive all' notice's necessary in'connection therewith.. ,,The. Contractor is not required to pay any charges associated with per- mits. . .(it ,is not the. present-policy-of the;Caunty to pay fees to the.lncoiporated cities for-"permits.), SECTION Il. ' CONDUCT OF WORK: A. The Contractor shall' observe that the County 'reserves the right to do other work in:connection with the�prpject by;;Con-; tract or otherwise, and he`shall'at-all 'times conduct""his`work.'sa"" as to impose no hardship_on the County or,others;engaged:in-the work: ,,;He -shall adjust correct and coordinate,his work with the . _ work of others so that 'no discrepancies shall„result+ in the:whole. ; work, B: ,The,,Contractor shall Provide an adequate;work; -force,.; materials 'of-proper quality, and,equi�ent;;to:.properly carry on. the-work'and,to insure:completion; o€_each part: .in:accordance_with,..: `his schedule'aird with the. time agreed. Rev. 5/76 -32- f � DIVISION F. GENERAL-CONDITIONS (Continued) - SECTION 11. CONDUCT OF WORK: C. The.Contractor_-shall personallysuperintend' the,46rk-and shall maintain a competent superintendent or foreman at-all times until t1w job is ;accepted by the County. This' superinte�ent" shall be empowered 'to"act in altmatters pertaining to' the,work:. ' D. Daily' -Manpower Reports shall'be signed`by• the Contractor; or his Superintendent,"and submitted;" weekly.; E ';'Unless otherwisesspecifiedthe Contractor shall clear. all obstruction's and prepare the site'ready: for the con`structi'on.,. He shall'>verify`dimensionsand scale of plot.plans,-;.and.-shall check all dimensions, levels, and construction. F. ,:'Where work of'one trade joins, or is on other.;work, r., . there shall be•no7discrepancy or incomplete,`pportion'iw en the, total project,is complete. In engaging one:kindof work with .. another, ,marring-or damaging same`will`not-be`permitted ♦.Should. improper'woik•'of•`any trade=be covered by.another'which`,.- exults"in; damage,-or,;defects, :the whole work''affected:'shall'be:made,,;good;.by the Contractor without'expense. to-the"County. G. . Thi�Contractor shall anticipate the relations `of'the various trades-';to.progress of the work and''shall-see`thdt''iegiiired anchorage or`blocking is furnished and set at.proper times.: An- chorage,and blocking for-each trade shall be &=part`of same, ex- cept vhere stated otherwise. •' H. Proper facilities shall be provided`at all times-for access of the County representatives to conveniently examine and inspect-;the"work. - :I. at Contractor's option shall'be`maintained .. during tfie progress of the work as required, at the expense` of'the Contractor J. `If anysubcontractor or person employed by the Contractor shall appear to the Engineer to bt e incompetent or"to- act"in a-dis orderly or improper manner, he shall be discharged"immediately; on the written request of the Engineer/Architect) and"such person," shall not again be, employed on the.work.. ECTION 12., ;RESPONSIBILITY -FOR- SITE CONDITIONSt The following shall constitute`'exceptions, 'and the sole:` exceptions; -to' he':"responsibility'of" the Contractor set"forth in Section 4`, in .the'•Instructions 'to'Bidders: A. If during the course of the,work the Contractor encount- ers active utilityInstallations which are not shown'or,indicated. in the plans orcin the specifications, or which are found in"a " locltion:substantially different from that shown, 'and such utilities are not reasonablyapparent from'iisual examination, then he" sha1T = Rev. 5/76 -33 DIVISION F. -GENERAL CONDITIONS (Continued) , ,SECTION 12. RESPONSIBILITY FOR SITE (continued) promptly notify the County:in writing. Where nece' ssaryfor the work`of she contract, the Countyy, shall"-issue a written order t6' the Contractor to make such adjustment; rearrangement, repair, removal, alteration, or special handling of such utility; including repair of the damaged utility.. For the.purposes .of the foregoing,.','active". shall.,mean other, than abandoned, and "utility, installations!_'shall include the. - Steam,. petroleum products,,air, ;chemical, water, ; sewer,;storm water, gas, electric, and' telephoae pipe;line`s, or. conduits. The Contractor shall perform-the workdescribed in, such, written order and compensation therefor will be made`"iti :accord-" ance.-with.,Section,21, relating to changes.in .the:work.,, Except for the items of cost specified in such.Sections;;the.Contractor, . shall. receiv'e.no compensation for any other cost,..damage �or' delay to:him.due to the.-presence of.such-utility.;.If;the.Contractor,. . fails-,to give the notice specified above and..thereafter,:a6t"1 with= out-instructions,from the County,, then.he.sha.IL be liable for-any or all damage to.such utilities or:,other.vork,of; the ,contracE,_which azisei:ifrom his:operations;subsequent.,to,discovery,the'reof,, he shall repair and make good such damage,at;his•,cwn:.,cost,; B. If :the contract requires excavation or;,other Work to a stated limit of_eacavation beneath"the'surface; and"'if during-the" *:course,:of the work the County.orders a:change:_of;;dep.th-or dimen- sions--of:such subsurface iwork due-to;- discovery;of;:unsuitable,:- bearing r_meterial:_or for:any.other,cause, then:adjustment,to, con i,tract:pprice for:such ,change..will be made in accordance-with..Sec- tion 21. 'Except for the items of cost specified therein,,,the,Con tractor shall receive no compensation for any other cost,- damage, or--delay,-to him:due to;the-presence-of such-unsuitable":bearing material,or.other obstruction. SECTION 13. , INSPECTION: A.., The Contractor shall at all.times,permit-the, County.and. their:authorized_,agents to visit and inspect,Che work or, any part thereof:and ,the.shops,where-work is in,preparation_ ,-,.This obli lgotion shall include maintaining proper facilities and safe-'.access for such inspection. Where the contract requires work to be tested, it shall-not be covered up.until inspected.and.approved by the County, and the Contractor shall be solely responsible for notify- ing the County where and when such work is in readiness for"inspec- tion and testing. Should any;such work be covered,without such test and approval, it shall be uncovered attheContractor's ex- pense. - B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday,,he shallgive,,notice to • the County „_ ,ach intention at least two_woiking days prior to performing such work, or such other'pe=iod a's may be speci- fied, so .that the County may make.necessary.arrangements. Rev. 5/76 -34- • DIVISION F. GENERAL CONDITIONS (Continued) - SECTION 13. INSPECTION: (Continued) C. The .inspection of the-work`or•materisls-shall-not relieve the Contractor of any .of. his-obligations to,fulfill; . his contract.as prescribed. Work-and materials not meeting such requirements shall be made good and unsuitable work or . materials`.may be`rejected, ,notwithstanding'that such work or materials•.,have been previously inspected or,that`paymene" has been;'made SECTION 14. REJECTIONS OF MATERIALS: - A.' The Contractor shall promptly remove from the premises all materials condemned by the County as failing' to=-conform` to' the Contract, `whether incorporated-in the work- or not, and the Contractor-shill'promptly replace And'reexecute his'own•work in accordance with 'the Contract and without expense to the Courity and shall bear the expense of making good all work of other Contractors •destroyed'or damaged by such removal. ` B,;'-':If the Contractor=does'not remove such condemned work' and materials within'reasonable time, fixed by written} notice, ' the County;may�remove' them and ma store-the materials_at-the expense•-of the'Contractor. °-If the Contractor does not pa the expenses` of'such'removal within ten (10) days -thereafter:, the. County may upon. ten'(10) days written'notice _sell,such!materials• at`-auctiori•or"at' private sale'and shall account for theinet pro ceeds thereof after<deducting'all-costs and expenses that- should:: have been borne"by'the Contractor. SECTION 15. INTERPRETATION OF CONTRACT REQUIREMENTS: .. At Correlation: The contract documents shall be interpreted as being complementary inrequiringa complete work ready"for. use and occupancy or'; if not to'be-occupied, operation. Any require-` mens occurring•=in'any one of the documents is as binding astthrough occurring-in-a1T. ' " ' :; B. ''Conflicts in the Contract Documents: ' In the event of conflict in the contract documents, the priorities "stated '3n sub- divisions 1, 2, 3, and 4 below shall govern: 1. Addenda shall govern aver all other contract doucments,' except��the County s Standard Form Agreement unless it is'specifically indicated.that such addenda shall pprevail - Subsequent aadenda 'shal1 govern over prior addenda only'to' the;extent specified, ., 2 'case of conflict between plans and specifi- cations, the specifications shall govern. 3. --Conflict within the Plans: a. Schedules, when identified as such, shall govern aver, all other portions of the plans. b. ;;Specific Notes, shallgovern ever`all other nates 'and .all other portions of the plans. c. 'Larger scale drawings shall govern over smaller scale drawings. -35- Rev 5/76 • Ei DIVISION p. GENERAL CONDITIONS (Const.) SECTION 15, INTERPRETATION OF CONTRACT REQUIREMENTS: (Conft.) ' , 4, Conflicts within the,.Specificationst,. <' 'a.'' The "General:Conditions of the ;Contract",..shall govern over all sections.of the specifications.:except_for, specific modificationsthereto that;may.be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as . to any minor detail of a required construction system or with regard to the manner-of combining:or :installing of parts, materials,;or equipment, but there exists am accepted trade standard-for good and workmanlike constructton..,such detail°shall be-deemed to have-been impliedly required by,the contract documents'.in accordance with such,standard. "Minor detail" shall include the concept of substantially identical components, where the price of each such component is small even though the aggregate cost or importance l s substantial; and:shall include a„ single component which is incidental;even though its cost or"importance"'may " be substantial. ' = quality The= --=�_ q y and quantity of the parts.or,,mater.ial so.supplied , shall conform•to trade standards-and be compatible wl.th the type,.composition,,,. strength;=•size,:-and profile-.of. the,parts_or.materials othervise.set:forth,;In, the contract documents. SECTION'16: � CLARIFICATIONS AND ADDITIONAL INSTRUCTION:. A.- -Notification by Contractor: .Should;ahe„Contractor discover-,- any conflicts, omisstons.=or:errors:in,the.contract:documents,or,have,any „ quest ton'concerning,interpretation•.-or clarif icat ion,of.the.contract documents, ; . or if it appears to him that the work to be done or any:matters,relitive- there to are not sufficiently detailed or explained in the contract documents, then. beforeproceeding`with--the work„affected; he shall_ mmediately-notify the County-in-writing:'through.the.Construction:Supervisor,,and:request interprets-.., tion;'clarif cation:or furnishing,cf:additional detailed. instructions,concerning -.the work; 'All.such:questions:shall be resolved.,.and. instructions-to the Contractor,issued1within a”reasonable time by:the,County,.whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage, defect or added cost, S. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various, phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. C. Change Orders: See Section 21, this Division. Rev.12/72 —36— i ri k DIVISION F. GENERAL CONDITIONS (Con's.) SECTION 17. PRODUCT AND'REPERENCE STANDARDS: A. `-Product Designation: , When`descriptive`catalogue designations, including'-manufacturer's'nam;_product brand name, or model number=are.:referred.> to in the contract'documents, such designations shall becoasidered:as,.being;; r: those found in industry publications of current issue at date of first invitation to bid. B:`"`Reference Standards: When standards of the,Federai4Government, trade s6cieeies''ar`=trade associations are referred to.in the contract documents. by specific' date ofissue',°these`shallbe considered a part ofcthis; contract., When such references do not bear a date of issue, the currentpublished=edition. at date of first invitation to bid shall be considered as part of this contract. SECTION 1S MATERIALS~:;:ARTICLES. AND ERUT.PM£NT: A. .Material shall be new and of quality specified. ;When�:not,,. particularly specified, material shall be the best of its class or kind. The Contractor shitllji�"•if" equiredj, submit satisfactory,evidence as -to the kind and' quality of material. 1iice yfitness'and quality-beiug:.equal,,preference shall be iiven'to"products made-in=California, in accordance with_Section _4380 et seq., of the Government Code, State of California.; B. `Mechanical equipment, fixtures and material shall be-delivered in original shipping crates to the job site and the County shall be notifi"ed '' of'-the receipt oVauch-equipment, fixtures and material before uncrating. The County gill' whencdesired}=inspect-such'equipment, fixtures:orimaterial to determine my damsge'or'-deviation from-that specified: . Items:damaged:;during ., : delivery shill°be>rejected. •C: ` Siheiever the-name or brand:,of a-:manufacturer's,article„is specified herein ',it-ie'used as-a:measure'-of quality'andnutility,.ov a,.-standard.-,t if the"Contiractor�desi-ies--to use any,other:brand;or-manufacture-of:,equal!quatity and utility-to that specified 'he"shill-Imake application to,,the County in-writing for any proposed substitutions.',-Such application.-shall beiaccompanied;by_. _ evidence satisfactory, to the County that the material or:process 4s equal to Rev. 12172 —37-- i it Ii I DIVISION F. GENERAL C('NDITIONS (Con't.) SgCTICN 18, MATERIALS, ARTICLES, AND.EQUIPMENT:- (Coni.) , that specified. 3equestfor-substitution shall- be made In ample time! for the County-Is consideration as no,delay or extra time;will be allowed'; n' account. thereof.; . vidence,furnished. to the County bythe Contractor-shall_ consis_t'of _. _ , adequatesize samples of,materia2, testing laboratory reports on miterial'"or process,,manufacturer's_specification data, .,field reports on prod`uctIs''approval" and use.by.other public;agencies, material: costs., and. installation'costs and maintenance provisions and experience or ,other data as required by the County The County's decision concerning the refusal or acceptance of p'roposed`.qubstituCe' for that specified shall .be acceptedas final. Requestx for substitution will •only,be considered when offered by the:Contractor with the 'reason. for substitution. railure to submit competent evidence as required and requested by; County`shall', becconsidered groundsfor refusalofsubstitution. . The. Contractor shall,Include n notice .of change in contract prices,, if substitution .is,approved._ D. All materials shall be delivered so as to insure a speedy and'uninterrupted progress: of: the work. Same, shall.,be stored..;so as to cause no obstruction, and so as to prevent,overloading.of;;any portion of, structure,,, and the Contractor shall.be entirely responsible for:_damage.,or loss by weather_; or other cause. E.. Within fifteen MY days after the sistninR of, the Contract, the Contractor shall submit for approval to the.County a-complete list of all . materials it is proposed to use under this Contract,. whichdiff.er; In any respect from materials specified. This list shall include all materials which are Proposed by:the,subcontractors as,well,.as�by himself>.for use, in work of his. Contracr and--which are not. specifically:mentaoned in;.the Specif.ications,_, _ _This list must.also,include.,the figures, received. by the Contractor in bid form for the material. or, materials which are submitted for approvah or substitution, ,together with the•,figures,l 61d Eorm:of. the specified material or,materials. for which substitutions.are..proposed'..., In case a substitute; Is offend and accepted as approved equal to materials specified, t_he. cost of which is less than the cost of the material or equipment .specified, then a credit shall:be.:taken for the difference between the-two costs In order that the County shall"obtain whatever benefits may be derived..from the substitution.,,,,Failure , . to propose.the substitution`of any article within thirty-five (35),,days-after ,_ the signing of the Contract may be deemed sufficient cause for the denial 'of request for substitution. SECTION 19 SHOP DRAWINGSc DESCRIPTIVE DATA. SAMPLES, ALTERNATIVES: A. The Contractor shall submity, so as to promptly to the Count cause no delay in the work, all shop drawings, descriptive data and samples for the various trades as required-by,the specifications,,and.offers of alter- • natives,= if any. Such submittals shall be-checked and coordinated by the Contractor with the work of other. trades, Involved before they are submitted'to the ,County.for examination. Rev. 12/72 -3�- r DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA. SAMPLES, ALTERNATIVES: "(Coa't.) B., The Contractor shall submitto the County shop or diagram drawings _ in the number of copies as required in submittal schedule,,or five (5) copiesif no schedule is`included in these documents.' The drawings-shall ahoy completely the work to be':don e; any error or omission 'shall be made goodby the•Contractor at his own expense, even though the'work be installed before'same becomes apparent; as approval by the"Count y;covers general, layout`only.' Fabrication; details and inspection shall conform to approved Contract Drawings: .,C. Descriptive' Data: 'Submit sets of manufacturer's brochures or other, data required by the apecificati.ons in the number of copies as required-in submittal schedule; or five (5) ;copies if no schedule is included in these documents.; The County will examine such submittals, noting thereon corrections, and return-three- copies with a letter 'of transmittal indicating actions taken by the County or required of the Contractor. D. ' ''Samples: Submit samples of articles, materials ar. equipment as required by the specifications." The work shall be in accordance with,;:the approval of the`samplea:� Samples shall' be removed from County,property-when . directed. -SsapIss not'.•rexoved by_.the ,Contractor,_at the County's option, will become the property,-of the:.County or_.vill be-removed or_diaposed-of:b the County at Contractor's expense. E• Alternatives: 'For"convenience in designation om the plans or in the spec ifieations, certain materials,: articles, or equipments"may,be: . -, designated by s brand or trade name or the name of the manufacturer together with catalog designation or`oth*r ddentifying information,• hereinafter referred to generica , y`a9, 'designated by brand'name„. An alternative material', article.., or equipment whiCh-Ls`of-4qual` quality and of the required characteristics for the 'purpose intended may be proposed for use provided the Contractor complies Frith, the following"-' I requrements: 1. "The Contractor shall submit his proposal for an alternative: In writing within the-time limit designated In the apecificattons..;or,Jf::hot designated, then within &'period which will cause'no delay'in the-work, 2. No such proposal will be considered unless accompanied by complete information, and descriptive data, necessary to determine the equality of the offered:materials,= articles.-or.'equipment.. •Samples shall beprovided when requested by the County. The Contractor shall note that the burden 'of proof as to the comparative quality or suitability of the offered materials,-articles,' or equip went'shall be'upon the`Contractor. The County shall be the"sole'judge'as' to , such matters. In the event that the County rejects the use oUsuch alternative materials, articles, or equipment, then one of the particular products designated by brand name shell be furnished. Rev. x.2/`72 _39_ it i DTVISION'F, GENERAL CCNDITICNS (Con't.) SEMUN 19, S9uP DRAWINGS DESCRIPTIVE DATA SAMPLES ,-ALT ERiYATIVESs;(Con-t ) The County will examine, with reasonable=promptness, such `- submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and 'alternatives from the contract plans and specifications, nor shall it relieve him from responsibility for errors in the submittals. A failure by the Contractor:to..identify in his letter.of transmittal material deviations from the plans and Specifications shall void .the submittal-and-any action taken thereon'by`the County. When specifically requested by the County, the Contractor shall'resubmit such shop drawings, descriptive data, and samples as'may'be required.". If any.mechanical, electrical. structural,'or other changes are required for the proper"installation and fit'of`alternative materials, articles. or,equipment, or because ofdeviations from the contract plans and specifications, such changes shall not be'mide without"the'consent of the County and shall be made without additional cost�'to' the County. SECTION 20, SAMPLES AND TESTS:, The County reserves the right at'its-own 'expense`td order'tests of any part of the work- If as a result of'any such test the work is,found unacceptable, it'will be rejected and any additional test required by the County shall be at Contractor's expense. ' Dnless''ottierwise directed, all samples for testing will be taken by the County from the materials, articles or equipment delivered, or from work performed, and tests will be under the super- d. vision of, or directed,by; and at such places''as may be'convenient to the County. Materials, articles; and equipment requiriiig`tests:shall be`delivered in amply time before intended use to allow for testing. and none may,be used before receipt of written approval by the County. Any sample deliver eds'torthe County or to the premises-for examination, including.testing, shall be disposed of by the Contractor at"his own expense within not more than ten'(10)`days.after the Contractor acquires knowled_ie at such examination is concluded, unless=otherwise directed by the . . , SECTION 21. CHANGE ORDEP.S: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such"order. No change or deviation.from-the pians and specifications will be made without authority in writing-from;the:County.., Changed work shall.be,performed,.ipraccordance..with the,original reouirements of the-Contract Documents and;previous fully.,executed Change Orders. A Change order may adjust the contract price either upward or down- i4ard in accordance with either or a'combination_of-.the_following bases, as the County may elect: (1) On a lump sum basis as supported by breakdown of estimated costs. Rev. 12/72 -40- l DIVISION F. GENERAL CONDITIONS,(Con't.) SECTION 2-1. CHANGE ORDERS:. ,(Coa't.) (2) On a unit,.price:.basis.. , (3) on a cost-plus,basis-in.accordance with the following conditions:'* (a) MARK-UPS - ,1 For,worka.performeld by.the General Contractor` as amount, ,equal,to the;rdirect•cost ,(as.defined-herein)' of the work 4A plus, of ,the direct casts for overhead,and profit`: 2 For,work performed by. a.sub-contractor an amount equal to.the direct. costs (as defined-herein) of the work plus 26i.oil' the.direct;costs for, overhead and:profit: ,(8uggested.breakdovn: i5� to the sub-contractor, 5x.t,o Peneral,,Contractor.) -' 3. For work performed by a sub-sub-contractor.an amount , equalto'the direct costs (as defined hereiu)'`of-the-work - plus 25% of the direct costs for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5% to nub-contractor, SZ.to.Geaeral Contractor.) - , ; 4, 7:16 no.case will the total.mark-up.be.,greater than'25A of-the direct costs,notwithstanding the number of contract tiers,.actually existing 4.= , • For deleted work the mark up'shall_be lox of the direct } ' ...-costs,or the;agreed,upon, istimate thereof. (b) nDIRECT COSTS- 1.. ;.Labor The costs for,labor shall include any employer paymegts to`or on.behalf,_of the`workmea`for health and welfare, pension, vacation and siiAiair-purposes. I:abor-rates will not be recognized when in excess of those prevailing"id the locality and time the work is being performed. 2. Materials: The actual cost to_theContractor for the materials direct l required for the • '`" --`__ _ y eq performance of the changed work: r `Such cost oUmaterials may include.the..cost of:procurement, transportation and-delivery if.necessarily;incurred..-,; If-a`"trade=discount-•by-the-actual•supplier is;+available to the toatractor"`it shall-be,credited-to7:the,Count County.,,,;if..the- . materials are obtained from a supply or source owned wholly or impart-by-the Contractor,.payment therefore will not exceed the'currant=wholesale-price.for•:such materials;.:-;The term. "trade discount includes the concept of cash discount. Rev.12/72 Rev. —41— �1 1 DIVISION.F. GENERAL CONDITIONS (Con't.) SECTION 21. CHANGE ORDERS: (Con't.) 2. Materials: (Con't.),.— 'If. Con'[ )If in the opinion of-the County, the:,costGof:,materials is excessive,•or-if the Contractor fails to:furnish,_satisfactory evidence of^the cost-to-him=from:the.'-actual=.'supplier,<:thereof, then in either case the cost of the materials-shallgbe deemed to be the lowest current wholesale price at which similar materials are ~available in-'the quantities,'required: sThe::County;reserves the iight,to'"furnish'such'materials.-as:it_'deems advisable, and the Contractor shalL have no cla"ims.,forrcost`s or, profits,on material '-' furnished by`the:County`." .3. Equipment: The actual cost to the Contractor for:the use of equipment directly required in the performance of the changed work. In computing the' hourly.�renta1 of)equipment:,�any time less. than 30 minutes shall be considered=one-half hour., No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days: -In''addition the-rental-time<'shall inciude the time required,`to-move'the;:equipmenr to?the workrfrom:the nearest available source for rental of such equipment,: and to.return it to the source. If such equipment;.is• not moved by its own power, then loading and transportation costs will be paid_in lieu of rental "time therefor.'''Nowevery'neither` moVingi times nor: loading and transportation costs will* be;paid.4f=.the--equipment is used on the project in any 'other,way than upon the�changed`work Individual fip eces of "equipment' hairing a replacement value,of $1;000 or less -f-shall"be considered-to" be--tools--or;sma1L-,equipment, :and no Payment --- -"will Abe`—made therefor.. For''equipment'owned;<"furnIshed,=or,.,rent edby-.the:Contractor, no cost therefor shall be recognized in excess of. the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage,'insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) ALLOWABLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work' is delayed due to performance of the changed work. Each estimate` for a change in the work submitted by`the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. Rev. 12/72 -42- : DIVISION • CONDITIONS (C°n't GENERAL .) Con't.) ; SECTION 21'. CHANGE ORDERS'" ( (d) RECORDS,AND SUPP�VE INFO-- N'. �.. (l) =The"Contractor. hailC ��ionnbetweenc'thesdirect�costs�afer as,to;:providea clearlus asis,and the costs of. other extra Work:paid,,for,.on..a.cost-p b :operations - records showing:man hours an d• (2) ,contractor shall,maintain.daily lus:work The Contractor approved, provided>by-the;County..4: The farms will material•.quantities;.required;for;:cost•P. ector will review.and shall ruse a-form:app 's inspector-Will shall7)use out in duplicate and:the CowatY . attach his'a rovi eiQnature to the form on the La the work is. _.� pew f�dvalid Rental and1caterial charges•;shall-be substan (3) 1:7tiated-by copies of vendor's invoices. (4): The contractor's cost:records pertaining., to cost-Plu s work shall be,open-to:inspection or;audit:by the County.-.. -:,(e) FAILURE TO AGREE AS TO COST and;the�Contractor to agree the failure of;.the;County u on written Notwithstandistg:. order the;Contractor, P ed work. as .to`-Cost.:of.the:propos llhproceed-immediately with the.;chang order from,,the tountyy h: d above Daily,jnb:records shalChbe�npt=actornand the;construction inspreement. - and when agreed to by. , -a nt'of the,:changed wo rk - .Ag - the constiuction•inspector shall it shall.become the basis forobp Y---- y the and execution of the daily realude:subsequent adjustment based upon a lat�r. audit by not' P •- County -43 Rev. 12/72 it DIVISION F. GENERAL CONDITIONS (Con's.) SECTION 22. LABOR: Every.part of:theiwork shall-be.accomp"lished:by workmen, laborers, or mechanics especially skilled in the.class.;of: work:;required;and' workmanship shall be the best. SECTION`2% OCCUPANM BY THE-COUNTY TO ACCEPTANCE..:: 1F • DIVISION F. -GENERAL CONDITIONS (Con't.) SECTION 25. PAYMENT OF FEDERAL OR STATE TAXES: (Con't) Contract and which are exempt from Federal Excise SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County. Partial payments shall not be construed as acceptance of any part of the work. B In judging the work no allowance for deviations " from the:drawings"ind"Specifications will'be made,:unless'already approved in-: ting at` the time�and -in the'manner:as,.called 4or., heretofore. C. County-shall be given adequate opportunity, to,•make;.. any necessary arrangements for fire'insurance andextended•coverage. ;D Final acceptance''of. the Contract-will `not be given until ,all _ie quirements:;of the 'contract.documents-are complete , and approved by the,:County:" This shall include', 'but is not=tlimited.to, all -constr=tion,'guarantee`forms; parts 'list, schedules,-.,tests,,: operating instructions, and as-built drawings - all 'as required by the•:contract' docviaene$. SECTION 27FINAL PAYMENT.AND WAIVER TO CLAIMS: After the official acceptance, of the..work..by the :County, the Contractor shall submit to the County, on a form acceptabl'e'to •. the County, a request for payment;.in.fnll:in accordance with the contract. The form "Statement to Accompany''Final-PaymeneL. :(Page'::',:'.:., #9 ),.shall--be-campleted,.;signed.by,the Contractor_ , and submitted to_.the County with the final payment request:" SECTION"28;._:.GUARANTEES A. The Contractor hereby unconditionally guarantees that 'the work'willjbeldone in'.accordance'.with .requirements-of all con- tract.; -and further'-,guarantees-the'work ;of;the.contract--to obe,and remain freeof,_defects in workmanship-and.materials ,for 'a'per`iod,of` -one year from the,-date of "acceptance:of the contract, unless'a longer .guarantee period is specifically called for:, :The�Contractor hereby agrees to repair or replace any and all work, togeHier with- any other adjacent work which;may_he displaced.in.so doing, that may prove to be not in its'workmanship-or mateil:al`within,alie.4xar-_ antee,•period.specified, without any expense whatsoever to the County, ordinary,wear'and tear and unusual abuse`or.neglect excepted. B .: 'Contract bonds are'in full force and-effect-during ,. the guarantee :period. C. The Contractor further agrees, that within 10 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5/76 -45- ' i DIVISION F. GENERALCONDITIONS (Coni) SECTION,28 GUARANTEE (con't.) , defects;in the work, he will commence and prosecute with,due ,y s ; R •. diligence a1T"work"necessary _to fulfill"tlie`teraus of Eliis guarantee, and to complete the work within a.reasonable period of time, and;in the ,event he Mails to..so•comply,_, e does hereby Authorize die County to proceed"to Have auc2i`work:done`•at-the Contractor's,expense and"he will pay the cost thereof upon de -~-umd---The-County-shall-be•-entitled to-all-costs,,.-including.,....,-,.....,..a.,- _- reasonable attorney's fees, necessarily'inaurred upon the con- tractor's refusal to pay the above costs. ,.—Notwithatanding..the-foregoing,paragriiph •iiw the -,.-" .:r '.�... event of an emergency-constituting an immediate hazard to the health . safety of,the County's employees, property, or licen seeay :the.County;mmaapprundertake at thejContractor,s expense with- out priorr=notice all:.wark.necessary to correct nischhazardous .., .•edndLti6as imben it wasti,caused by,worlc :of the iCoatractor not being 'w' in accordance with,the,requirements of s contract i' `' ... .y .._._ ,. . �.....r.,. a.. ......a.,tk.,,..ry ,•1.. ,d,Z.g�-u-'',n, ,,ti,7q pati" S.. 1r ..:. � kms, :G f �� D The general contractor and each ofthe listed sub= 4contract6ra shall eiecutesind furnish the Countd withLthe standi6dw guarantee form: Seepage -f7;iq J 7 ... 1— _. ...;.:. ,.. 1.x:'34 .G, ..z. ..k L 1.✓tr<:!.;. 9.:. , 3 - •. •.?F e.=. - .. . ., _" _.tis -`� .. . .. , .r_ ,b?s,.J� `Zi?^ )TT .ey . y ._• ...............................,�,......v Rev. 5/76 `r"_Y 4-IC A M PL t-i GUARANTEE_ , FOR CONTRA COSTA:COUNTYT WILDING, MARTINEZ, CALIFORNIA? _. We_,btreby guarantee to`the county of C ntra Costa`the (Type of•Aork), ._. which we have installed (Name of;:Building) California;`for, Oats., of filing of the`completicn',hotice,ih the Off ice'of--the=County Recorder._-.We agree to repair orreplace to the aatsfactiori of°the County any'or all'auch=work that may prove defective'_in`workmaaship`or`materisla'within that'�pifti6d,T""ordinary wear and tear,_and.unusual-abuse.,or neglect excepted, together with any other work which may be;damaged�or displaced in so doing.; If'we fail _to comply with the above mentioned conditions within a reasonable time'after`being notified :ia 7+riting, we, collectively and separately, do hereby authorize the owner to"pro}ceed'to Have the defects repaired and made good at our expense and we will pay'the costs an. charges therefore immediately upon demand. This guarantee covers and includes any special terms, including time periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: - (Affix Corporate Seal) GENERAL CONTRACTOR .Date: (Affix Corporate Seal) 0 NOTE: If the firm is not a corporation, add,_a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47- l C X.4 JYI i'•'L�� . FORM STATEMENT TO ACCOMPANY FINAL PAYMENT. To: Contra Costa County Public Works Department County Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: , The.undersigned Contractor represents and agrees that the final payment includes'herein'all claims and demands,_of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract' to construct the above-entitled project, and that payment by.the'County of the final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that sll worlrr.labor, and materials' on this project have been furnished and purchased in full compliance with the- contract and with all applicable laws and regulations., The undersigned states that his claim for final payment is true and correct,' that no.part has been theretofore paid, and that the amount therein, is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated , at (City) California. Rev. 12/72 -48- i !. "J" & "I" WARD REMODELING Contra Costa County Hospital Martinez, California DIVISION G. SPECIAL CONDITIONS : A. GENERAL 1. All existing equipment, hardware, and other miscel- laneous items which are dismantled or removed and not re-used shall remain the property of the County and shall be delivered to the Building Maintenance Warehouse, 1619 Shell Avenue, Martinez, unless other- wise noted, or shall be stored at the site as directed by the Engineer. 2. Temporary Utilities and Facilities: a. Water and electrical power are available on site and may be used by the Contractor's forces at no cost to the Contractor. The Contractor shall pro- vide approved connections to utilities and shall remove same at completion of work. 3.. Parking: a. The Contractor and his forces may park in County parking lots . Two parking stalls- will be reserved for contractor. b. All necessary arrangements to reserve on-street parking shall be made by the Contractor with the City of Martinez. 4. Contractor' s Operations: a. All work shall be accomplished in strict compliance with all applicable building codes , ordinances and regulations. b. If during the work the Contractor or his forces mar, damage, or deface County property, such shall be cleaned, repaired, replaced, or otherwise restored by the Contractor to sibstantially original condition at no cost to the County. c. The Contractor shall maintain a clean and protected operation. Protection of adjacent occupied areas shall be provided by the Contractor as necessary. Floors shall be kept clean, all debris and waste shall be collected and removed at the close of each working day. d. All installations shall be per the respective manu- facturer's recommendations or these specifications and the higher standard shall prevail. -49- i "J" & "I" Ward Remodell!ig continued DIVISION G. SPECIAL CONDITIONS (cont 'd) -5 . Building Permit will be obtained by the County at no cost to the Contractor . Contractor shall obtain all other permits and licenses required. B . ACTIVITIES ON PREMISES 1. Premises, buildings and other facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by County and in continuous operation throughout duration of this Contract. Work under the Contract shall be programmed and executed so as not to interruptCou.nty's operations and conducted to cause the least interference and nuisance possible. 2. The Contractor shall prepare a sequence of construction and time schedule for County's review. No work shall commence before approval of said schedules by the Owner . 3. Premises , buildings , ground and utilities serving them not particularly assigned to Contractor shall not be used for Contractor' s convenience nor used without express permit to do so, arranged for in advance with County. 4. Contractor shall maintain and protect existing facilities encountered or in near vicinity of work or operations under the Contract , including on grade, above grade, and below grade structures , utilities , construction and im- provements , whether existing or newly placed under the Contract. 5. No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a time agreeable to Cour-I with two (2) days notice. 6 . When utilities are accidentally or inadvertently inter- rupted they shall be immediately restored to service prior to continuation of any other work under the Contract, regardless of the hour of occurrence. 7 . Any questions regarding the project shall be referred to the Building Projects Division at telephone number 372-2146 . 8. No additional compensation will be paid for overtime work scheduled for the convenience of the Contractor. Overtime required due to County requirements may be scheduled, and if so, the overtime differential will be paid by the County. Two (2) work days notice will be re- quired for all overtime scheduling. -50- n "J" & "I" Ward Remodeling Martinez, California DIVISION I. DE11,10LITION A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G. The General Conditions and Division G, Special Conditions , are a part of this section and the contract for this work and apply to this section as fully as if repeated here. B. •SCOPE • The work includes , but is not necessarily limited to the demolition and removal of portions of existing structure as shown and noted on the drawings and specified herein including removal from site of all materials demolished and debris caused by demolition work; as specified. ? . Related Work Other Sections: a. Remc7al of existing -7,pchanical) nlumbi ig or electrical wo~k as may be required. b . Dust enclos—Z-es oy cove-- where demolition is re- gijired withia existing tiniSL,ed areas. C. GENERAL PROVISIONS 1. Notify the Ccunty of the utilities being removed and follow their recommendation as to treatment of existing service. 2. Demolition within existing finished areas shall not pro- ceed until all protective enclosures and coverings are complete in place. 3. Burning or selling materials on site will not be permitted. 4. Materials demolisher, razed or otherwise removed as re- quired shall be property of the Contractor and disposed of off site, unless otherwise specified, or directed by the Project Inspector. 5 . Demolition shall proceed in a safe manner. Equipment and materials shall be provided and procedures determined as necessary to avoid accidents , injury to persons and unnec- essary damage to property. ti . When unidentified utility lines are encountered during progress of the work, immediately verify service and status of same and notify the County do not shut off or disturb such service until instructions are issued by the -51- i "J" & "I" Ward Remodeg Martinez, California DIVISION I DEMOLITION (cont ' d) C . GENIERAL PROVISIONS cont 'd 8. Removals shall proceed to cause the least nuisance by dust and least interference by accumulations of waste materials and debris . Provide frequent and continuous removal of debris as necessary.. Contractor shall furnish trash dumpster for the duration of job for general use. 9. Provide all safety measures as may be required by law for the particular type of work carried on. 10. Any question as to ownership of "demolished" materials shall be resolved by the Engineer and his decision shall be final. D. EXISTING PARTITIONS: 1. Existing C partitions shall be removed in whole or in part as shown. Include all plaster or other wall finish framing, plates , anchors , and other items , com- plete. 2. Removals shall carefully be performed to cause least damage to adjacent in-place work. E. PROTECTION OF STRUCTURES AND PROPERTY 1. Protect all adjacent property from damage by falling debris , dust, mechanical injury. F. SALVAGE AND DISPOSAL OF REMOVED MATERIALS . 1. All existing materials which have been removed or dis- connected and are not indicated or specified for re-use on the new work or to be delivered to the County for storage, shall become the property of the Contractor and shall be removed and disposed of off the site at the expense of the Contractor. 2. Existing materials or equipment specified for re-use on the new work shall be stored at the Contractor' s expense in areas approved by the Courty, protected from damage, and handled in such a manner as to not overload the structural capacity of. the building. 3. Existing materials or equipment specified for delivery to the County,and not specified for re-use on the new work, shall be delivered at the Contractor' s expense to the Contra Costa County Corporation Yard located at1519 Shell Avenue, Martinez, Ca:.: •_)--ria, Building Maintenance Shop. -52- ij DIVISION 2 'lift & 'T' Ward Remode#ng Martinez, California DIVISION 2 REPAIR OF BLEMISHED SURFACES A. INCLUSION OF GEx4ERAL CONDITIONS AND DIVISION G The General Conditions , and Division G, Special Condii are a part of this Section and the `.Contra ct for this work and apply to this Section as fully as if repeated here. B SCOPE 1. Work includes all labor, materials, transportation, equipment, and services as required to complete the repair of blemished surfaces as specified''herein. 2. Work Included in this Section; a, Repair of wall and floor surfaces where partitions are removed. b. Repair of all surfaces damaged due to Contractor'.s operations. _5S_ ' i - f "J" & "I" Ward Remodeling lj Martinez, California DIVISION 4. HOLLOW METAL WORK A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G. The General Conditions, and Division G, Special Conditions , are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. B. SCOPE 1. The Work includes furnishing of all labor, materials, apparatus, tools, equipment, transportation, temporary construction and special or occasional services of all hollow metal work shown on the drawings or described in these specifications . The general extent of the hollow metal work is shown on the drawings. C. KkTERI ALS: 1. Material/Color Samples: Provide one set of full size corner section samples demonstrating all frame construc- tion features ; of sufficient size and extent to fully observe typical joints , connections welding, seam treat- ments and other characteristics. 2. Frames for Fire-rated Doors: Construct and label per U.L. Classification File No. 120 ID12, as applicable to types and rating required. • 3. Hollow metal work shall be produced by a single fabricator throughout the work unless otherwise approved: Forderer Cornice Works; Overly Mfg. Co. ; Fire Protection Products Co. ; Atlas Universal Service Co. ; or equal. Manufacturer shall have been regularly producing work of the type re- quired for not less than five years, 4. Construction and fabrication shall conform to published specifications and factory standards established by the manufacturer' s approved for the work. -54- _i "J" & "I" Ward RemodePh g Martinez, California DIVISION 3. CARPENTRY A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G: The General Conditions and Division G, "Special Conditions" are a part of this section and the con- tract for this work and apply to this section as fully as if repeated here . j B. SCOPE: Work includes all labor, materials , transportation, equipment, and services as required to complete the carpentry work as specified. C. MATERIALS : 1. Framing: Lumber not otherwise specified shall be Douglas Fir manufactured and graded to conform to or exceed the requirements of the latest edition of WCLIB "Grading and Dressing Rules" , for construction grade boards , dimensions and timbers. a. Blocking, Furring and Stripping: Standard grade or better. b. Interior Door Casings: Hem-Fir, clear vertical grain, K.D. Stops and Frames .. D. EXECUTION: 1. General: All framing shall be in conformance with U.B.C. Chapter 25 , shown on the drawings and/or specified herein. If any discrepancy is noted the highest require- ment shall govern. All materials shall be accurately cut, closely and rigidly secured in place. Assemble members so as to minimize the effect of shrinkage. 2. Cutting, Notching, Boring: No framing member shall be cut, notched or bored except as directed by the Architect. 3. Bolts Screws and Lag Screws: Bolts shall be installed in holes bored with a bit 32" to 1/16" larger than bolt diameter and shall have malleable iron and/or steel plate washers under heads and nuts of the same, shere bearing on wood. All nuts shall be tightened when placed and re- tightened at completion of job. 4. Timber Connectors: Type and size required for member on which they are used, galvanized; Simpson, or equal. -55- n I I � "J" & "I" Ward Remodeg Martinez, California DIVISION 4. HOLLOW METAL WORK (cont' d) C. GENERAL REQUIREMENTS (cont'd) 5 . Sheet Steel: Prime quality cold rolled, stretcher leveled, pickled furniture steel; U.S . Standard gauges specified; surfaces free from defects . D. CONSTRUCTION AND FABRICATION 1. Per schedules, profiles and details shown. 2. Size doors for uniform 1/8" maximum clearance between door edge and face of frame rabbet . Recess door face into frame per manufacturers standards , but not more than 1/8" . 3. Where door over-rides sill or threshold, undercut door for 1/2 ' maximum clearance above floor or type of thresh- hold or carpet, unless otherwise required by schedules hardware or otilier notation. 4. Prepare doors and frames to receive mortised hardware from templates or from the hardware itself. Mortise and install reinforcement at the factory. The rein- forcement for the butts and strike shall be drilled and all tapping done at the factory. 5 . Locate finish hardware per manufacturer ' s standards. 6. Size frame widths to wall or partition thickness ; size frame trim for uniform width throughout ; unless other- wise shown or approved. 7 . Surface hardware such as closures , hold downs , etc. , shall have reinforcement installed at the factory. All drilling and tapping for surface hardware shall be done in the field using factory templates. 8. Reinforce at all points of bearing and fastening for all surface, mortised and concealed items (i.e. closers and door stops, butts and hinges, saddles or guides for rods for panic devices; and others) . 9. Reinforce using steel plate; 7 gauge for hinges, butts, closer bases , brackets and closer arm shoes and for rein- forcing at cylindrical locks; and 10 gauge for other items . 10. Securely attach reinforcing per manufacturer 's standards, except all mechanical and welded connections shall be sufficient to resist all anticipated operating and shock loads and shall be subject to approval by Architect. -56- i J & I Ward Remodefng Martinez, California DIVISION 4. HOLLOW METAL WORK continued D. CONSTRUCTION AND FABRICATION 11. Door glazing and other stops removable where required only; integral with frame elsewhere; 13 gauge minimum where removable. 12. Size all stops to properly receive and fit doors, glass or other items required, including allowance for glazing gaskets or other accessories. 13. Size stops to achieve equal rabbet depths on both sides of frame,unless otherwise shown or required. 14. Factory fit removable stops to respective opening; cut square and butt end to edge. Set loose with fastenings uniformly spaced not over 6 inches from ends and 16 inch centers in between. 15. Fastenings: Phillips OHSM screws where necessarily ex- posed; set in holes factory punched and countersunk. 16 . Priming: After fabrication, clean all surfaces free from oil,grease. and other foreign matter; sand exposed surfaces smooth, apply one mil dry thickness of rust inhibitive metal primer to all surfaces and bake dry. 17. Completed hollow metal work shall be free from dents, warps and buckles, with all edges , miters and mouldings accurately formed and in true alignment. Exposed welds shall be ground smooth and free from weld and grinding marks. E-,; . DOORS AND FRAMES (SMOKE BARRIER-INTERIOR) 1. General: Size, style and profile as indicated on drawings. 2. Finish: Two smooth coats zinc chromate -iron oxide primer. 3. U. L. Label: Doors and frames shall have fire underwriters label, frames shall be provided with U.L. approved method of fastening to walls . Provide written documentation with State Fire Marshal listing number showing that the assembly is approved for use as a smoke barrier, as described in Title - 19. -57- �� �� Ward Remo � • J and . I Martinez, California DIVISION 4. HOLLOW 'META WORK continued F. DOORS AND FRAMES (EXIT DOORS EXTERIOR General 'Size 44' x 7 _01� x 1 3/4�, H,C. metal 36 x 7 0 x 1 / Glazing 30 x 30' wire glass, lite 2. Finish 2 smooth coats zinc chromate irorioxide primer' 3. U.L. Label. - Type "B" Label 20 minute -5$ - Ilij "J" & "I" Ward Remodel 9 • Martinez, California DIVISION 5 . FINISH HARDWARE A. INCLUSION OF GENERAL CONDITIONS & DIVISION G. The General Conditions, and Division G, Special Conditions , are part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. B. SCOPE: 1. Work includes all labor, materials , transportation, equipment and services as required to complete the finish hardware as shown on the plans and specificied herein. C. MEASUREMENT: It shall be the Contractor's responsibility to verify all dimensions at the jobsite. D. FINISH HARD14ARE SCHEDULE SMOKE BARRIER DOORS 'AT 2-HOUR FIRE SEPARATIO:414ALLS : ("I" WARD) 1. • One pair (Opposite swinging ) doors #6 , Corridor - A to Corridor - B, each leaf 3/8 x 6/8 x 1 3/4" , limes HMJ. 2. One pair (opposite swinging ) doors #8,/Corridor, - B to Corridor - C , each leaf 3/8 x 6/8 x 1 4" , HMD x H'KJ. 3. 6 Pair Hinges: Hager #BB753, or equal, USF , 5" x 5" . 4. 4 only Closers: Norton #1604RA "Tri-Style" , aluminum finish,exposed mounting. 5. 4 Only Panic Bars: Von Duprin #8817 (Surface vertical rod) w/#265 soffit strikes & #3011, sill strikes , no outside trim, 26 d. 6 . 4 Only Kickplates: #16 ga. stainless steel, beveled on 3 edges , US32D, fasten w/oval head sheet metal screws (ctsk.) 8 o.c. 7. 2 Only Flat Threshold: Pemko #172A extruded aluminum, full width of opening, as detailed. E. FINISH HARDWARE SCHEDULE: EXIT DOORS J & I WARDS 1. J. WARD: a. Dnnr,#1 - 1i-t: - , P ;11 t1; .S Close: Closers - porton #`1604-RA "Tra-style"y I�ic'_:plates - i"2� -',`16 GA SS . beveled ��n �US 32D. ,GA— / oval hea3 sma11 screws (CTSK) l= 16" o. c. -59- k I "J►► & "I" Ward Remode]*g Martinez, California DIVISION 5 . FINISH HARDWARE (cont ' d) E. FINISH HARDWARE SCHEDULE: (cont'd) EXIT DOORS (J & I YARDS) 1. J. WARD: (cont' d) Closer - Norton #1604RA "Tri-Style" .. Kickplates -(2) r16 GA. SS . Beveled on 3 edges , US 32D, Fasten w/oval head sm screws (CTSK) f- 8 o. c. Threshold - Pemko #172A Ext. Alum, full width of opening. Locksets - Sargent 8G 17 - GR U. S. 26D Keyway shall be LL6 pin. No substitution. stops - Sargent #9435 U.S. 26D. Strikes - Folger Adam Co. ; 310-2 Electric Strike b. Door No. 2 - Same as Door No. 1 c. Door No. 3 - Same as Door No. 1 2. I WARD: a. Door No. 1 - Same as "J" Wared Door No. 1. b. DoorNo. 2 - Butts - 1'- pair Hager IPBB753,USP 5"x5". Closer - Norton ; 1604 RA "Tri--Style" Kickplates - (2) #16GA. SS Beveled on 3 edges US 32D, Fasten w/oval head sm. screws (CTSK) @ 8" o.c. Threshold - Pemko IP172A ext. Alum, full width of opening lockset. Lockset - GR-US 26D Keyway shall be LL-6 pin No substitution. . Strike - Sargent 2 3/4" 800 series U.S. 28. c. Door #4 - Same as "J" Ward Door No. 1. _60_ I �. "J" & "I" Ward Remodeling Martinez, California DIVISION 6 . LATHING & PLASTERING A. INCLUSION OF GENERAL CONDITIONS AND DIVISION G. The General Conditions and Division G, Special Condition, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. B. SCOPE: • The work includes , but is not necessarily limited to the furnishing of all materials and equipment and the completion of all lathing and plastericto as required to complete the rinisni,ta or cne ouildino as s..�,wn and noted ou t.�e arawins aLLd srec:iileu ..eLe3-n. C. J=r,tlyi. Kr:�U1K�i�::vii It shall be the Contractor s respu.sibility to verify all dimensions at t::e jou site. D. maTER!Ai.: t. Piaster: Gypsum plaster, base coat and finish coat shall conform to the latest edition of ASTM Specifica- tions C-28 and shall be delivered to the job in the manufacturer 's labeled, unopened sacks . 2. Expanded Metal Lath: 3.4 lb. diamondmesh galvanized steel. E. GENERAL: Materials and workmanship shall comply with the latest standard s?ecification, California Lathing and Plastering Contractor s Association, Inc. , and manufacturer 's specifi- cations of materials used. Preparation of plastering in- cludes examination of areas to be plastered and no plaster shall be applied on surfaces that are defective or incom- plete or otherwise improperly prepared to receive plaster. Plastering work includes protection of adjacent finished surfaces from damage or stain. Finish plaster work shall be pointed up as required to leave the work in perfect condition. F. CLEAN-UP- All materials damaged or borken as a result of plastering work shall be replaced and all materials soiled as a result of plastering work shall be cleaned. All waste, rubbish and droppings shall be removed at completion of the plastering, leaving thQ space broom clean. G. FIRE RESISTIVE RATING: Walls and partitions indicated as 2-hour Separation Wall shall be installed in accordance with UBC Table No. 438, Item No. 64. -61- IiJ fl "J" & "I" Ward Remodeling Martinez, California DIVISION 7. PAINTING: A. INCLUSION OF GEN—EIRAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, General Requirements are a part of this Section and the contract for this work and apply to this Section as fully as if repeated here. B. SCOPE: 1. The Work includes , but is not necessarily limited to, • the furnishing of all materials and equipment and the completion of all painter' s Finish on all exposed sur- faces as required to complete the finishing of the building as shown and noted on the drawings and specified herein. 2. The work does not include any surface specifically sched- uled or noted on drawings as not to be painted. C. GENERAL RECUIREMENTS : The Painting Contractor shall refer to other Sections and/or Division of the specifications and shall inform himself of items being shop primed or prefinished and of painting to be requires: )2 aim. D. SPECIAL REQUIREMENTS: : 1. Material List: Submit to the County for approval a complete list of all materials to be used and a schedule of finishes, similar to that which is at the end of this Section, which shall include a listing of all materials to be employed, type of surface, type of finish and number of coats. 2. Paint: All paints, stains, varnishes, etc. shall be of the highest quality of the type designated, shall have non-fading coloring pigments and shall be smooth, uniform a and of good brushing consistency. All materials shall be as manufactured by Glidden; National Lead Co. ; Sherwin- Williams, or approved equal. 3. Basic Materials: All miscellaneous basic painting materials such as raw and boiled linseed oils, turpentine, shellac, white lead, putty, solvents, etc, , shall be pure and of the highest quality, and shall comply with the latest Federal Specifications and/or ASTM Standards. 4. Putty: Putty composition by weight shall be 75% whiting, 10% white lead, and 15% linseed oil. 5. Color: All colors shall be as selected by the County. Use of accent colors shall be limited to four (4) selections. 6 . Labels: All materials shall be delivered to project site in original unopened packages and/or containers. -02- E; I "J" & "I" Ware Remodeling Martinez, California DIVISION 7. PAINTING: (cont 'd) E. SURFACE PREPARATION: 1. General: All surfaces shall be prepared in a manner to produce finish work of first-class appearance and durability. Each section of the building about to be painted shall be "broom clean" and free from dust upon commencement of painting and during the painting operation. Once painting operation has begun, it will be assumed that the painting contractor's inspection has been completed and that all surfaces were acceptable to permit first class work. 2. Woodwork: a. All interior woodwork shall be thoroughly hand sanded and dusted before painting. All knots , pitch pockets , or sappy portions shall be shallacked or sealed with knot sealer. b. After priming, putty all nail holes and other imper- fections in such a manner that they shall be true to surface and unrecognizable. 3. Unprimed Metals : Remove all Grease and oil, wash with zinc sulphate solution (three pounds of zinc sulphate to one gallon of water) . Metal shall be clean, dry and free from any mill scale and rust before priming. 4. Galvanized Metal: Shall be washed with a solution of chemical phosphoric metal etch and allowed to dry. 5. ShopPPrrimed Metals: All factory or shop primed metals that avh a become marred during installation shall be thoroughly cleaned and spot primed as required. 6. Surfaces not to receive painters finish: Remove all hardware, fixtures, etc. , before painting and replace thereafter. Adequately protect all other surfaces not receiving painters finish. Do not paint over Underwater' s labels , fusible links, or fire sprinkler heads. 7. All work shall be done by skilled mechanics under favorable weather conditions and/or conditions suitable for the pro- duction of first class work. No finish shall be applied when the temperature is below 50° F. or when surfaces are damp or wet. No varnish when the temperature is below 70° F. 8. No finishes shall be applied with spray equipment. 9. All materials shall be applied evenly with film thickness as recommended by manufacturer, without runs, sags , skips , or other defects . -63- i � "J" and "I" Ward A odeling Martinez, California DIVISION 7. PAINTING: (cont'd) E. SURFACE PREPARATION (cont ' d) 10. Materials shall not be altered except by thinning, reinforcing or coloring any of which shall be done in strict accordance with manufacturer ' s printed instructions, and only when required to insure finishes of the highest quality. 11. Each coat shall be tinted slightly from the preceding coat to avoid skipping. The coat preceding the final coat shall be tinted slightly darker than that of the scheduled color. 12. All coats shall be thoroughly dry, sanded as necessary, inspected and approved before application of succeeding coat. 13. All enameled trim and doors and all varnished surfaces shall be rubbed down with extra fine sandpaper between each coat. Finish all edges of doors. 14. Existing walls, ceiling and other surfaces damaged and/or repaired by the work under this Contract shall be completely refinished as work under this Section. Paint systems used shall be compatible with adjacent existing worka_d compar- able to the systems specified herein for new work. N PROTECTION: The Contractor shall protect all surfaces and objects inside and outside of buildings against damage. Defaced surfaces shall be cleaned and original finish restored. He shall also hold himself responsible for the orderly storage of materials, removal of all polluted .rags, empty containers, etc. , at the end of each day, taking every precaution to pre- vent fire. Store materials where directed. G. CLEANING Upon completion of painting operation and/or when so directed, all surfaces shall be left clean, Painting Contrac- tor shall be held responsible for all items and surfaces damaged by his painting operation and/or the cleaning thereof. _ All rubbish, waste, and surplus materials shall be removed from project site. H. SCHEDULE OF FINISHES : 1. Number of coats specified shall be considered minimum. This Contractor shall provide additional coats at his own expense if required to insure finishes acceptable to the County of uniform thickness, color and texture, free from cloudy or mottled appearance in. surfaces and and thinness of coatings on rises. -64- I � J ,f J„ & "I" Ward Remodeog Martinez, California DIVISION 7 . PAINTING: (cont 'd) H. SCHEDULE OF FINISHES : (cont 'd) It is the intent that the finishes as applied shall include the necessary pre-treatrients recommended by the paint manufacturer of the materials to be furnished whether specified or not, 2 . The Contractor shall submit to the County for approval a Schedule of Finishes similar to that following, as specified in Special Requirements of this Section. a. Interior: Plaster Walls and 2 coats Alkyd Wall PriurLer Sealer Ceiling (New) 1 coat Semi Gloss Latex Enamel Wood Trim (New) : 2 coats Enamel Undercoat 1 coat Semi Gloss Enamel Wood Trim (Existing) :1 coat - Semi Gloss Latex Enamel Ferrous Metal (New) : 1 coat Anti-Rust Primer 1st coat may be 1 coat - Enamel Undercoat omitted if metal 1 coat - Semi Gloss Latex Enamel ' is primed b. Vinyl Wall Covering: Material shall match pattern, color and weight of existing. Submit samples for approval. c. Exterior: Match adjacent surfaces as required. -b5- n i F � "J" & "It' Ward Remodeg Martinez, California DIVISION 8. ELECTRICAL: A. INCLUSION OF GENERAL CONDITIONS Ati' DIVISION G. The General Conditions and Division I , Special Conditions, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. B. SCOPE 1. Work includes all labor, materials , transportation, equipment and services as requ. red to complete the electrical work as shown on the plans and as specified herein. ? Work Included in this Section: a. Furnish and install: 1. Electric door system complete including elecrical door hardware, conduit, conductors , control panel, and interconnection to existing fire protection panel. 2. Intercom system complete including conduit, con- ductors , control panel, speaker, etc. 3. Remove, re-install, or install new electrical items as indicated on drawing and in these specifica- tions. C. INTENT OF SPECIFICATIONS : In the specifications , plans , schedules , and details, information is conveyed by means of brief mention or notation which, regardless of brevity, 'shall be binding exactly as if presented in complete sentences employing mandatory language. Work not explicit in the specifications or drawings but clearly implied as necessary to complete the systems shall j-e included as though full specified and drawn. -66 E � I : "J" & "I" Ward Remodeg Martinez , California DIVISION 8. ELECTRICAL: E. DRAWINGS AND COORDINATIO,. 1. Drawings are diagrammatic and show general arrangement except where specifically dimensioned. Study drawings and premises to deterna.za . .i_• Lest methods , exact loca- tions, routing and arrangement of the work. 2 . Existing site conditions , locations , and services shall be coordinated with the drawings and specifications. These conditions and requirements shall be included- under this section of the work. 3. Ijnstall equipment to avoid obstructions , preserve head- room and to keep openings and passageways clear. Provide sleeves and chases where conduits pass through floors or walls . Should additional openings or spaces be required, locate and arrange for in time to avoid unnecessary cutting. 4. Cooperation among the trades is directed for proper exe- cution of the work as a whole. Conflicts within or between the drawings and specifications shall be referred to the County for clarification before the work is in- stalled. Contractor shall bear posts of delay due to unresolved conflicts . 5 . Coordinate all penetrations through structural beams with the County. b . Working parts shall be readily accessible for inspection, repair and renewal. The right is reserved to make reason- able changes in locations of equipment shown on drawings prior to rough-in without increase in contract cost. CD E. RULES AND REGULATIONS 1. All work and materials shall be in full accordance with the latest rules and regulations of the State Fire Marshal; California Title 18, and all applicable City and State laws or regulations and latest approved standards of I.E.E.E. , • A.S.A. , N.R.M.A. and U.L. Nothing in these plans or speci- fications is to be construed to permit work not conforming to the above. 2. Wherever the specifications call for material, workmans'_zip, arrangement of construction of a superior quality than is required by the above rules and regulations, the specifica- tions shall take precedence. Should there be any direct conflict between the rules and regulations and this speci- fication, the rules and regulations shall govern. -67- i "J" & "I" Ward Remod&.. Martinez, California DIVISION 8. ELECTRICAL: (cont 'd) E. DRAWINGS AND COOR-.DINATION (cont 'd) 3. The Contractor shall furnis�i, without any extra charge, any additional material and labor when required by the compliance with these rules and regulations , though the work be not mentioned in these particular specifications or shown on the plans . F. SPECIAL REOUIREMENTS : 1. Submit for approval five (S) copies of descriptive bro- chures , catalog cuts , etc. as appropriate for each item of equipment to be installed. 2. All shut-downs shall be coordinated with the Engineer at least two (2) working days in advance. G . MATERIALS • 1. All electrical equipment , - switches , outlets , and the like, which are removed and not re-installed will remain the property of the County and shall be delivered .to the Engineer 2. All new materials required to complete the electrical work as specified herein and as shown on the plans shall be provided by the Contractor unless specifically noted otherwise. 3. All conduit shall be EI-IT, glavanized or sherardized bath inside and out. All fittings shall be Duro or Thomas & Betts. Connectors shall have plastic insulated throats and shall be compression threadless type. 4. All conductors shall be copper. H . GROUNDING: 1. Permanently and effectively ground raceways , motors , vacuum chambers, control equipment and other utilization apparatus in accordance with requirements of applicable codes. Obtain good contact between raceways , panel cabinets , outlet boxes and equipment. Each fixture shall have a positive ground. I. SAFETY: 1. In accordance with generally accepted construction practices, the Contractor will be solely and completely responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. -68- r "J" &"I" Ward Remode .* g Martinez, California DIVISION 8. ELECTRICAL: (cont 'd) J. CUTTING AND PATCHING: Where cutting is necessary, in order to, install work under this Section, do by methods that will not damage the struc- ture. (Subject to approval of Contra Costa County) . Repair any damage to finished surfaces to the satisfaction of Contra Costa County. K. U.L. LABEL Materials and equipment to be new unless noted otherwise, and Underwriters Laboratories , Inc. listed where service furnished. L. GUARANTEE: This Contractor shall make tests at his own expense and in the presence of Contra Costa County as required by Contra Costa County and/or any inspection department. Tests shall be made to ascertain whether the systems installed comply with the specifications and are in perfect order. ;�. CONFERENCE WITH PROJECT INSPECTOR Confer with the Project Inspector t9confirm exact locations, mounting heights, and arrangements of all finish work prior to roughing in. Minor relocations and re-arrangements of the work requested at this time shall be included at no additional cost to the Owner. ELECTRIC DOOR STRIKE SYSTEM: 1. Furnish all labor, materials , apparatus , tools , equipment, and special or occasional services as required to complete a working installation of the electric door strike system shown on the drawings and/or speciried herein. The work dhall include all necessary materials, appliances, and apparatus not specifically mentioned herein or noted on the drawings as being furnished or installed under another section. The general intent of the electric door strike system shall include, but is not necessarily limited to the following items. a. Electric Door Strike System shall be Folger Adams Co. or owner approved equal. (1) Electric Strike Model 310-2 (2) Control Console 310-CC (3) Conductors and Raceways as required. _69_ , 1 _ "J" and "I" Ward Remo ling Martinez, California., DIVISION 8. ELECTRICAL: (cont 'd) b. The control console shall be interconnected to existing fire detection system 'panel and shall be designed to release electric door strike to open position when fire detection system panel becomes activated. 0 . IINTERC0'.M SYSTEM 1. Furnish all labor, materials, apparatus, tools, equipment, and special or occasional services as required to complete a working installation of intercom system shown on the drawings and/or specified herein: The work shall include all necessary materials , appliances, and apparatus not specifically mentioned° herein or noted on the drawings as being furnished or installed under another section. The general extent of the intercom system s:zall include, but is not necessarily limited to the following items. 2. Intercom System shall be Faraday, Inc. "Teletalk" or owner approved equal. a. Master Station 55001 b. Power Supply PS20 c. Remote speakers 3D45-3 (2) d. Twisted pair cable from each speaker (2) in raceway. 3. The control console shall be interconnected to existing fire detection system panel and shall be designed to release electric door strike to open position when fire detection system panel becomes activated. _70_ n 'r -[-7LO" { �v , N i?► r _ I ' z 1 _ r ( mm Q H � c• n n r O � O f S � TZ ,- =6===l L - � � d r b7�_ E,YfST PAIZ OMVS i' s �/ tNs`ia�-c Sti►JGIE Dck�2 {� � �� REMC ExiS�r..GcX�tz-►usTA.LL , S.C. INTERGohn SYS M L~� cMNscr axMz CO), TO D.C. OQQR WNTROL.-SySTErt 031RT ECtCC '+F ST S%A r 4#4 --� w,2E�� I 1�•�A R r: A: 'v o f n II l In the Board of Supervisors of Contra Costa County, State of California October 5 . 1976 In the Matter of Approving Inspection Services _ _ Contracts for Contra Costa - County Hospital Doors and Alarms, 2500 Alhambra Ave. , Martinez.. (1003-108-7710-739) IT IS BY THE BOARD ORDERED that the Public Works Director , is AUTHORIZED to execute contracts with Messrs. J. M. Nelson and Robert G. Grady for review of contract documents (inclusive of plans and specifications) and for inspection services for the installation of new doors and alarms in the County Hospital, said contracts effective October 5, 1976. PASSED by the Board on October 5, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator:--P. W. Dept. Witness my hand and the Seal of the Board of . Buildings & Grounds Supervisors cc: Public Works Department affixed this5th day of October , 19 76 J. M. Nelson via P.W. R. G. Grady , via P.W. J. R. OLSSON, Clerk By Deputy Clerk N.pouS C � CONTRACT Special;Engineering-Administrative Services Construction Supervision.: & Inspection 1. Special Conditions. These special conditions are incorporated below by reference a) `:Public Agency:- contra CQpra f., tney b) Inspector's Name & Address:�T_- !4`.%gIncm--1-05 12ach$+co Rrn ei_Ati�td r+4 np! _ Cp l�i f(yeni a 9455 a)- - Effective.-Date.".- :=,t &jabpr 5 M4 Locatio :d) Pro3ectIs. Name. -and N �s tgt � ,. . e) Rate of Compensation:, zyS p pr 1-Intir 2. Si atLes . These signatures attest the parties ' agreement hereto. PUBLIC NCY IS E By46 Publi orks rector . NELSON 3. Parties. Effective on the abov_ te, .the above-named Public Agency (owner, and the above-named Inspector mutually agree and promise as follows: A.' General Qualifications _& Conditions. Public Agency hereby contracts with -Inspector, a.pne :specially trained, experienced, expert and com- petent to perform the special engineering :and administrative services, of a construction supervisor and inspector, including those`associat,ed with the continuous construction supervision position commonly known as Clerk-of-the-Works, in 'connection with the above--construction project , which services ar.e. necessarily incident to the services performed for the. Public Agency ,-by architects and :engineers in, the design and con struetion .-supervision of construction projects . ' This agreement does` °not preclude other employment of the Inspector if it does not interfere V th the duties and hours of work required herein. 5., Term. The duration of this contract is-the -duration of this construction project, but either party may terminate it, by giving '-30- days advance written notice to the - other. 6. General Duties & -Instructions. The Inspector's construction supervision -and ,inspection services include the following general duties and instructions: a. Status & Relationship with Public Agency and Architect. -His independent contract relationship with the Public Agency parallels that which .exists between the Public Agency and the Architect ; but he is sub- ordinate to the Architect, because the Architect is responsible for -the design of the project .and for general supervision of its construction pursuant to the Public Agency-Architect agreement. - �crof,1m ed With board order I � i b. Status & Relpationship with Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct business only through the contractor' s ,job superintendent , and shall not -assume the Contractor's duties ; and he shall not give. instructions directly to the Contractor's employee(s) or subcontractor:(s) ; and h_ e shall. immediately advise the Architect of any case where the Public---- representatives give instructions to the Contractor's employees . c. Public Agency-Contractor Coordination.. He. shall effectively maintain close coordination of the Contractor's work and the owner's requirements by frequent, regular conferences or other suitable means, especially.where projects involve alterations or, modifications of or additions to' an exist ng _functioning facility, which :must be maintained as an operating unit during conduct of construction work, :and therefore require special alertness to job conditions which may affect. such con- tinuing operations. He shall coordinate necessary interruptions of normal owner activities- with the Public Agency and General Contractor r befoehand- - ..-:d. ,Familiarlty .::d. ,Familiarity with ..Contract. He- shall become: thoroughly familiar with all contract documents including specifications, draw- ings and addenda; And,he'.. shall:' supervise and .check •the adequacy and accuracy of __required '!as built" drawings - prepared by the Contractor' s employees' (-see also .w7_.a e:. .Personal Presence & Observation. - Hp. shall be personally, present whenever .work" is being performed even on overtime_;"bight , holiday or weekend basis when so directed) , and shall attend meetings called by.'.' the Public Agency, Contractor or Architect; and he shall make .direct' - per-sonal...observations of- work being performed by the. General Contractor and subcontractor(s) for 'certification- to-Public Agency-Owner -that such ;work is being per`for'med' in. a skillful manner and in accordance-with`-'the .requirements; of- the :'contract documents. .. .. .... . : . f. Advice & Suggestions. He- shall advise Public Agency on all` cdnstruc,tion -matters., such as suggesting change orders or `reviewing con- st uc`aioii. `schedules,;;'he shall ,evaluate suggestions- or' uggestions or modifications which have,;:been. made to. accommodate -on-the-fob problems, and report- them with recommendations, t;6 "the- ',Architect ; and -he shall review and make recom- mendations' -to ecommendations' -to the 'Cont*ftdtor on all 'pay estimates g. <-Pr-e-Construction. Review of Contract Documents. When so directed by the.'Public• Agency, he' sha.11 perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7.. Special Duties & Instructions . The Inspector' s -duties -specially concerning the progress of the work includethe' following: a. General Records & Files. He. shall maintain a file of, and be aware of the contents- of, the local, State, -Federal, NFDU, NEPA, etc. , codes, regulations, -directives, requirements, etc: , which are: pertinent to. this .project, .and are provided by the Public Agency; and he shall maintain. a .complete ' file : of all drawings , specifications, contracts, change orders, directt.ves,. etc. , which determine work to be done, by .the Contractor (see als6 -6=d, above) . - -2- i b. Diary and Reports . He shall maintain a bound daily diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies , Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records. lie shall maintain records of materials and/or equipment delivered at the site , showing manufacturers' names , catalog, model serial number, style , type , or other identifying information thereon and noting whether they are in strict compliance with the plans , shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees , certificates , maintenance manuals , operating instructions , keying; schedules , catalog numbers, vendors ' addresses and telephone contacts , etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services &Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services , at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period if a demand billing is received by the County Public Works Depart- ment on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance requirements. Before performing any work under this Contract, Inspector shall at his own expense furnish Public Agency with certificates or other acceptable evidence of his coverage by Public Liability Insurance, for all his acts in performing the duties required by this Contract , in amounts of at least $250,000 for all damages arising out of bodily injuries or death to any one person and X500 ,000 for two or more persons in one accident or occurrence, and Property Damage Liability Insurance of at least $50 ,000, both of which shall name the Inspector and the Public Agency as insureds. 10. Enforcement and Interpretation of Contract . The Public Agency' s agent for enforcing and interpreting this Contract is the Countyl s Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by Mutual consent of the parties for good cause shown. Form prepared by County Counsel's Office EBH:s (CC-61 :200 .8/76) -3- r7 i ' i1 CONTRACT Special Engineering-Administrative_ Services Construction Supervision:.& Inspection 1. Special Conditions. These special conditions are incorporated below:'by reference: _ a) = Public Agency.*: contra Costa County, b-) Inspector'-s-:Name & Address: Robert' G. Grady, 64Collins' Drive. Pl aeant Hill, California c) Effective Date': Octobers, 1976::. d) - ProSect�'s .Vame and Location Go]�tra _Costa County.-Hospital, - 2500- Alhambra` Aye. , Martinez,-:CA. :- DQora and Alarms, dget; Line Item No. 1003-108-7710-739 e) Rate of Compensation: $13.00 Rer hour 2. Signatures.. These signatures attest .the .parties.' agreement hereto. PUBLI GEN CY t county ILWACgRR F By � . Mb'lf6 Work4K MrRobert G. Grady 3... Parties. Effective on. the'-above date, the above-named Pub is Agency (owner: and the above-named Inspector mutually. .agree, and promise `as follows: 4,.' berieral_Qualifications & Conditions, Public Agency hereby contracts wfth -Inspector, as ;.one, specially trained, experienced, expert and, com= petent to perform. the `speci"al engineering and administrative services of a construction supervisor and -inspector, including those associated with. the .continuous construction, supervision position commonly known as Clerk-of-the-Works:, .in connection with the" above -construction project , which services , are. necessarily incident to the services performed for the Public .Agency by architects and engineers in the design and con - gen supervision ._of construction projects. " This agreement does not preclude other employment of' the -Inspector 'if it does' not interfere' with the duties and hours of work required herein. 5, _ Term. The. duration of this contract is ;the duration-of this construction project., but either party may' terminate it by giving30, days advance written notice to the other."- 6. _ -General Duties & Instructions. The Inspector's construction supervision _and inspection services include the following general duties and instructions : a. Status & Relationship with Public Agency and- Architect. His independent contract relationship with the Public Agency parallels that which exists between the Public Agency and the Architect; but he is sub- ordinate to the Architect , because the Architect is responsible -for the . .design of the project and, for general supervision of its construction pursuant to the Public Agency-Architect agreement. b. Status & Re stionship with Contractor. He shall maintain a, dignified but understanding relationship with the workmen on the job but he shall conduct business only through the contractor' s job superintendent, and shall not --assume- the Contractor's duties; and he shall not give.. instructions. directly. to:-the, Contractor's employees) or subcontractor(s) ; and he . shall immediately- advise the Architect of any case where the Pubiie Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordina_tion.; die shall effectively maintain close coordination of the Contractor's work and the owner's requirements by frequent , regular conferences . or ,other suitable means , especially where, projects, involve alterations :or modifications of or additions to an existing functioning facility,, ;which; must pe maintained _ _. as an operating_ unit during conduct .of construction work,-. and therefore require .sp_ecial alertness to1.-job conditions .which may-- "affect such- con- tinuing operations :He shall ,cgardinate neaessary:; int°erruptions of normal owner activities with _the." ;Public ,Agency- and General: Zontractor and beforeh ._._...__ .:.. d. - Familiarity==•with Contract:: He.:shall become- thoroughly, familiar with all .contract documents including specifications-, draw- ings and ,addenda; and he: shall supervise. and check -the;: adequacy and,:; accuracy ;of_ ,required "as built" drawings prepared by the Contractor's-, employees (see also 7 a, ;below) e.. .Personal Presence. & Observation. He shall be personally. present whenever:`,work Is.. beperformed even on overtime, nYght , holiday or r weekend basis when so directed) ; and -shall attend meetings- called' by the Public Agency, Contractor or Architect; and he shall make :di"rect, personal observations of work being performed by the. General Contractor aId, subcon.tr.actor(s) ,,for certification to Public' Agency=Owner that such work I s, being',perf.ormed in "a skillful manner and in `accordance with the requirements of the contract documents. f. Advice &. Suggestions.- He-..shall-, advise, Public Agency on all constr.uction :matt.ers ,, such'. as, suggesting change orders `or reviewingc l on- struatio schedules.;' fie- -shall' evaluate or- modific`ations--which have been. made to accommodate on-the-job problems; and" report them with recommendations t:o; the; Architect; ,and he shall review "'and, make' recom=- men-dations to the` Contractor on all -pay estimates g. Pre-Construction Review of Contract Documents. When so directed by thea-Public Agency,. hPshall perform in-depth review of the :contract documents before coristriiction _begins, and make -appropriate recommendations thereon to the Public Agency. 7 Special Duties &. Ins truction s. The Inspector.'-s.-duties. sp.ecially concerning the progress of the work include the following: - - a. General -Records & Files. He shall maintain a file of, and be aware of the, contents- .of-,- the "local, State, --Federal, NFBU;- NEPA, --etc. ., codes, regulations,- directives, requirements, etc. , 'whieh are pertinent to-this project ,. and are provided by the Public 11 Agency; and he shall maintain a complete file of all drawings specifications, contracts', - change orders, directives, etc. , which . determine work to be done; by-:the Contractor (see also 6-d, above) . -2- I` I , b. Diary and Reports. He shall maintain a bound daily .diary, noting therein job problems , conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records. Ile shall maintain records of materials and/or equipment delivered at the site, showing manufacturers ' names, catalog, model serial number, style, type , or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications , or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collec� and assemble relevant information (including guarantees , certificates, maintenance manuals, operating instructions , keying; schedules, catalog numbers, vendors ' addresses and telephone contacts , etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period if a demand billing is received by the County Public Works Depart- ment on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be reimbursed at a rate to to mutually agreed upon from time to time reflecting actual and changing costs. g. Insurance Requirements. Before performing any work under this Contract , Inspector shall at his own expense furnish Public Agency with certificates or other acceptable evidence of his coverage by Public Liability Insurance, for all his acts in performing the duties required by this Contract , in amounts of at least $250,000 for all damages arising out of bodily injuries or death to any one person and 5500 .000 for two or more persons in one accident or occurrence, and Property Damage Liability Insurance of at least $50,000, both of which shall name the Inspector and the Public Agency as insureds. 10. Enforcement and Interpretation of Contract . The Public Agency's agent for enforcing and interpreting this Contract is the County 's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. Form prepared by County Counsel' s Office EBH:s (CC-61:200 .3/76) --3- I DRAWINGS Q (� MAPS T00 LAPGF TO FILM . , D W( TH FILE