Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 01162001 - C36-C40
TO: BOARD OF SUPERVISORS ;� ..---'"�;+� Contra Costa FROM: Jahn Cullen, Director (�U nth/ Employment and Human SerXk�ent DATE: December 19,2000 SUBJECT: APPROVE and AUTHORIZE the Employment and Human Services Director, or designee,to AMEND contract#21-177-11 with Family Stress Center, raising the contract payment limit by $73,000 from $470,000 to a new amount of$543,000 for parent aide services for the period from July 1, 2000 through June 30, 2001. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to AMEND contract#21-177-11 with Family Stress Center, raising the contract payment limit by$73,000 from$470,000 to a new amount of$543,000 for parent aide services for the period from July 1, 2000 through June 30, 2001. FINANCIAL IMPACT: County cost of this amendment will be $73,000, which is fully covered in the EHSD's Children and Family Services Bureau budget. CHILDREN'S IMPACT STATEMENT: Parent Aide Services support three Contra Costa County community outcomes: "Children and Youth Healthy and Preparing for Productive Adulthood," "Families that are Safe, Stable and Nurturing," and"Communities that are Safe and Provide a High Quality of Life for Children and Families." Countywide availability of supportive services to parents increases the number of children and youth receiving timely treatment services and increases the stability of out-of-home placements. BACKGROUND: The Board authorized EHSD to contract with Family Stress Center for Parent Aide Program services on June 20, 2000. This amendment permits Family Stress to expand parent aide services to better meet the demand for these services in Central and East County, by increasing the number of full-time parent aide support counselor staff and providing additional funds to offset transportation costs. These costs are fully budgeted in the Children and Family Services budget. The Parent Aide Program provides supervised family visits, transportation (e.g. to medical and dental appointments) and other support services to families throughout the County. Parents receive a wide array of assistance, including information and training on parenting skills, access to child care resources, nutrition, health care,budgeting, and other training that develops skills and contributes to self-sufficiency. Services are available seven days a week during regular hours and early morning and evening hours. CONTINUED ON ATTACHMENT: y6e SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE ry 'PROVE OTHER SIGNATURE(S): ACTION OF BOAAPPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS ✓ I HEREBY CERTIFY THAT THIS IS A TRUE X UNANIMOUS(ABSENT 5d' } AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED, ,l'1 c£er r� /G, G200/ / PHIL BATCHELOR,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Contact: DANNA.. ,A*LT eta' "SS8 cc: EHSD CONTRACTS UNIT(CP) COUNTY ADMINISTRATOR BY .J�YI, _f`) 7t t-��t-c s ,DEPUTY AUDITOR-CONTROLLER CONTRACTOR DEBI MOSS,3-1588 . OFFICE OF THE COUNTY A DM.INISTRATOR 9 Capital Facilities and Debt ManaIement i 651 Fine Street, 6t Floor Martinez, CA 94553 Tel: 925/335-1032 Fax: 925/646-1228 MEMORANDUM DATE: January 10, 2001 TO: Board of Supervisors FROM: Laura Lockwood, Director of Capital Facilities&Debt Management SUBJECT: CONTRACT AWARD RECOMMENDATION;Agenda Date January 16, 2001; Authorization No. 0928-WH226F As part of the planning for the construction of the Family Law Center, in October 2000, the Board of Supervisors accepted a Parking Plan for downtown Martinez and authorized Ross Drubs Architects to provide design services for the renovation of the parking lot at 1215 Main Street. The renovation of the parking lot will increase the number of parking spaces in this lot from 107 to 132, will supply card access gates to secure County employee parking, and will increase the number of ADA parking spaces to meet current code. The project (Parking Lot Improvements, 1215 Main Street, Martinez) went out to bid on November 14, 2000. Bids were received and opened at the Office of the County Administrator on December 19, 2000. Two bids were received: 1. W.R. Forde Associates $345,000.00 Richmond, CA 2. Maggiora&Ghilotti, Inc. $388,400.00 San Rafael, CA It is recommended that the Board of Supervisors award the construction contract to the low bidder, W.R. Forde Associates of Richmond, in the amount of$345,000.00. While the Consultant's cost estimate for the initial construction contract was $275,000.00, it is imperative that this project proceed at this time in order to stay on the current construction timeline for the Family Law Center. Rebidding of this project would result in a minimum three-month delay and may not result in lower costs. The project will be funded out of Contra Costa County Public Facilities Authority Lease Revenue Bonds, Series 1999. The Contract Compliance Officer has submitted for the Board's consideration the low bidder's documentation of good faith effort to comply with the requirements of the County's Outreach Program. THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order on JanuarM}!16,2001, by the following vote: AYES: SUPERVISORS GIOIA, GERBER DESAULNIER, GLOVER AND UILKEMA NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for Parking Lot Improvements, 1215 Main Street, Martinez Budget Line Item No. 4403-4226 Authorization No. 0928-WH226F Bidder Total Amount Bond Amounts W.R. Forde Associates $345,000.00 Payment: 984 Hensley Street $345,000.00 Richmond, CA 94801 Performance: $345,000.00 Maggiora& Ghilotti, Inc. San Rafael, CA The above-captioned project and the plans and specifications therefor having been previously approved, Addendum No. 1 having been issued and approved, and bids having been duly invited and received by the Office of the County Administrator on December 19,2000; and The bidder listed first above, W.R. Forde("Forde"), having submitted the lowest responsive and responsible bid, which is $43,400.00 less than the next lowest bid; and The Board having evaluated all of the documentation of good faith effort by Forde to comply with the requirements of the County's Outreach Program; and The County Administrator recommending that the bid submitted by Forde is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW,THEREFORE,the Board finds, determines and orders as follows: The Board DETERMINES that Forde, as the lowest responsive and responsible bidder, has documented a good faith effort,pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance; and The Board ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Forde at the listed amount and at the prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the County Administrator shall prepare the contract therefor; and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it,together with the bonds as noted above and any required certificates of insurance or other required documents, and the County Administrator has reviewed and found them to be sufficient, the County Administrator or his designee is authorized to sign the contract for this Board; and b AWARD OF CONTRACT FOR PARKING LOT IMPROVEMENTS, January 16, 2001 1215 MAIN STREET,MARTINEZ The Board FURTHER ORDERS that, in accordance with the project specifications and/or upon signature of the contract by the County Administrator or his designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the County Administrator or his designee is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retentions into escrow or the substitution of securities for withheld funds,pursuant to Section 22300 of the Public Contract Code; and Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the County Administrator or his designee; and Pursuant to Labor Code Section 6705, the Board FURTHER DELEGATES to the County Administrator or to any registered civil or structural engineer employed by the County the authority to accept detailed plans showing the design of shoring,bracing, sloping or other provisions to be made for worker protection during trench excavation covered by that section; and The Board DECLARES that, should the award of the contract to Forde be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake,refuses to sign the contract or fails to furnish required bonds or insurance(see Public Contract Code Sections 5100-5107). Contact: Laura Lockwood, (925) 335-1093 I hereby certify that this is a true and Orig.Dept: County Administrator's Office correct copy of an action taken and entered on the minutes of the Board cc: CAO—G. Roemer, L. Lockwood of Supervisors on the date shown. O'Brien Kreitzberg(via CAO) Auditor-Controller ATTESTED: Phil Batchelor, Clerk of County Counsel the Board of Supervisors and County Contractor(via CAO) Administrator Surety(via CAO) ATTESTED: JANUARY 16, 2001 GSD-Accounting By ,Deputy -2- Office of the County Administrator Contra Costa County Affirmative Action Office 651 Pine Street, Martinez, CA 94553 (925) 335-1045 fax: (925) 646-1353 Ekuev@cao.co.contra-costa.ca.us Memorandum Date: January 11, 2001 To: Board of Supervisors From: Emma. Kuevor Affirmative Action Officer Subject: Parking Lot improvements, 1215 Main Street, Martinez, California (WH226F) Attached for your review and consideration are the bid and documentation of good faith effort submitted by the low bidder, W. R. Forde Associates, for this project. Attachments DEC-26-2000 TUE 10:69 AM O'BRIEN KREITZBERG FAX N0. 925 370 5378 P. 02 CONTRA COSTA C4tTNT�' PAPXJNG LOT. 1215 MAIN v MARTINEZ, CA DTVCSION C. PROPOSAL(BID FORM) BIDS WILL BE RECEX'V` D UNTIL THE 19' Day of December, 2000 at 2:00 p.m. in the O'Brien Kreitaberg Conference Room at 2540 Alhambra Avenue,Martinez, CA 94553 ADDRESSED TO: LAURA LOCKWOOD,DIRECTOR CAPITAL FACILITIES AND DEBT MANAGEMENT The undersigned hereby proposes and agrees to famish any and all required labor, material. transportation. and services for: Parking Lot Improvements 1215 Main Street,Martinez,California Budget Line Item No.4403-4226 Authorization No. 0928-WIA226F in strict conformity with the Drawings, Specifications,and other contract documents on file at the Office of the Clerk of the Board of Supervisors, County Administration Building, 651 Pine Street, First Floor. Martinez,California, 94553,for the following sums:namely; BASE BID Shall include all of the work shown or specified but not including any of the work in the following alternates: For the sum of: ,/ / Dollars(S WN46-00 AIAITI)E 61,7"h:kNATES: (NOT USED) (1) It is understood that this bid is based upon completion of the work within 85 calendar days from and atter the starting date as established by the Notice to Proceed, (2) 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 $2,5W uer calendar day for each day said work remains uncompleted beyond the time for completion,as and for liquidated damages and not as a penalty. it being agreed and expressly stipulated that it would be impractical and difficult to fit the actual amount of damage. (3) The undersigned has examined the location of the proposed work and is familiar with the Drawings, Specifications and other contract documents and the local conditions at the place where the work is to be done, (4) The undersigned has checked carefully all of the above figures and understands the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. IL Division C - I DEC-26-2000 TUE 11 :00 AM O'BRIEN KREITXB89b FAX NO, 925 370 5378 P. 03 CONTRA COSTA COUN-n ' ' PARKING LOT. 1215 MAID MARTINEZ. CA (5) 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 direetlY 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 himself air advantage over any other bidder. (6) Attached is: (a) A list of the names and locations of the place of business of the subcontractors. (b) Non-Collusion Affidavit form. (c) Bid secutyry as required in the Notice to Contractors. _Cash✓Bidder's Bond Cashier's Check^ Certified Check (7) T1re following addenda are hereby acknowledged as being included in the bid.. Addendum# / dated ,fid- k7 O Addendum#, dazed Addendum 0 dated (8) Signature and address of bidder: Firm W. R. horde Associates 13y(signature) Title Pres. Dave S. Mari.ani, Inc., General Pyr Address 984 Hensley Stmt, Ricl CA 94801 Phone 510.215.9338 Fax: 510,215.9567 Federal Tax Payers I.D. or Social Security No. oa_2615396 - Dated this 19_th day of peaggb= ,2000 (9) Licensed in accordance with an act providing for the re istration of Contractors: Classification and License No. 760845 ,Expiration Date 331/01 (10) (representations made herein are made under penalty of perjury. Division C -2 DEC-25-2000 TUE 11.00 AM O'BRIESI KREITZBERG FAX NO, 925 370 5378 P. 04 1 CONTRA COSTA COUNTY PARKJNG LOT. 121.5 MAIN MARTINEZ.CA BIDDER: W. R. Forde Associates TMST OF SUBCONTRACTORS- (As required by Division B, Section 4, Paragraph C. List of Proposed Subcontractors. Sec Division F. Section 6.Paragraph E.Substitution of Listed Suboontractors) Portion of Work Name Place of Business (Cita) & ;G ,fe llrA-cr ,,a �. � �.�+� Division C- 3 DEC-28-2000 TUE 11 :00 AM O'BRIEN KREITZBERG FAX K 925 370 5378 P. 05 CONTRA COSTA CQUNM' PARKING LOT, 1315 MAIN MARTIN. CA NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) Contra, Costa � ss County of .� Dam S. Maxiaxsi , beim, first dtity s=worn,'deposes and'says that he or she is Pam. gf,of, tFrg tYalx,Itatne Pyr pfthe foregoing bid that the bid is not made in the interest of or on behalf 4 any undisclosed person,partnership, company,association, organization or corporation. that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to putt in a false or sham bid, and has`not directly or indirectly colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham bid. or that anyone shall refrain from bidding, that the bidder has not in any manner, directly, or indirectl}. sought by agreement, communication or conference with anyone to fix the bid price of the bidder or any other bidder, or to secure. any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and,-further, that the bidder has not, directly or indirectly, submitted his or 4er bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to an% corporation. partnership, company association, organization. bid depository, or to any member or agent thereof effectuate a collusive or sham bid. I Dom: 19, 2000 Sued: NOTE:THIS FOO MUST BE NOTARIZED CERTIFICATE OF ACKNOWLEDGEMENT State of California � County of Contra Cosh } ss On the date written below, before: me, the undersigned Notary ,Public, personally appeared the personV signing above for Contractor, personally known to me ta9y evkknoc)to be the pemonWWhose name(Oislar+e subscribed to the within instrument and acknowledged to me that he ilvry executed the same in his/herAficiir authorized capacity . and that by his/kWdwif- signatureV on the instrument the person(2),or the entity upon behalf of which the person(Oacted, executed.. the instrument. WITNESS my hand and official seal. Dated: Deoeriber 19, 2000 (NOTARIAL SEAL) _4P_X_�-!� ry Public-, NA 'w'M ��•w�.+r •NY4..S.. �.' .S SR•.� 4.R..•S �� �wVt5S/ �.t'ti aJ"ti1Y�.G �r� .M S ,�' " Can,.r;lssion# i a8ag68 ' NOTOfY Publi/t.c�,-Ceditmb i y "y Yr Morin u y M+:jy+rrw N7Ru.$11124=2 Division C -4 Imo- -a1 0.18 WR FC RDE ASSM 415 927 1575 P.01/26 W. R. FORDE ASSOCIATES 984 H NSLEY STREET IIICIjOkOND' , CA '94801 Phone: 510-215-9338 Fax: 510-215-9867 FAX COVER SHEET DATE: /.2 --2 L?- ATTENTION: , '•9 •�y , w,�j;r.q CONWANY: FAX NO: z '"� 6�7) C"-y yjgz C8) f"OI-e'91e /*s .��Lt/C/ / / i a 44/+/ 491f V i+C�"" �w�.J l"'G►+R p Z>o" ,vo r" /� yAr: 194e y Z4oCrr!6r.ZS 74C—V SIGNED: `,7 vF , 1o,:P' Thus Transugmion is o2- 4 Pages(Including This Page) DEC-29-2000 10:18 ISR FORE ASSOC. 415 92? 1575 P.02/26 .� --- �:`o,��.��"�'�" •--� ,rte`.�': ,.°��.�►.y�,�� �i�9,p,�.�, "-`" /,+ • ) ,may , •/9/.1�r++il ✓r„i` {.r CAI' -r-r.41My - , j/+9tsd+S ,8, +aS ► �$ a m "'"o,iG .wf'rre -all ITEC-29-2000 10:18 SJR PORDE ASSOC. 415 92'7 1575 P.03/25 *IIMIOM• �� ���� ������� ���� •LIC�!K�• ,tea w D� TM#fVt mmw.m cru%u suwr CONTRA coSTA CITY PARKING LOT IMPROVEMENTS MARTINEZ,CA 12J151pt1 00,35'1 BIC} ITEM UNIT -QT. Y, CAST LINE TATAL i) BUTRESS FTGS. &WALLS EA 9 $2,098.00 $18,882.00 Per our inglusion & Exclusion List UNIT PRICE TOTAL: $18.882,00 salro i RA MIAHER INC. DEC--19-2000 09-95 .. DEC-29-2000 10:18 WR FORDE ASSOC. 415 927 1575 P.04/26 R.E MAHER INC. STANDAR2 INCLUSIONS AND IS/CANS JOB NAND: CONTRA COSTA COUNTY PARENG LOT RENO VATION LOCATION- MAIt7E"lN" Z,CA BID DATE: 12119/00 FILE 00-351 J.NC.,USXONS: AMTBDr0QMW do D.PSC,.1t tP170N FBX QQX U Sn 2. Concrete purchased,formed,placed,finished per plant and specs. 3. Concrete pumping where needed for our bid items only. 4. Furnish&place rebar for our bid items. S. Footing,excavation (from pad grade to bottom of footing as shown on stj uctural drawing)and stockpiling spoils onsite. Within 100 Yrds.of our excavations. S. Addendum's 0 through 0 noted.,j�,'r,,�r no tlesctuzh W1 6. Placement of holdowrn bolts embedded in our concrete with physirral lay.gut on our formwork by GC.Roldown bolts,anchor bolts supplied by GC. 7. Prices based on plans dated: ( NCA ) 8. All PCC work to be sacked finish,so color or special finishes. 9. Drilling of dowels and installed. EXCi ay SONS: 1. Ba:erock ander site concrete to sero tolerance with random deviations i if.10' (+-) 2. Permits;fees therefore; bond fees;inspection fees;testing fees. 3. Survey staking offset from excavations and engineering of job. 4. Preps ring pads to specified grades; moisture containment and toil Gond itioning for pads. S. Mass excavation and all backfill of excavations not specifically covered in our inclusions. 6. Traffic control,barricades and maintenance of,flagmen,treaachpl:ting. 7. Dewatering. S. All drainage systems,waterproofing,sealers,and caulking.Grouting of all mudsills. 9. Notching of dire grades to accommodate vertical curbs when keyed int)subgrades. 10. Sawcuttings demolition,concrete removal of all existing work.. 11. V-Ditch beach"and spoils removal,and slope dressing after our excai stion. 12. Welding unless specifically included above or on bid spreadsheet. 13. Furnishing or installing any steel members;hoisting of other trades ms ter'ral. 14. Rock excavation(i.e.: excavation that cannot be performed by a Ford.►55} 15. All treacle shoring(where dug by others),to OSSA,standards; backer of`bank walls cut to OSRA standards. 16. Furnish&installation of all milers imbedded in our concrete. 17. Setting of all railings and grout for;furnishing of sleeves;setting and/o,-securing posts in place that are imbedded in our concrete; bollards;light stds.;electrical pads; meci.pads' 18. Shoring of metal decks,manhole risers,rings,castings. 19. if catch basins are not included in our scopctcontract,pre-cast tops cart not be placid prior to mrrcbine pour.False tops for these boxcar by G.C. 20. No Backfill. 21. No rock or sand:base. SPE+CL&LS: I. JOB SCHEDULES TO BE MUTUALLY AGREEABLE BY BOTH P,ARTIIlr THIS PROPOSAL TO BE ATTACHED TO OUR SUBCONTRACT AS A Eft;JOB IS BID AS A Tt)TAL PACKAGE. 2. THIS JOB IS BASED ON 1 MOVE-MS.ADD 8 2,500.00 SACH ADI IMONAL MOVE-IN. 3. QUOTE IS VOID OR RENEGOTIABLE IF NOT ACCEPTED Vi'I'1`EnN 30 I►AYS, 1 T)Fr-,q-;)PPM tea: 415 927 1575 p,0528 DEC-29-2000 10:18 ISR FORDS ASSOC, .U.UNTgRANM P. 0.Box 53M mits' CA 94M DAM 'T�Ho. (5 10)233-34$5 : .,.. NWEIADDWW 42:aauc' rel Wlky (ked CA 94904 PRW = [(�4 Com C mmt3rPa.Ue Lint Am:v... yr r�apue& Vit o meth ell&tw*xo,daumhW aajob xicta. P4 axeQ by fxxr�ttaallt. �e�wa�tt�,g �ie�is�a. . All y��1�+�) ,...+.w.P,wnf,r.+r_ry,.•w_�.�. r.w.rwrw,.r , Pim: and fix bu*fEsdwxw is somVtod Dec- vv Vq `j �+.� � �,� � � � � ` ill'` '�?► k cp 1 tiri DEC-29-2000 10:19 SJR FORDS ASSOC. 415 92? 15?5 P.0?/26 ..►mow -x�-v�+ uA ; ext' tLVaItS Urothers Inc. 9:25 443 0229 P..ol EVANS BOTHERS INC. 7589 NATKWAL DRIVE LIVERMORE,CALIF.9456t1.88o3 CONY.U0."30tC 19 De=nbes 2000 To: Estimators Re: Parking Lot Renovation 1215 Main Street, Martinez Ladies and Gentlemen: Evans Brothers,Inc, has prepared a proposal for the demolition portion of the Parking Lot improvements at the Contra Costa County Motor Pool Puking Lot at 1215 Main Street in Martinez, For comparison purposes the bid has been broken into three components, Structure Demolition, Site Work and Hazardous Material Handling. Structure demolition includes removal of all interior improvements, removal of the north wall and roof diaphragm and selective removal of the block walls as indicated on the plans for the Motor Peal Garage. The block walls will be saweut at the indicated locations, Also included in structure demolition is removal of the service island and service island canopy,removal of trench gating and removal of hydraulic hoist sleeves. At the parking ropy demolition world includes removal of the chain link enclosure and a damaged section of gutter. Salvage ol'the generator and CNCY fueling station are included. Capping of the sanitary sewer and storm drain inlet are included. The cost of this work is$.27,000.00,,---, . Site work includes removal of paving at five entry locations,removal ofpaving and excavating at Trine locations for new foundations to brace the retaining walls, removal or bollards, sawcutting,the slab at the service island, removal of gates and fencing. The cost of this work is S75,000.00, Hazardous material handling includes abatement of&%bcstos materials and flaking lead based paint as listed in the Clayton survey. The cost of'this wont is S8,000,00' , Not included in this proposal is hazardous material handling beyond that identified above, utility relocation, surveys, monitoring or permits,sharing or bracing. layout, patching, fences or barricades, reconstruction work,or any buried or unlbreseen obstructions. Pricing is based on a single mobilization, working regular and a single invoice;with no retention. . Ter(M)443.02225 Email E8!Demo*r+ b8jI.net FAX(925)443.oY229 DEC-29-2000 10:19 SJR FORDS ASSOC 415 92? 15?5 P.08/26 Paga 2, Evans Brothers. Inc. is a licensed California contractor. We are a union contractor, insured and bondable. The bond premium for this project is 1,3% to be added to the cost of the contract if necessary. Please contact w,if you have:questions. Sincerely, vans Brothers,to . 1 uce:A. Schmitt DEC-29-2000 10:19 WR FORDS ASSOC. 415 32? 1575 P.09/26 ABATEMENT CO., INC. Gly *S45714 ENVIROMENTAL CONTRACTOR 4301 Broadway SG (Hwy 29) Tei: (707) 557-2590 American Canyon, CA 94503-96S6 Fax:.(747) 557-6221 FAX TRANSMITTAL DATE:, f 2 ATTN: FAX # (-TO 2-rS =fku--7 PAGES (Including corner sheeO: MESSAGE: "-HA7JUtDOUS WASTE AND ©EMOLMON ._ .�.. ..�...._.. SPECIALIM DEC-19-2000 10:02 70755?6221 P.01 ITEC-29-2000 10~19 WR EORDE ASSOC. 415 92? 1575 F',10/26 NORTHERN ABATEMENT Moo INC, CA UWAG.$Wn_ ENVIRONMENTAL CONTRACTOR 4301 Highway 29 TEL(707) 557-2890 American Canyon, CA 945x9 FAX (707) 557-6221 BID 12-19-00 Contra Costa County Parking Lot Renovation Martinez,CA Scope of Work: Flet pool Remove and dispose of approximately 2600 square feet of asbestos containing built up roofing. Remove and dispose of approximately 150 square feet of asbestos containing roof mastic. Remove:and dispose of approximately 750 square feet of asbestos containing rolled abeet roofing. Remove and dispose of approximately 100 square met of asbestos containing -window putty. Remove and dispose of fire doors. (Assume 4 doors) Pwidng structures Remove and dispose of approximately 20 square fees of loose and pealing red exterior tax/paint on structural steel beam and columns. Remove and dispose of approximately 1735 square feet of flakinglpegling lead based paint from the interior/exterior of the two buildings. TOTAL BID PRIG: $12,750.00 Bid valid for 30 days. Excludes: Hygi.eaxist,clearances, patch and repair,any materials or labor work not listed above. A ab s F►+wmvw.L9W iommaL Ka% dws wasai n Dara m DEC-29-2000 10:20 ISR FORDS ASSOC. 415 927 15?5 P.11/26 I:NVIRCINMENTAL CONTRACTOR 4301 Highway 29 TI L.(707) :557-2590 American Canyon, CA 946139 FAX(?t)7) 557-6221 BID 1249-00 Contra Costa parking Renovadion Martinez,CA Scope of'Mork: Selective Demolition Motor Pool Garage - Remove and dispose of garage:ague down to slab-200 linear feet of exterior perimeter wall to remain at point of saw cutting. - Remove and dispose of co mopy and concrete islands and bollards - Clem cut gutter on,carport for new gutter app oxirnately 20 linear feet. - Remove sad dispose of approximately 150 liter feet of steel gam, - Saar-cut CMU wall horizontally around the perimeter of the building- approximately 200 linear feet. Remove and dispose of shod at north end of,garage. TOTAL BID PRICE: $26,450.00 Bid valid for 30 days. Excludes: Fence removal,import fill,excavation,grading,compaction,salvage of natural gas refueling station and bollards,removal and salvaged signs,spot removal of concrete and asphalt at five exterior areas for new work,electrical and plumbing disconnection and reconnection,patch and fair,saw-cut and removal of slab at nine arm inside motor pool garage,cone drilling of walls,hydraulic lifts,concrete fill, utilities,repointing of CMU well,repair of concrete spalling and any materia is and labor work not listed above. JUbaedos R�rr+ovei.taxa iirr�awat,t�siar�sous waw a D«e,c�fon DEC-29-2000 10:20 WR FORDE ASSOC. 415 92? 15?5 P.12✓26 . . W ...... P. 1 L"0aAW18.n•$4N D*G0-MN FRN=CO CR RNMRO11 MENTAL 1 December 19, 2000 To: Prospective Bidders Re: Parking Lot Renovation, Martinez, Ca Proposal No. SFC 11200-25 Cost Proposal for. Asbestos/Lead Abatement Dean Estimators: We are pleased to quote furnishing all labor, materials, and notifications necessary to perform the following scope of work in accordance with all local, state, and federal rules and regulations. Sege of Work: Removal and disposal of all asbestos containing materials and all loose and flaky lead based paint located at the above project site. This scope of work is based on the asbestos survey completed by Clayton Environmental. The scope reflects the 02080 section in the specifications, Anticipated Completion Schedule: 5-7 working days Exclusions: The following are excluded from our proposel, unless specifically included in the above scope of work. If required, excluded items must be provided by others, to ensure the timely completion of our work. 1. Services of an independent industrial hygienist to perform on-site monitoring and clearance sampling. 2. Utility disconnect and protection. 3. Minor wail, ceiling and floor damage resulting from normal abatement/damolition procedures. 4. Testing, engineering, staking and layout. 5. all Auxiliary work/services necessary to completer our work which is not provide for the above scope of work, including, but not limited to power, water, site security, firewatch, toilet facilities and lighting. 6. Unforeseen conditions. 1491 Doolittle Drive,Sail Leandro,GA 94577- 510-567-0135 - FAx 510-567-0139 LEC-29-2000 10:20 WR FORDS ASSOC. 415 92? 1575 P.13/26 Conditions: 1. Wank to be performed in a workmanlike, substantial manner in accordance with approved work plan during regular working hours in one mobilization. 2. Work area shall be vacant of furnishings and be left"broom cieano by others prior to abatement activity. 3. if requested, bond shall be provided at an additional 2%to proposal price. 4. This proposal remains valid for sixty calendar days. 5. Upon acceptance, this proposal shall be made part of executed contract. Payment Terrors: 1. Payment monthly on approved schedule of values. 2. No retention. Pricing: Prig:for the above scope...........................................................$12,500.00 Karcher Environmental, Inc, is insured with Zurich American. A California carrier with a Best's rating of A+1 S. Certifications, licenses, proof of insurance and additional information will be furnished upon request I appreciate the opportunity to provide you with this cast proposal. Please call me at (510) 912-4379 should you wish to discuss arty specifics related to this proposal. Sincerely, Karcher Environmental, Inc. Earl Coyle Estimator Accepted by: 415 927 1575 P.14/26 DEC-29-2000 10:20 WR FCIRT�E ASSCIC• wo 00 1 NICHOLS ce"CRI i IL C 1 i I"o December 19, 2000 Page l of 2 W.R. Forde Associates 42 Industrial Way G reenbrae,CA 94904-2406 Phone: (415) 924-3072 Fax: (415) 927-1575 Attention, Dave Regarding: Contra Cast& County Parldug Lot Renovation 1215 Main Street NUrtine&,,CA Wall Sawing: Wall saw cut horizontally only the CMU wall 8" thick and S feet 4 inches above the floor on three sides of the building. 202 Linear Feet x 8" thick CMU wall. 2012 Linear Feta(@$13.50 per LT—Price S 2,727.00 Flat Sawing: Flat saw cut only multiple locations. A.). 170 Linear Feet x 6" thick concrete slab. B). 108 Linear fleet x 6" thick concrete slab. (9 locations) C). 600 Linear Feet x 4" Hoick asphalt paving. D). 600 Linear Feet x 4" thick asphalt paving. (Return to trim 600 LF) 278 Linear Peet x 6"thick concrete @ $2.84 per font= Price S 790.00 1,840 Linear Feet x 4"thick asphalt r@ S.50 per foot-Price S 900.00 TOTAL PRICE $ 47417.00 Niclw 0hiww+dT*W.1ec.• U2S Fair 0#JaAow*w • pAdw*odaq&cAsoo • GW64 CM « F=650.265:234 ,aa Fm 8"*M4"? - -s *»rte 415 92? 1575 P.15/26 ITEC-29-2000 10:20 WR FORE RSSOC. NICH'O S cswtRatt CUITTVsta Page 2 of 2 Add Alternate: Nichols to provide labor for water control with a vacuum and disposal of slurry off site for Flat Sawing. Price$ 1,370.00 Price is based on working regular hours Monday-Friday. ball Sawing will have 3 move-oris with nowater control. Flat SawiN will have 2 move-ons with no outer control unless the Add Alternate is requested. Standby will be at the rate of S 95.00 per man-hour, All piping or fixtures attached the the CMU wall for cutting will need to be removed prier to Wall Sawing. • Each mobilization exceeding the above amount of move-ons for Wall&Plat Sawing not including the Add Alternate will be at a rate of S 165.00 • Each mobiiiz.atiou exceeding the above move.ons for Flat Sawing including the Add Alternate will be at a rote of S 260.00 • if Wall Sawing vertical cuts are requested by the coatractor,these cuts will be extra. • Any increase in thickness for saw cutting concrete or asphalt will be charged extra aoaords'ng to the depih. +► Man Lifts(Scissor or Boom)are not included. The CointractorlCastomer sWed above(Page Z)is to provide and is responsible for the following unless otherwise uotedt Layout of work,standby when inmoted by Contmetor or City zuspectorteagtneer,shoring,scaffolding,x-ray of concrete,traffic control,barricades,permits, locating and disconnecting atilitxes,excavation,oompaction,trench plates,engineering requirements,additional bonding rvvireements,handling of"hazardous smite materials,plastic protection for dust or water ooxttrol and cotataimrient.Any damage to a nytbing concealed in or under concreWasphalt or in soil not clearly marked out for avoidanoe prior to commencement of work is the ContrworslCustomeas sols responsibility. If you learn my questions,do acct hesitator to rall me or 9-mal @(415)716-1150 or t ernie adt agyahoo.com Sincerely, -�01 Bernie Pop N;dw*OWnwW Tod.lrc.- ZGS Fair CiaklrAw"s • Mdwood C*CA$4663 - 450.b44AM - Fite 450365,022 W Frt+877A4L4"7 . nftW4►w6vKw-tltnso 41 D74% MC-19-2000 09:34 16503658234 DEC-29-2000 10:21 WR FORDE ASSOC. 415 92? 15?5 P.16/26 DEC-29-2000 10:21 WR FORDE ASSOC. 415 92? 15?5 P.1?/26 Project: Contra Costa Parking Lot Locatim.•M,artiam CaUfornia Cl C :Ijj;- Date:Deember 19,2800@ 2.-MM TO: All Geaead Contractors FROM: Greg Vivaldi IDiu&antage Busyness Enterrprim DBE CAETTRANS 004:5968:6* UC Certified Small Woman Owned Business 93-41259-12-B WM Clearing Hou w Cerfifimte 0 95DNM1 Woman turned Buuinew En rise DBE BART 004:5968:6* BID UNIT ITEM DESC.RSPTION• QUANTITY PRICE TOTAL BASE BM (*") Electical LUMP LUNV 36,000.00 this includes the GCE ettclosure with heater and backboard 1br the card reader equipment,by others g". ,.. :✓;. t•..i+.,'1-`jYwk'.,#M,R yam:�.•••.Yi}^,d:e`-',.1•"i�F' N}i, 1tY':..•i::i,.C7.�'.s+�r'1:.�5yi'..:�.A+� .a '>�rWY:r,°�'�{k',�.'a+r.uy Y'f.:��,'.. .,v•. ,4 r . ,•"r b�.C'S�"��yFi..�`"a•,},."^{'!...`;'�7',y�,9,r(i,.ly^„.�S:rC..�Y;;roa`S •. Yr°C"•j'.�'�;�',Sd';'.:}i''+'„.'�` :. .w.+..{'.'3 :•S���s�J...,.1�•'"•.'.ra.. . ..41:":.�ti. x' ..a'.t.... •.�:....tq po ADDENDUMS NOTED: �,� o�► EXCLUDES: (1) LAYOUT/STAKING (2) PERMITSTEU (3) BOND (4) PG&E FEES(ifarty) (5) All gate control equipment (6) Backfill testing (7) AspW paving Note:AGC#6401ASA#4100/ASC#52 suboantract form acceptable. it is evressly=de stood that all itewsheretoforementioned will be incorporated into a mutually acceptable sub-c+ont int agreement. Valid for 30 days 607 Marina Way Sxreh•Richmond, CA 94804.(517)-SMI 150 • Fax(610) .620-1155•License No. 3830123 DEC-19 "2000 12:2? 1 51 A F,7A t 1.g 4�x o ra, WR FC7RDE flSSOC 415 92? 15?5 P.18/26 ITEC-29-2000 10:21 ANEL 4th TISCH ANNIVERSARY 1945 - 1999 NECA Member TRESCH ELECTRICAL CO., INC Date: --12-r19-79-0— .._ ... . ._ , ... Phone 415 897-2125 Fax 415 892-9651 Po. Box 71 From: o .. . .. ,.. .. ,...... ... 1426 Machin Ave Novato, CA 94947 Subject: .... Contra= Costa Co. Parking Lot Renov. _�_ ,.....,. EXCLU ES.__�Txench axtd h ckfi l« sew cut ax patchy concxece d,.. qq,- ....._.._ ...._ . _.. .......�.. ...__.__._. _.�..._.__ License it 222645 C-10 Exp.9-30-01 Number of Pages 1 NECA & Union Member including cover sheet DEC-29-2000 10:21 WR PORDE ASSOC. 415 927 15?5 P.19/26 et 1•-VV Va: .i.VJK a r%%J,.#_ w VA BEST ACCESS SYSTEMS p� 1294 LAWRENCE STATION ROAD SUNNVALE, CA 94059 December 19, 2004 WR Ford 510-215-=9867 Attn: Dave Re: Bidding Contra Costa County Parking Lot Electronic Access Control System--Security Itean#19 on Specification Dear Dave. Best Access Systems c unwAly provides and ittstaUs its access control solutions for all of County of Contra Costa buildings. Titanic you for asking for our bid associated with this portion of that parking lot renovation. Scope of Work: Best Access Systems will insW1 the components necessary to complete an electronic W.Cess control system at 1215 Main Street, Martinez, CA. BAS portion of the system gists of the headend control panel, power supplies, battery badmp, reader interface boards, and enclosures. All headend equipment will be installed within an outdoor environ menu enclosure supplied by others. Connection, whether now or in the future, to the WAN will be possible via the Ethernet Adaptor. Contra Costa County (or its contractor) will provide network cabling to the controller location. In the interum, BAS will provide software for mobile programming via laptop,until it is uetworked, Conduits and wiring will be provided to panel said card reader points by others, BAS will install gooseneck pedestals and pro dmity readers at both gates. BAS will terminate wiring associated with each point of the access control system. Termination, programming, and testing will be completed by BAS technician to complete the project as specified. Our proposal for the above scope of work amounts to 516,571.06 including sales tax. 1f" you have;any questions regarding this project,please page me at 510-729-4042. Thank you for your interest in providing our system. Bruce Whitaker Security Specialist DEC--29-2000 10x21 WR FORDE ASSOC. 415 92? 1575 P.20/26 FROM wm D WHIFF CD FAX NO. 5t0 658 ZtA�:i Uec. 21W We'116HM HI W(LLIAM IX WHITE CO.,INC 3W MAGNOLIA STREET OAKLAND,CA 94608 TEL:31"S0.8M67 FAX:SX04SB-M FAX NO t AT?EN: Jl l A' mm: NO,OF PAGES INCLUDING TWS S1 Ts,-- CONFIRMING VML NOT,__' BE MAILED PLEASE CALL IF ANY PART OF THIS TU NSMIMION IS MtG ON UNCLEAR DEC-19-2000 07 04 510 655 3503 P.01 DEC-29-2000 10 21 WR FORME ASSOC. 415 927 1575 P.21/26 • .r r.l1r -r wr Y,YV1 rd ...WLJYd tJ1 •JWl 41 r V t r 'i'Ik .p ori) cy f• 3505 Magnet.* 5treCt 0ailoaad, Gr1r{ern.a 94601 (510) 65e-8167 December 19, 2040 Attn.: Estimating Project: Contra Costa Couvty Pariting Lot motion 1215 Main Streat Martinez, Ca, Budget Line Item No.4403-4226 Authorization No.OM WI12226P Regarding: Section 10005-M,1sce1larious Sp=Wties Dear Estimating: The follovring is our proposal to aliaunnish and install the listed equipment at the above jobsite location, per the plana and specifications. Addendum No.1 noted, Please call should you have any questions. EQUVMNT LIST Cate#1 (Main Stec) (Per Sheet A,1.00-Site Platt Imprevmmts) 12' Traffic Controllers, Boar 3' surf>tce amount units. 1 "Exit On1yr'Warning SiM non-illumina#,ed„ post mounted. 1 Post, 3"primed and painted steel port. 28 Lags Grate#2 (Main Street) (Per Sheat Al-00-Site Plan Improvments) 9' Trak Controllers, gree 3' surface mount units. 1 'Snttrance Only'Warning Sign, tion illurnimted, post mounted. 1 Post, 3"primed and pairtted steel post. 1 Barrier Crate, EPS Model 301-10, 113 h.p., 11SV single phase, W, approved, painted white. 1 10' Wood Ann 1 Vehicle Detector Loop 1 Vehicle Detector, for adetylreset. 26 Lags Fox (510)658.8503 Ueeme No.#79717 IEC-19-2000 0?*-0 s cza p e.mr zrra-4 -- DEC-29-2000 10` 2 WR FORDE ASSOC. w 415 92? 15?5 P.22/26 December 19, 2000 2 Gate#3 (Main Street) (Per Street AI.00-Site plan Improvments) 12' Traffic Controllers,four 3' surface mount units. 1 `Ixit Orgy"Warning Sign, non-illuininated, post mounted. 1 Past, 3" primed and painted steel post. 28 Lags Gate 94 (Main Street) (Per Sheet A1.00-Site Plan Improvments) 9' Traffic Controllers, three 3' surf=mount units. I "Entrance Only"Warning Sign, non illurninated, post mounted. 1 Past, 3"primed and painted steel post. 1 Battier Gate, EPS Model 341-10, 1/3 h.p., 115V single phase, u.l. ,approved, painted white. l 10' 'W'ood Arm 1 Vehicle Detector Loop 1 Vehicle Detector, for sa.fnylreset. 26 Lags Gate#5 (Niacin Street) (Per Shad A1.00-Site Plan Imprevxinents) 18' Traffic Controllers, six 3' surface mount units. 1 ".Exit Only" Warning Sign, non-illuminated, post mounted. I Post, 3"primed and painted steel post. 112 Lags SCOPE OF WORK ''Work,to be done by William D.White Co., Inc.: 1. Purnish and install the listed equipmen. 2. Provide instruction in the use and main eaance oflhe system. 3. Provide a one year warranty, parts and labor included, for the equipment we furnish and install. Work to be done by others:. 1. Rough-in conduit,and pager for the barrier gates (I 15V single phase @ 20 amps.). 2. Card readers and gooseneck stand. 3. Cement pads for our surface mount probibitor spikes: cement pads for the yarning signs; cement pads for the barrier bptes. . 23 26 5 S 92? 15? . ITEC-29-2000 10:22 WR FORDE ASSOC. 41 5? .. . P , December 19, 2000 3 PROPOSAL We will furnish and install the listed equipaterd, as outlined above, for a total price of 521,294.00. Our price includes sales tax freight and installation, F.O.B.: Jobsite Delivery: Per job requiremems Terms: Net 30 days Prices are protected for a period of 90 days. CONCLUSION We trust our proposal will meet with your approval. Product 1it+erature has been enclosed for your review. Please call thould you have any questions. Sincerely, WI'L LTAM D. WHITE CO., INC. Lic,No. 479717 (C-10) Jim White Vice President DEC-19-2000 07,06 a, x eco �c�� •�. DEC-29-2000 10:22 SIR FORDE ASSOC. 425 92? 15?5 P.24/26 c.cs:utsA 9t-wiping Graphics 1- +707-763-9425 P'. 01 5"tR1PING GRAPHIC: 1364 N.MCCUWELL,SUITE 12-PETALUMA'CA 941154•(707)763-%25•FAX (707)763-9761 UCENSE NO.5767:561 CLASS C-W im TO � �. ,, ade DATE FROM 3R ADDRESS CITY STATE ZIP PHONE FARC MESSAGE ,,-at RJ%- C.&sra PA LOT aQvr TA0 A -- gA 01 Z !P4 o or At—L- ::kjtiTc,1 As ,3- 9,Atr dA.)L I LW 1// , AJ t�xJ 2ms r r ., iT �x:s AV M 9W MIKE t UMP. Rtf' t; I+EMOVAL NUMBER 6F PAGES INCLUDING THIS COVER t DEC-29-2000 10:22 WR PORDE ASSOC. 415 92? 1575 P.25r26 d,ec-19-00 07 =59A 3 F'» 01 Stripe N Seal, Inc Contractor's License Nu.30$128 885 Wright tttl/ P 0 Box 7347/Sauta Rossi, CA 95407 (707)$28-3377 t rax(707)544-7149 SUB-811) l"Ug 0SAL CanLntt .Ztrt. r �__...».,....._.._...._.. _._.__ _.�.. _ ...__... _. Job Nance& Addrm: 't�rs►ft.�t 2 i„3 t: ;- Sim ti..-,i;5 Did Date 4tic endues 1 !'t`ttystitiit Wage. whe 12.c u�ir rerttlslz & 1ns#011: 1'1�S I_l oxtdabtcz.»�.. W13C/tvlBE; Union: NO Stri h1g: Section Nunxbcc:.2sS6�" c ursignx Q Sire tri irr Ckgnigg Prior to tri i rnc►,r �, "rrt t; ST r4 r s°r .,�,+�,» - ._ _.__._...._. X c.wyrAs 1'7� s �� 11S: Seeiiutt Nit++itrcr; ,�S C� •EXt»lasi rrs� r +�ttttlrt -�r Cur�,�7r1J lrr � ,5' rxs . fi SCtli COM: Sccliotx; E. cli�J•iUo .AsnlrelfPre 6rhoiv S'ed C'oo [Lour-L--Jt,-L., COAT hit}°t' (, lhttAN'l i;N+;t "r'U t i "K '!'U Uttr urt 1 t'k` ATtJI T U A t�1 11 LT . .... ,,i•s �r �CI$C tllkit4� (�Ii: Ct Mutifu»!t► Additiionof Move-Ins At. _ Price Bas' etl tln:i move-1n , Additional Move-Ins At: S Price Maxed tan. move-111 )._ Additional Movo-fus Au $ ApD17IJ6 AL INSURANCE C11ARG'I.. There MU be skit Additiuttal charge for the --.». .. Additional llt:trrcrl Form 1s, CG 20 10,85 Series and 95 Scries itrcyuired. Sig(0 Estimator: - "X`u(xrl i3id:"�' 7 �%4`l. ► __. .Nstt l;�tSt:t:ttSirrt her"_t a...' dtA r�o•�a •••-- DEC-29-2000 10:23 WR FQRDE ASSOC. 415 92? 15?5 P.26. 26 I-le IN AP Y L+,-e q vc4jFevc �f-.A^NG/-"fi'2 .�w ,r' ..t/ �o� lJ•+C G �!, !%G.Ld vSi �'"J �,G�',+"'�rJ�✓ / r +'�'�.«G{r,.�+GR/eat?" GXG9t�d!`"a'vr'a.� ,�'�/►"�ocr/T�+ aF' iCXd'+�'7'•',✓✓�'�/�'. '1..' �.f"�'G+'4""✓'1/�'Cy.�/ /d .�7i4u'C`�"u2'A� Cr '�+�JC.��"�� 1�+�% �� "�"t�i+�i'9+�-� ✓�J'/ ,Jf"" ./Qr�.°`l�'d�� ..�',Qr..+j�.+��1 ,dL�.`,�.+'j�"�'�+'�,� 4J Ze 4+d/�/G.+ �A�rG��.^�r ���j' �.,,/ �7�}tf—•9"�"�,�G+�r er 1C�'.` �-, �,.�w�G't c�,�.+ ..c� ,c��r.:.y��r �±,,�,,,�r C"'d-7r- "g 6. ��.5-roz 7- "i4 , /�!7 dtd `� e-',E A AIIL> ,,d�.55-���+�,��""GS,� i�a�, r�i`�'�'4"rr"au ,�itd�t„J" �e�w°�".�✓-9�'� C',�v5�-fix.. r"". . TCTPL P.26 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street, Martinez, CA 94553 (925)335-1045 Fax(925)646-1353 LETTER. OF IN'T'ENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER MANUFA R/TRUCKER Name of Prime Contractor ^,'-`2,M°�► l/ (/ ,a...-I �� 1r,�v tom. G--G Name of Project a-- Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE SBE LBE Subcontractor Subcontractor Subcontractor Subcontractor Supplier Supplier Supplier Supplier Manufacturer Manufacturer Manufacturer Manufacturer __. Trucker Trucker Trucker Trucker Other Other Other Other— Describe ther—Describe Describe Describe Describe _ None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed). Total Amount to Prime Con c S ' Signature Position Title Date 1-11 Name of Person Completing t is Form / t; Z--1C:-C-7-e-?/C Company Name Phone Number /Q -&2.�(J4 !/ !� a.ltrintent Fax Number Revised Effective$13/2000 DEC-22-00 FRI 12.28 P11 Aamigo Co Inc FAX:1 530 222 0509 PAGE 1 DEC-•22- 12:05 W.R. PORDE ASSM 415 927 1575 P.01x'01 oUTOXAMPROGRAM Affirrisa651?in*Street� Mr ,Qk%$53 (925)335.1049 lax(9M 646-1353All LEmR OF PMNT TO PEUORM AS A f�a� Ramie afPrime Contractor A,,4,r1"►A4Jji> �,�; +�¢„+pa,� 4*1 Name ofPhrajMM Project 2�"ttutbt+r The undenived is a(chicle one). / Sola proprietorships Corporation Limitcd Liability Partnership JoinI Vetzwre Check the following which may apply. MBE WDE S LNE _ Subcontractor Subcontractor Subcontractor Subcontractor Supplier Supplier Supplier _. 1KanufacturCr Manu#ltcturer Aunt( 4turer Manuffiewrer Trucker Trucker .Trubker Trucker Other Other_ Other_ Other Describe Describe Describe Describe —.None of the Above Apply The undersigned is prepared to pedotm the following described work in connection with the above project(specify in detail the particular work items or pasts thereof to be performed): E.-. Total Amount Bid to Prime Contractor:S et L) S` Position Title Date . RUM of P+trscm Completing thus Form 1n1MA*fA?AA1)t))A1,1 OP -- SO Company Naive A I Phom Number ' 3c7 'LT-4- 45 n oae�, e Pax ber Ra-bed Elrtetive 8t3R000 TOTAL P.01 DEC-22-2000 12:19 1 530 222 0509 95% P.01 DEC-22-40 FRI 12..28 PM Amiga Co Inc PAX:1 530 222 0509 PAGE 2 — CCCCCCCCC TTTT DEPARTMENT OF TRANSPORTATION CCCCCCCCC TTTT Business Enterprise Program CCCC TTTTTTTTTTTTTT CCCC TTTTTTTTTTTTTT PO BOX 942874 - MS 79 CCCCCCCCC TTTT. SACRAMENTO, CA 94274-0001 CCCCCCCCC TTTT TTTT (916) 227-9599 TTTTTTTTT CALTRANS Certification Humbert CT-001129 HISPANIC --- x CERTIFIED PROGRAMS --- MALE DIE SMBE Cartifying,Agsncyt CALTRANS CORPORATION Expiration Dgtot SEEjW�ION Contact Pa son t SAN GA, .N (530) 222-8850 Attentions . BATrEN AAMIGO COMPWINC 20183 'CHARLANNi DR REDDING, CA 96002 CERTIFICATION APSER, BUS E tie -----Past in Public View---_- .- CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.--- It is your responsibility tot - Apply for Recertification on a Timely Iasis. - Review this notification for accuracy and notify Caltrans in writing of *MY necessary changes. -----Preferred WORK LOCATIONS----- SW STATE WIDE ----- WORK CATEGORIES and BUSINESS Types----- 00600 MISC SUPPLIERSU C0670 PIPE u 1 only certified DBE's may be utilized to meat Federally funded contract goals. Only certified SMBE or SWBE's may be utilized to most State funded contract Goals. Only certified CFMBE or CFWDE'• May be utilized to most Century Freeway contract goals. fiUtns CALTRANS l 2:ALZIP RNIA czr< xFxcA xort 10/05/00 14:48 TRSK9F.54 MAZb7TAZN rrusxr ZGZ ZKTNRVAXSA rxLz rvUMURR ,.,_11.29 LAST UPD .-��J: 02/00 UZ 8TA6TVA CZR'TXr ZV 14AMS POSd5 7,ABXlI�SIAC>X«7l91S0071�1AX�YT76 .._.- _— AixDR 20163 CHAxtLANN S DR/FHYSXCAL_,. --_ --«.,,,,.. CITY xt,Hl'ilyltsTC,__ .w_.,._.. ST CA ZTV 96002- . CONTACT SUAN H7r TlCivet....,. _.... .�.,__..... _... PROLIs $30-223--8850 EXT rAX 530-222-0509 rZXW 68-0249019 Sart 07x`HNICXTY HXSPAN7XC_. Shit r CJS CTXTZZZNSHXP €`LAQ Y 909 8T'RUCTURZ C®• DISADVAN'TNO20 FLAG OWNZWO NOR UCY I,--- CA1,TRAN9 IkerNC7G iKzr ZDl617'7CX•t xzit jk .T �t Y BTATUSt C A}c t3.vcr / f X l traa►c t l va 93tTx1Fssn Plt4DGPJ MS EXVXAS AS or a1-ox-2x01 Dom— $Has— �-- FROCH88%NG ®R. 3%-XVLV r03w8XTT Y04-VXaPLAV rr'OS-tCUUN'TY Y060STA"S E P09mADD T10wUVDAW19 V110C%.xxR 701'#EBTRUC"T P"8"ZTR14IC F3.2"T.S'TONS P13-LOTSD T14=LGTX24DIV F1S-L$TAVFL r16-X#8 DZCAT P.02 DEC-22-2000 12=19 1 530 222 0509 94% DEC-07-2000 THU 01:36 PM O'BRIEN KREITZBERG FAX N0, 925 370 5376 P, 01/02 r Past tr Fax Note 7671 Yo From &40"BRIEN KREIYZBERG WOO 0: AaT MES i i i&;i rA6UP COMPANY PhAna R / y P1sa+e It 160 PAR.K'IIVG.LOT RENO V"ATION 1215 Main Street, Martinez, CA DID DATE: ,December 19, 2000 at 2:00 p.m. [Meeting Type: FRE-81'D CONFERENCE Location: 651 Pine Street, 6" Floor Conference Room, Martinez Date and Time: December 5, 2000 at 9:00 a.m. ATTENDEES ,Name Affili tion Phone/FAX S v J !-t s 710 f. G 4 a -2411 ►�' @ rr ► t` i �t �- 1' OY l�� Fok o1 z a _ q - ` � �- � eat r�x 91.r 817r-j V�l Sib t�RRc. 'T"o w "Z+ 6 616Lt SZ i -k2 S,- 2 >>— Orrces wo0wila DEC--O?-2000 12:38 925 370 5378 96% P.01 DEC-07-2000 THU 0I;36 PM O'BRIEN KREITZBERG FAX NO. 925 370 5378 P. 02102 O BRIEN KREITZBERG .. _.._ _ .._. . ..... A DAME$a mOORE CROUP COWAN)t PARKING LOT RENO i%'ATION 1215 Mala Street, Martinez, CA BIC) DATE: December 19, 2000 at 2:00 p.m. Meeting Type: PRE-BID CONFERENCE Location: 651 Pine Street, 611 Floor Conference Doom, Martinez Date and Time: December 7, 2004 at 9.00 a.m. ATTENDEES Name Affiliation Phone/FAX �G Y� �,1-�'t cr;•>`�'"Q1t+L � �,� �'�V11��"� "`1'1�-'�'�i �L'p Cry: �7�C' l�'�"�1 e+�.� S1�) G32- 7i 7b Vvive 1p+tt+AG $2ieJ '4 G�1M C.as ( 1 } /L t, J f" }I iLPY-„S" Slo-bYI-bav .5`f -I.-� A��Lt« eoe-Pn. r Vo d">;1-P 5> G Jr.0 )( .. . . e .d 6-4 e ... rvr If v C?ul) CI Citi pn At.t /t i ?` It CZiwL7C'a itK. C ,NS'C Cu, F 5ta/7 S- Z �� v ty ���t•C`d' +' �: .t .y .. tM• .d,.i "� �, ry J + •1V ,{ 4 C6�60J� 0 3 7. —fz V tlj rA'0v 37 / *� Offices WeAdMile DEG-07-2000 12:38 925 370 sve 96'r. P.02 Please refer to Documentation included under INDICATOR 5 Construction Update,lnc. Invoice 135 W. Mission Ave. Suite 202 __-_ _. i - '7scondido, CA 92025-1719 Date invoice# 11/13/2000 ! 4078 Bili To W.R.Forde Associates 42 Industrial Way Greenbrae,CA 94904 P.O. No. Terms Protect Phone 760-745-6144 Due on receipt I C Description Oty Rate i Amount Minority Ads 38.00 38.00 Run Bates 11-13-00, 11-16-00 i I j ! � i I 2X0 1 ! f 1 I i i � I i Total I 538.00 Payments/Credits $0.00 Balance Due 538.00 Pic a COM Fos cc UP 91 n ° .. .. IN q > OZ I.:;i:�'' W O ` • Q IwJI� co • i i • • • • • Pt • S' g;[; HIP I j qs!�5zln- *-- �Q^ m n & gyp , �j L� (}•. E� .. '�' .w�v. ""'1 { H gp •• ���� el w pp.(7 �' y < .i E ham`•L-c a v .dl•� � '`+'a y O�W�•� •w 7� :d moi' Oy :i yp N CNh VS.+.tWN � � N� R tf�C9 , �� ' �� 4�0 •,�v meg' `�, � y � °:�.T,� W '�' �;e � V! Zro, Cud• �c�g(�� z �� t7tl y t;n �, y •r�i `i9 �' ^cn 67 g f i �"` �,.2 7`_,y, >' � ��s � Qp v C� �pq_ � � CS �•iJ' �+ ' 8p jlo ���••• �• > Cc 'S '.r b �"•'Oi ,a t� O ,,V7 •�O •��y�yjj yy"��'� O � �j �O � N � � ¢��0 Gy�y, �iC yi .�' .+t. y N NNN 5- y V] Aho ti0 v L'S. �7 � M i.. 75 G1 •� "n en yo� S '^ >. '-'bd • • i • C tsl w ,,C)v� � ti 3 g +�e a� , w >a •' i �+ wa S rL w "aH ° a Er ir �. p •� �� � � `^ a �� ^i� � � �����' '`,• "rf� 't7e 9`�nae�+.-.�n ��j, ii p zi �°� JOE oo Ya Ps ung ? � OR �.? � r.6y r.. � � � b l p MMRq 1 7 tl� t� vw✓' "" �� •b N�' •p�p� till If all i +" .. t"5ij;j1www t% tra1914i �n w } wIto ly(� ��r ��L`l�1,//.4� ^G to s�'w.w"•'� p ry ewe .N.:•.�" a call W N iy8�W W �'•A Q 11 ,ryy. .'y1 99+' • OC �p • 5/J LA.,,, (�`tl_y �� +� �G, ,,� � � � '�� wi d' Ll �rp � "• 1.71. "yam' • • • • • •rw +"e ^ �'�Gi � N `x � Q �j ..+ r. 6 Oji. � ° w�, ,+�.•�, r.a..p9 w CC... •v iS `Sa` `, Q�1 w�[n' v .J ' 90 . a1 p NP •.`tp� 7,0 +.. n Irk ' `� s INA W u � e N w w w 4 e • • a •� • •_ • ,=s • Y w CU«. `=t "i din u w �o y tw � i.�� ;i. , L4 Y R 1 p . a(°`'y �+W+t u+a +gW*�Y`Y- �.• w ... ��uc. boy Ya � '�¢n��p 4a� �p aai'�s7 Cf�..�` �{i �+ > � e"'�+",o t'�_r� 1,1j3 1p p� `•� E � yc+i�i . .y,��SE. y�ww;-.St3.. , � ♦ t„r.tl u....�.ia„ b:� Y nYyy - 1'+s w +o `�"�er S„i �'�'!�eaw.Y � S� +a � � w..$ �«5p � �"::-o$ > [w,.i Ae,. W {]Qpp��9p �,y 1wyQQrp�i t�� °�w CLO �/ � 47 w� � l �4 •'✓ C.} � ���' W '�✓1� � t � u.�: OO /}�.�+w lost �y�/�Ma �� + 1q,(���•” Y wyfjI..0 iriw3 p0 '_"ptXjy �y T+ p��y L' wC �`y��O, i ''V ``✓ . Dec 15 00 12: 57p TRI -COUNTY, INC, 707265271 , 1 DEC-15-2000 12:29 WR FORDE ASSOC. 415 927 1575 P.01/02 p W. R. FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9967 FAX GOFER SHEEN' 12/15400011:24 AM Number Of Pages(Including Cover) ATTENTION: ROBERT REIT) TRI COUNTY ELECTRIC FAX NO. 717.226.5271 TEL NO. 787.226.6117 CELL NO. 707.8$8.1356 RE: Bid For Contra Costa County Larking I,vt Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 a@ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the electrical portion of the work. We have enclosed the Notice Inviting Bids for your information and if we can provide finther details,we will be happy to do so. Thank you for your consideration. Dave Marianni DEC-15-2000 13:04 7072265271 96% P.01 DIVISION A.NOTICE TO CONTRACTORS Notice is hereby given by order of the Board.of Supervisors of Contra Costa County, that the Office of the County Administrator will receive bids for the furnishing of all labor,materials,equipment,transportation and services for: PARKING LOT IMPROVEMENT 1215 MAIN STREET,MARTINEZ,CALIFORNIA Budget Line Item No.44034226 Authorization No.0928-WH226F Bid proposals shall be sealed and shall be submitted to O'Brien Kreitzberg, 2500 Alhambra Avenue, Martinez 94553,on or before the 19th of December at 2:00 p.m.,and will be opened in public immediately after the time due in the O'Brien Kreitzberg Conference Room,2500 Alhambra Avenue,Martinez,California 94553. Bid documents will be available November 17,2000 The estimated construction contract cost is$275,000 The prime contractor for this project shall hold a valid Class B General Building Contractor license. The work includes the demolition of a County garage structure,addition of new security gates,and re-striping of the lot. 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,First Floor,County Administration Building,651 Pine Street,Martinez,California. The drawings and specifications may be examined at O'Brien Kreitzberg's office,2500 Alhambra Avenue, Martinez, California 94553 (see enclosed location map). Drawings and specifications (not including documents included by reference)and proposal forms, may be obtained by fax request from BPS Reprographic Services, 2748 Willow Pass Road, Concord, California 94518 (Telephone: (925)603-8470, FAX: (925)676-0116)upon payment of a printing and service charge,which shall not be refundable. No partial sets will be issued. Prospective bidders may obtain copies of the County's log of contractor plan holders by calling O'Brien Kreitzberg (925)370-5371 or submitting a written request via FAX no. (925) 370-5378. Requests for copies of the plan holders log cannot be accepted after 12:00 p.m.of the day before the bids are due. Technical questions regarding the contract documents must be directed in writing to Mark Gaul at O'Brien Kreitzberg, 2500 Alhambra Avenue, Martinez, CA 94553; by fax at (925) 370-5378; or by electronic mail (mark_,aul@urscorp.com).Questions and their answers will be made available to all bidders. Each bid shall be made on the bid fort issued with the specifications. The bid must be accompanied by bid security in the form of cash, a certified check,cashier's check,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!'. The 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 contract or to furnish the necessary bonds and insurance certificates after being requested to do so by the Board of Supervisors of Contra Costa County. Bidders are hereby notified that securities may be substituted for any monies withheld by the County of Contra Costa to ensure performance under the construction contract, in accordance with Public Contract Code Section 22300 and the General Conditions of the Contract. The County Treasurer-Tax Collector, whose decision shall be final, shall value such securities.Also,types of securities that are not listed in Government Code Section 16430 or Public Contract Code Section 22300 must be approved as eligible for investment under Public Contract Code Section 22300 by the County Division A- 1 * a tc Hc�ss►c* —COMM.JOURNAL— DATE DEC-15-2000 ** TIME 13:10 P.01 MODE - MEMORY TRANSMISSION START-DEC-15 13:09 END-DEC-15 13*10 FILE NO.- 101 NO. COM ABB"TWK STATION NAME/ PACES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 17075730789 002 '002 —l+ 2 FORDE ASSOC. — —415 927 1575 — * — 415 527 1575— c * /► �pW.R.FORME ASSOCIATES Phone: P : 415.9243072 i ax: 41:54927.1575 FAX COVER. SBEET 1211512000 1:22 PM Number Of Pages(Including Cower) 2 ATTENTION: TOM AHLBORN AHLBORN FENCE CO. FAX NO. 707.573.0788 TEL NO. 707.573.0742 RE: Bid For Contra Costa County Parking Lot Renovation--Main Street,Martinez BIAS'TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the chain link fences and gates portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Mariann *�c —COMM.j — DATE DEC-15-2WO TIME 13:11 P.01 } • MEMORY TRANSMISSION START-DEC-15 13:10 END-DEC-15 13:11 FILE NO.- 102 NO. COM ABBRrNTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPF04E NO. 001 OK g 17077630699 002/002 —WR FORDE ASSOC. — **�Icrkalckr�cHc�lc is* skrlcskkakrk Ic*rlc**fkyk�k%�k* —415 927 1575 — * — 415 927 1575— c�crksuk�cric Phone: W. R.Fy■OR��D/yE ASSOCIATES y}�y[//��/y i hone:510.215.9338 Fax:510.215.986 FAX COVED. SHEET 12/15/20001:15 PM Number Of Pages(Including Cover) 2 ATTENTION: MARK YANUSKIEWICZ AISLE FENCE FAX NO. 707.763.0699 TEL NO. 707.763.2551 RE: Bid For Contra Costa County Parking Lot Renovation--Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the chain link fences and gates portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Mariani Kcic otc�k c —CO MM.J NAL— KITE DEC-15-2 T i M 13.13 P.01 MODE . MEMORY TRANSMISSION START-DEC-15 13:11 END-DEC-15 13:13 FILE NO.- 103 NO. COM AMR/NTWK STATION NAME./ PAGES PRG.NO. PROGRAM NAME: TELEPHONE NO. 001 OK A i51137S329S9 002/002 —lit FORDE ASSOC. — *�crk�ic�lokigexc�k�c�krlcgchc�Wkrk4cskcMc�IWc�lc�tckrFnkHok�lcrk�k�k —415 927 1575 — * * — 415 927 1575— ink*Ntk�k'Wk W.R_FORDS ASSOCIATES Phone;$10.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/15/2000 1:18 PM Number of Pages(Including Cover) 2 ATTENTION: PAUL BERG BAILEY FENCE COMPANY FAX NO. 510.783.2989 TEL NO. 510.793.2980 CELL NO. 510.715.4711 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @a 2:00 We are bidding the referenced project and would very much appreciate a price from you for the chain link fences and gates portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Marian —C-CMM.JOURNAL.— *»c�wMc��K� DATE DEC-15-2em TIME 1314 P.01 MODE - MEMORY TRJINSMISSION START-DEC-15 13*13 END-DEC-15 13:14 FILE NO.- 105 NO. COM ABBR/NTWK STAT I ON WP EI PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 17075448477 0022 —WR FORDS ASSOC. — ikslc�e�nlc*skkcrk rk tsak�dwc alcsk IcaYWnYc* IWc**sk�Ic Wtc —415 927 1575 — ***** — 415 927 1575— W. ****mak * W.R.FORDE ASSOCIATES Phone:510.215.9338 Fix: 510.215.9867 FAX COVER. SHEET 12/15/2000 1:19 PM Number Of Pages(Including Cover) 2. ATTENTION: JACOBSON FENCE CO. FAX NO. 707.544.8477 TF.L NO. 707.544.8475 RE: Bid For Contra Costa County Parking Lot Renovation--Main Street,Martinez BIDS TUESDAY,DECEMBER 19 a) 2:00 We are bidding the referenced project and would very much appreciate a price from you for the chain link fences and gates portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Marian k *�w�k ► c —COM11.JOURNAL— DATE DEC-15-2WO TIME 13:o2 * P.01 MODE - MEMORY TRANSMISSION START-DEC—i5 13:00 END-DEC-15 13:02 FILE NO.- 097 NO. COM A1 /NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE No. 001 OK 17077669498 002/002 —WR FORDS ASSOC. — SkrkHnk WkrK�loicHnlnlnk�k�csis iok�ic�Ic�Icsk�InioWk�ink�lcsk�k�k�krbk —415 927 1575 — 415 927 1575- inkHc�nic�c�iaic W.k FORDE ASSOCIATES Phone: 510.215.9338 Fax:510.215.9867 FAX COVER. SHEET 12/15/2000 1:11 PM Number Of Pages(Including Cover) 2 A"T"TENTION: CORKY UNITED STRIPING 101 FAX NO. 707.766.9498 TEL NO. 707.766.9499 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 a@ 2.00 We are bidding the referenced project and would very much appreciate a price from you for the pavement marking portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide fiuther details, we will be happy to do so. Thank you for your consideration. Dave Mariani W. R. FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/15/2000 12.42 PM Number Of Pages (Including Cover) 2 ATTENTION: ANGEL PEREZ BAY AREA WELDING FAX NO. 510-236-5261 TEL NO. 510-233-3485 RE: Bid For Contra Costa County Parking Lot Renovation --Main Street, Martinez .BIDS TUESDAY, DECEMBER 19 @a 2:00 We are bidding the referenced project and would very much appreciate a price from you for the metal fabrications, channel and welding portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details, we will be happy to do so. Thank you rfor your consideration. Dave Mariani , 6; A y 14 ,, c _ " AS /flip 0 0L/i -COM.JOt - *Mrap�r c DATE DEC-35-2M TIME 32*59 K p.01 MODE . MEMORY TRANSMISSION START-DEC-i5 12:57 ENT-DEC-15 12:59 FILE NO.- 095 NO. COM AM/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 17075447149 002/002 -W2 FORDE ASSOC. -. *********************** ******k**** -415 927 1575 — ***** — • 435 927 1579- W.R.FORDE ASSOCIATES 1P4one:$10.215.9338 Fax: 510.215,9867 FAX COVER SHEEN' 12/15/2000 1:48 PM Number Of Pages(including Coven) 2 ATTENTION: NANCY STRIPE&SEAL FAX NO. 747.544.7149 TEL NO. 707.528.3377 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19�7a 2:00 We are bidding the referenced project and would very much appreciate a price from you for the pavement marking portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details, we will be happy to do so. Thank you for your consideration. Dave Mariam * —COMM,j0jZa DATE DEC-15-2M TIME 13=00 P.01 MOM - MEMORY TRANSMISSION START-IEC-15 12:59 ENI-DEC-15 13:00 FILE NO.- 0% NO. COM ABER/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 17077639761 002/002 —WR FORDS ASSOC. — Hcrk kak�c� is ls+k }k�k�lc]kk tcrk »cok*#�k* *mac —415 927 1575 415 927 1575— W.R.FORDE ASSOCIATES Phone:510115.9338 Fax:510.215.9338 12/15/2000 1:10 PM Number Of Pages(Including Cover) ATTENTION: JERRY STRIPING GRAPHICS FAX NCI. 707.763.9761 TEL NO. 707.763.9425 CELL NO. 707.974.1555 RE: Bid For Contra Costa County Pazrldng Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the pavement marking portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details, we will be happy to do so. Thank you for your consideration. ,Dave Mariani 4triping oaphics 12,15.Wdu —C 1.-TD-RNAL— ** **Hak** k*** *Hc DATE DEC-15-2000 TIME 1257 P.01 MODE . MEMORY TRANISMISSION START-DEC-15 12:S6 END-DEC-15 12=57 FILE NO.- 088 NO. COM ABB"TWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE: NO. 001 OK 17075520 28 002/002 —LR FORDE ASSOC. — ****Hak*HakHapK***k*�k**Hdc*HaK****Halt*HcHakHt —415 927 1575 — *H*** - A1S 927 1575— Ha+ak*Hc* W.K FORDE ASSOCIATES Phone:510.215.9338 Fax:510.215.9867 FAX COVER. SHEET 12/15/2000 12:52 PM Number Of Pages(Including Cgver) 2 ATTENTION. MM&BRL4N M.F.MAM �;d�' FAXNO. 707.552.0328 M/ TEL Nth. 707.552.2774 N RE: Bid For Contra Costa County y ' Parking Lot Renovation Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide ftuther details,we will be happy to do so. Thank you for your consideration. Dave Mariani —CChIFt.JCJIhIAL- �wlccckgan�c�c*� UATE ITEC-15— idc�kak TI ME 12:49 Fy.01 MODE - MEMORY TRANSMISSION START-DEC—i5 12:47 END-DEC—iS 12:49 FILE NO.- Oel NO. COM ABBR/NTWK STATION NAME/ PACES PRG.NO. PROGRAM NAME TELV14ONE NO. oei OK 2342938 002/002 —WR FORDE ASSOC. — lt�k i tic*�wcrkHc�icakic�k�ic�Ic�lc c* c* �t�c** —415 927 1575 — * c* — . 415 927 1575— W.R.FORDE ASSOCIATES Phone:510.215.9338 Fax:510.215.9967 TRANSMI TAL 12/15/20001:01 PM 2 Pages(including cover) ATTENTION: am 'i HITESIDE CONSTRUCTION FAX NO.510.234.2938 TEL NO.510.234.6681 RE: Bid For Contra Costa County Parking Lot Renovation--Dain Street,Martinez BIDS'x UXSDAY,DECEMBER 19 Qa 2:00 We are bidding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. l Dave Mariana, � .. �dau�lcrwdeeslnlc —C(7149.JOIJRhK�I — k�wble DATE DEC-15-2e00we»r T I hE 12-51 P.01 MODE MEMORY TRANSMISSION START-DEC-15 12:49 EMD-DEC-15 12:51 FILE NO.- 082 NO. COM AHDR/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK S 14156482365 002/002 —AR FO2DE ASSOC. — —415 927 1575 — ***** — 415 927 1575— ********* W.R FORDE ASSOCIATES Phone: 510.215-9338 Fax: 510.215.9867 TRANSMITTAL 12/15/204012:55 PM Number of Pages Including Cover: 2 ATTENTION: JEFF OTANI CASEY FOGLI FAX NO. 415.648.2365 TEL NO. 415.648.5884 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez RIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Marian y ak c+�opu +rgdc�csk -CC i`1.Jul.— 'w' 'k'w lc'kr 1°K'�at' DATE LEC-15-2000 T I hE 12.52 P.01 MODE - MEMORY TRANSMI SS ION START-DEC-15 12.51 F-ND•DEC-15 1252 FILE NO.. 083 NO. COM A88R/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK s 17076424014 002/002 -ice FORDE ASSOC. — *sIcHc�Ic kslc�le�ic*�lcskslc* *�kskriask �k�kskk]k***�K* k —415 527 1575 — *mac* — 415 927 1575— W.R.FOE ASSOCIATES Phone: 510.215.9338 Fax:510115.9867 FAX COVER SHEET Number Of Pages(Including Cover) 2 ATTENTION: DALE R E.MAIM FAX NQ. 707.642.4014--""'"" --� TEL NO. 707.642.8907 CAR: 707.974.1848 RE: Did For Contra Costa County Parking Lot Renovation--Main Street,Martinez BIDS TUESDAY,DECEMBER 19 a@ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide Auther details,we will be happy to do so. Thank you for your consideration. Slave Mariani ** -COMM.JOURNAL- * DATE DEC-15-2MO TIME 12:53 * P.01 MODE - MEMORY TRANSMISSION START-DEC--15 12:52 END-DEC-15 1253 FILE NO.- 084 NO. COM A88R/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 2 170'75524841 002/002 -WR FORDE ASSOC. - -415 527 1575 - ***** - 415 927 1575- W.R.FOR.DE ASSOCIATES Phone: 510.215.9338 Fix: 510.215.9867 FAX COVER SHEET 12/15/2000 12:45 PM Number Of Wages(Including Cover) 2 ATTENTION: R&R MAZER FAX NO. 707.552.4841 TEL NO. 707552.0330 RE: Hid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are binding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide finther details,we will be happy to do so. Thank you for your consideration. Dave Mariani **� * —COM1M-J — DATE MC-15-20M *ow*** TIME 12:54 slwdc P.01 MODE . MEMORY TRANSMISSION START-DEC-15 12:53 END-DEC-15 12:54 FILE NO.. 086 NO. COM ABBR/NTLJ< STATION NAME' PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK ■ 17075258532 002/002 —WR FORDE ASSOC. — *** ** *** *****» * —415 927 1575 — * ** — 415 927 1575— W.K PORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/1512000 12:46 PM Number Of Pages(Including Cover) 2 ATTENTION: GARY DAHL A&D CONCRETE FAX NO. 707.525-8532 TEL NO. 707.546.3113 CELL NO. 707.481.5810 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER,19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Mariani DATE DEC-15-'2000 TIME 12.56 P.01 MODE . MEMORY TRANSMISSION START-DEC-15 12:54 END-DEC-15 12.56 FILE NO.ft 087 NO. COM ASSR/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK s 17076431362 002/002 -WR FORDE ASSOC. -415 927 1575 - ** 415 927 1875- W.R.FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/15/2000 12:47 PM Number Of Pages(Including Cover) ATTENTION: SHANE CHALMERS STRANGE&CHALMERS FAX NO. 707.643.1352 TEL NO. 707.643.9075 / MOBILE: 707.974.5300 V'' RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIAS TUESDAY,DECEMBER 1.9(a 2:00 We are bidding the referenced project and would very much appreciate a price from you for the concrete portion of the work. We have enclosed.the Notice To Contractors for your information and if we can provide farther details,we will be happy to do so. Thank you for your consideration. Dave Mariani DATE IEC-15-2000 * TIME 12:33 ik » P.01 MODE - MEMORY TRANSMISSION START-DEC-15 12:32 END-DEC-15 12.3: FILE NO.- 075 NO. COM ASM/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK * 6201155 002/2 -WR FORDE ASSOC. - �ak�k�k�k+k ok�ksbk ks k kswk�lc� syicHnkrkmskrk�Fcsk lc —415 927 1575 415 927 1S?S— sk„k%�K�Ink�nK�k W.R.FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 TRANSMITTAL 12/15/2409 12:23 PM {y Number Of P*ges(Including Cover) 21 'AAf G ATTENTION: /GREG CIREWELE ELECTRIC FAX NO. 510.620.115$ TEL NO. 510.620.1150 CELL NO. 415.531.8103(Greg) CELL NO. 415.531.5103 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the electrical portion of the work. We have enclosed the Notice Inviting Bids for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Marian —COhflM.JOURNAL— DATE ITEC-15-2000 *qac TIME 12132 P.01 MODE a MEMORY TRANSM I SS I oN STAF T-DEC-W 15 12:30 END•DEC-15 1232 FILE NO.- 074 NO. COM ABBR/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE: NO. 001 OK 14158929651 002/002 —WR FORDS ASSOC. — —415 927 1575 — ***** — 415 927 1575— +c *** W.R FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/15/2000 12:20 PM Number Of Pages(Including Cover) 2 ATTENTION: MAUREEN TRESCH TRESCH ELECTRIC FAX NO. 415.892.9651 TEL NO. 415.897.2125 CELL NO. 415.559.4328 Bob Cel4 415.559.4428 IRE: Biel For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19�,7a 2.:00 We are bidding the referenced project and would very much appreciate a price from you for the electrical portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Mariani * **** —C"-JCLJFZHAL— �k* c 1c *�awcrk wc* DATE DEC-15-2000 TIME 12:30 P.01 MODE m MEMORY TRANSMISSION START-DEC-15 1229 END-DEC-15 1230 FILE NO.- 073 NO. COM AHHR/NTWK STATION NAME/ PACES PRG.NO. PR '1 NAME TELEPHONE NO. 001 0< 17072265271 002/002 —WR FORDS ASSOC. —415 927 1575 — ** — 415 927 1575— * W.R.FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVED SHEET 12/15/2000 11:24 AM Number Of Pages(Including Cover) ATTENTION: ROBERT REIT) TRY COUNTY ELECTRIC FAX NO. 707.226.5271 TEL NO. 707.726.6117 CELL NO. 707.888.1356 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the electrical portion of the work. We have enclosed the Notice Inviting Bids for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Marian ** *** —COMM.JOJRFKIL— DATE DEC-15-2WO * k TIME 12:29 +c P.01 MODE - MEMORY TRANSMISSION START®DEC—iS 12:27 END-DEC-15 12:28 FILE NO.- 072 NO. COM ABBRJNTWK STATIM NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK a 17077928110 002/002 —WR FORDE ASSOC. — ****�"k*******'k* •-415 927 1575 — *** — 415 927 1575— c** W.R.FORDE ASSOCIATES Phone: 510.215.9338 F'a=510.215.9867 FAX COVER SHEET 12/15!200012:36 PM Number Of Pages(Including Carver) ATTENTION: MIKE BROWN ELECTRIC FAX NO. 707.792.8110 DIRECT FAX 707.792.8112 TEL NO. 707.792.8100 DIRECT LINE 707.792.8108 CELL NO. 707.974.3196 RE: Rid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the electrical portion of the work. We have enclosed the Notice To Contractors for your inforrnlation and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Mariani -C:OW.J - DATE DEC-15-2000 TIME 1227 » P.01 MODE - MEMORY TRANSMISSION START-DEC-15 12:24 END-DEC-15 12:27 PILE NO.- 071 NO. COM ABBPINTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 9 14158923044 002/002 -WR PORDE ASSOC. - ** kalnk�k%oWInWIe�cNe k*�k k kknicsk7k kwerk�iccr c*sie*Hc -415 927 1575 - aWl*** - 415 927 1575- �IWc�KMak�Id�MeMe W. R.FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/15120401 12:34 PM Number Of Pages(including Cover) 2 ATTENTION: TONY CANTARUTTI ANTHONY CANTARUTTI ELECTRIC FAX NO. 415.892.3044 TEL NO. 415.$92.3044 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BEDS TUESDAY,DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the electrical portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details,we will be happy to do so. Thank you for your consideration. Dave Mariani * -COMM.JOURNA-- ***'K* DATE DEC-15-2000 * * TIME 11:50 P.01 MODE - MEMORY TRANSMISSION START-DEC-15 11:27 END-DEC-15 11:50 FILE NO.- 064 NO. CDM ABBR✓NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK s 14158833702 035/035 -WR FORDE ASSOC. - -415 927 1575 - *t*."k" - 41S 927 1575- *** W.R. FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12115!200011:35 AM .117 Number Of Pages(Including Cover) ATTENTION: CHARLES AND ELIZABETH ASBESTOS CONTROL CENTER FAX NO. 415.883.3702 TEL NO. 415.883.7856 PAGER NO: 415.256.4704 CELL NO. 415.559.0027 CELL NO. 415.559.0028(Glenn) RE: PROJECT BIDDING DECEMBER 19 @ 2:00 '1 CONTRA COSTA COUNTY PARKING LOT RENOVATION--MAIN STREET,MARTINEZ Attached are the Removal Of Asbestos specifications for the referenced project. Would you please give me a call to discuss. Thanks. Dave Marian ** -COMM•JOURNAL- DATE DEC-15-2000 TIME 11:43 P.01 MODE - MEMORY TRANSMISSION START-DEC-15 1141 END-DEC-15 1143 FILE NO.- 1367 NO. COM AHBR/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK 65635M 002/002 -IR FORDS ASSOC. - -415 927 1575 - - 415 927 1575- * * W.R.FORTE ASSOCIATES 984 i IENSLEY STREET—RICHMOND CA 94801 Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER SHEET 12/15/200011:48 AM Number Of Pages(Including Cover) ATTENTION: WXILLIAM WHITE COMPANY FAX Nd. 510.658.3503 TEL NO. 510.658.8167 RE: Bid For Contra Costa County Parking Lot Renovation—Main Street,Martinez BIDS TUESDAY,DECEMBER 19 a@ 2:00 Don: Attached is the Notice To Contractors for the referenced project which we are bidding next week. We would appreciate a price from you for the security gates. Please give me a call when you have an opportunity. Thanks. David Voorhis -CC7M..TOI - k DATE DEC-15- ► TIME 11:39 *mac P-01 MOM . MEMORY TRANSMISSION START-DEC-15 11:37 END-DEC-15 W39 FILE NO.- 065 NO. COPi ABBR/NTWK STATION NAME/ PAGES PRG.NO. PROGRAM NAME TELEPHONE NO. 001 OK a 192555279?1 002/002 -WR FORDE ASSOC. - -415 927 1575 - ***** - 415 927 1575- ** * W.R.FORDE ASSOCIATES Phone: 51+0.215.9335 Fax: 510.215.9867 FAX COVER. SHEET 12/15/2000 11.40 AM Number Of Pages(Including Cover) FAXNO. 925-552-7971 TEL NO. 925-552-8070 RE: PROJECT BIDDING DECEMBER 19 @ 2:00 A.M. CONTRA COSTA COUNTY PARKING LOT IMPROVEMENT MAIN STREET,MARTINEZ Joe: Forgot to mention yesterday that we had this project bidding.Would you give nae a call when you have a chance. Thanks Dave Marian W. R. FORDS ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER. SHEET 12/15/200011:35 AM Number Of Pages (Including Cover) ATTENTION: CHARLES AND ELIZABE'T'H ASBESTOS CONTROL CENTER FAX NO. 415.883.3702 TEL NO. 415.883.7856 PAGER NO: 415.256.4704 CELL NO. 415.559.0027 CELL NO. 415.559.0028 (Glenn) RE: PROJECT BIDDING DECEMBER 19 @`7a 2:00 CONTRA COSTA COUNTY PARKING LOT RENOVATION—MAIN STREET, MARTINEZ Attached are the Removal Of Asbestos specifications for the referenced project. Would you please give me a call to discuss. Thanks. Dave Mariani 6920 Koll Center Parkway Suite 216 k n- Pleasanton,CA 94566 925.426.2600 GROUP SERVICES Fax 925.426.0106 Industrial Hygiene Technical Specification for Removal of Asbestos-Containing Materials from the Fleet Pool Garage and Parking Structure 1215 Main Street Martinez, California Clayton Project No. 70-99519.00.001 October 24,2000 Asbestos Removal and Lead Paint Remov. 1701 www.claytongrp.com Environmental Services Occupational Health and Safety • Laboratory Services cx.... .... .. List of Abbreviations AHERA Asbestos Hazard Emergency Response Act AIHA American Industrial Hygiene Association ANSI American National Standards Institute BAAQMD Bay Area Air Quality Management District Cal/OSHA California Occupational Safety and Health Administration CCR California Code of Regulations CFR Code of Federal Regulations CSO Construction Safety Orders DOHS California Department of Health Services DOSH California Department of Industrial Relations,Division of Occupational Safety and Health EPA Environmental Protection Agency FA/CPR First aid/cardiopulmonary resuscitation f/cc Fibers per cubic centimeter GISO General Industry Safety Orders NEPA High efficiency particulate air HVAC Heating, ventilating, and air conditioning MSDS Material safety data sheet NESHAP National Emission Standards-for Hazardous Air Pollutants NFPA National Fire Protection Association NIOSH National Institute for Occupational Safety and Health NVLAP National Voluntary Laboratory Accreditation Program OSHA Occupational Safety and Health Administration PAPR Powered air-purifying respirator PCM Phase contrast microscopy PEL Permissible exposure limit ppm Parts per million s/mm2 Structures per square millimeter TEM Transmission electron microscopy ZClaytan CONTENTS 1.0 INTRODUCTION......................................................................................................1 1.1 SCOPE OF WORK......................................................................................................1 1.2 BIDDING REQUIREMENTS ........................:............................................................3 1.3 PROSPECTIVE CONTRACTOR LICENSES AND QUALIFICATIONS................4 1.4 DESCRIPTION OF WORK.........................................................................................5 1.5 COORDINATION AND TIME LIMITATIONS........................................................6 1.5.1 Coordination.........................................................................................................6 1.5.2 Time Limits...........................................................................................................6 1.6 APPLICABLE STANDARDS AND GUIDELINES -GENERAL REQUIREMENTS.......................................................................................................6 1.7 NOTIFICATIONS........................................................................................................8 1.8 SUBMITTALS.............................................................................................................8 1.8.1 Pre-project.............................................................................................................8 1.8.2 During Project.................. .....12 .............................................................................. 1.8.3 Post Project.........................................................................................................12 1.9 AIR MONITORING/INDEPENDENT INDUSTRIAL HYGIENE CONSULTANT.........................................................................................................13 2.0 ASBESTUS CONTROL PROCEDURES..............................................................14 2.1 CONTRACTOR EMPLOYEE TRAINING..............................................................14 2.2 PERSONAL PROTECTIVE EQUIPMENT..............................................................15 2.2.1 Respiratory Protection ........................................................................................15 2.2.2 Protective Clothing.............................................................................................16 2.3 WORK AREA ENTRY AND EXIT..........................................................................17 2.3.1 General................................................................................................................17 2.3.2 Entry/Exit Procedures for Worker Decontamination Area.................................18 3.0 SITE PREPARATION/ISOLATION OF THE WORK AREA..........................19 3.1 GENERAL SITE PREPARATION : 3.2 ISOLATION/PR.EPARATION OF THE WORK AREA..........................................19 3.3 MAINTENANCE OF WORKPLACE BARRIERS..................................................20 3.4 WORK AREA PREPARATION REVIEW...............................................................21 4.0 REMOVAL...............................................................................................................21 4.1 GENERAL WORK PRACTICES..............................................................................22 4.2 WET METHODS.......................................................................................................22 4.3 GROSS REMOVAL OF ASBESTOS-CONTAINING MATERIALS.....................23 4.4 REMOVAL OF FIRE DOORS..................................................................................23 4.5 REMOVAL OF ROOFING MATERIALS ...............................................................24 4.6 REMOVAL OF WINDOW PUTTY..........................................................................25 rUkISAVF NW01i6ATAIOHS�PROJEM199q,70.99514.00.00[-Asbspeedoc Clayton • 4 CONTENTS, S �`V 1 i Y 4.7 REMOVAL OF EXTERIOR PAINT.........................................................................25 5.4 DISPOSAL PROCEDURES ...................................................................................26 5.1 WASTE CONTAINER HANDLING........................................................................26 5.2 TRANSPORTATION TO THE LANDFILL.............................................................28 5.3 WASTE CONTAINER DISPOSAL..........................................................................28 6.0 DECONTAMINATION PROCEDURES..............................................................29 6.1 DECONTAMINATION OF EQUIPMENT, SUPPLIES, OR MATERIALS.............................................................................................................29 7.0 RECORDKEEPING................................................................................................29 Appendices A Medical Examination Documentation Form B Respiratory Selection Criteria t PLNI%ANF_NWOIZATA%OHS\PR07EM1999%7499519.00-Mi-Asb1padx 1� A Clayton 1.0 INTRO12UCTI N 1.1 SCOPE OF WORK . A. This specification covers the removal of asbestos-containing materials (ACM) that will be impacted by planned demolition of the Fleet Pool Garage and renovation of the Parking Structure located at 1215 Main Street in Martinez, California. The goal of this project is to remove and dispose of all ACM that will be impacted by the demolition and renovation work. B. It is the intent of the contract documents to described the work necessary to complete this project. If the work area isolation procedures required in this specification are not deemed feasible by the Contractor because of unusual conditions, such as inaccessibility or special equipment requirements,the Contractor must submit a detailed written work plan prior to abatement(see Paragraph 1.8.1 (B) (2 1))for review and approval by Contra Costa County's industrial hygiene consultant. C. The Contractor shall perform all work in strict accordance with the requirements of this specification regardless of proposed alternative procedures, if any, described in the Contractor's detailed project plan submitted in accordance with Paragraph 1.8.1 (B) (21),unless the Contractor receives written approval df any changes by Contra Costa County or its industrial hygiene consultant. D. The Contractor shall remove the following asbestos-containing materials prior to demolition of the Fleet Pool Garage and renovation of the Parking Structure. Table 1 Fleet Pool Garage ACM to be removed Approximate amount Asphalt and gravel roof 2,600 square feet Roof penetration mastic 100 square feet Rolled sheet-type roofing 750 square feet Roof penetration mastic 50 square feet Window putty 100 square feet Fire doors Not quantified rrar\sANF NwoIwArA\OHS\PROJEC'nl9W7O.9ssw-on-001-A,bweam 1 Clayton Note: In addition to the above-mentioned ACM, the Contractor is hereby notified of the presence of asbestos in the exterior white paint. This paint was found to contain less than 0.1%asbestos using the PLM point count method.'•Because the paint contains less than 0.1%asbestos, it will not require removal prior to demolition of the building. The demolition contractor should also be notified of the presence of asbestos in this material. Table 2 Parking Structure ACM to be removed Approximate amount Iced exterior tar/paint on structural steel 500 square feet present, columns and beams but only 20 square feet of peeling/flaking tar/paint is to be removed under the scope of work for this project E. Fire doors have not currently been inspected for ACM core insulation. When fire doors are required to be removed, the Contractor will remove each door intact and set aside in an arranged area to be sampled by Contra Costa County's industrial hygiene consultant. Any doors found to contain asbestos will then be properly disposed ofby-the Contractor using the procedures in this specification. F. The Contractor shall verify the quantities and locations of ACM to be removed during the prebid meeting/site visit. The Contractor shall remove all ACM and contaminated materials identified above and decontaminate the work area using procedures described in this document. The Contractor is responsible for performing any demolition required to access ACM for removal. Note: In addition to ACM, the Contractor is hereby notified of the presence of lead containing paints (LCP) and ceramic tiles at this property, and shall take necessary actions to comply with the requirements of the Cal/OSHA lead standard for the construction industry. Refer to the "Technical Specification for the DemolitionlDisturbance of Intact Lead CoatedlContaining Building Components at the Fleet Pool Garage and Parking Structure"for additional requirements applicable to demolition work involving painted building surfaceslcomponents at this site. FLri\SAW'F_NWOI\DATAOHS1tk07ECT19W7O.99519.00-001-AsbvW.doe 2 clwtm 1.2 BIDDING REQUIREMENTS A. By submitting a bid, the Contractor acknowledges that he has investigated and satisfied himself as to (a)the conditions affecting the work, including,but not limited to,physical conditions of the site that may affect site access;handling and storage of tools and materials; access to water, electric,or other utilities; or factors that may otherwise affect performance of required activities,and(b)the character and quantity of materials and obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site,including exploratory work done by Contra Costa County or a designated consultant,and information presented in this specification and related contract documents. B. Any failure by the Contractor to acquaint himself with available information will not relieve him of the responsibility for properly estimating the difficulty or cost of successfully performing the work. Contra Costa County is not responsible for any conclusions or interpretations made by the Contractor on the basis of the information made available by them. C. Contra Costa County may make such investigation as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to Contra Costa County all such information and data for this purpose as they may request. Contra Costa County reserves the right to reject any bid if the evidence submitted by or investigation of such bidder fails to satisfy Contra Costa County that such bidder is properly qualified to cavy out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. D. Bidders shall attend the prebid meeting. No bids will be accepted from any Contractor who has not inspected the job site either in person or through a qualified, designated representative. A job site inspection and attendance at the prebid meeting by the Contractor, or his qualified representative, is a mandatory prerequisite for the acceptance of a bid from the Contractor. E. Should a Contractor find discrepancies in the specification, scope of work, or other bid documents, or be in doubt as to the meaning or intent of any part thereof, the Contractor must request clarification in writing from Contra Costa County. Discrepancies with regard to conflicts between the contract documents and applicable federal, state, or local regulations or requirements shall be included. Failure to request such clarification is a waiver to any claim by the Contractor for expense made necessary by reason of later interpretation of the contract documents by Contra Costa County. F. As of the date of issuance of this document, federal, state, and local regulations governing asbestos abatement work are evolving and subject to change. The Contractor shall be responsible for compliance with applicable regulations in effect at the time of work. The most recent editions of any relevant regulations, standard, document, or code shall be in effect. Where conflict among the PLUtiSANf NWOI�DATA\OHSLPRC JEM19"%70.99514.00.001-Aabspac&c 3 glon C1 .. requirements or with this specification exists, the most stringent requirement shall apply '.. G. Oral explanations or instructions will not be binding. Only written addenda are binding. Any addenda resulting from these requests will be mailed or faxed to all listed holders of bid documents. The bidder shall acknowledge the receipt of all addenda. 1.3 PROSPECTIVE CONTRACTOR LICENSES AND QUALIFICATION'S A. The prospective Contractor shall provide documentation of current and valid licensing in the State of California in accordance with the provisions of Chapter 9, Division 3 (as amended)of the Business and Professions Code. B. The prospective Contractor shall provide documentation of current and valid certification in the State of California to perform asbestos-related work by the Contractors' State License Board. C. The prospective Contractor shall provide documentation of current and valid registration with the California Department of Industrial Relations-Division of Occupational Safety and Health(DOSH)to perform asbestos-related work. D. As part of the bid proposal,the prospective Contractor shall submit documentation of successful completion of asbestos work involving at least three jobs of similar work and extent. Documentation shall include the following: 1. Agency or company for which the work was done 2. Type of work 3. Name of the agency or company representative responsible for performance inspections 4. Results of any air monitoring, including laboratory analytical reports 5. Results of any inspections by other agencies (e.g., Environmental Protection Agency, local Air Pollution Control Agency, Federal or California Occupational Safety and Health Administration) E. Prospective Contractors shall submit a statement, signed by an officer of the company, containing the following information: 1. A record of any citations issued by federal, state, or local regulatory agencies related to asbestos abatement activity. include projects, dates, and resolutions. 2. A list of penalties incurred through noncompliance with asbestos abatement project specifications, including liquidated damages, overruns in scheduled time limitations, and resolutions. PLX%\SANF_NWOI\DATA1OH"ROJEMI"9570."519.00-p41=Asb spee:&c 4 aayton 3. A description of situations in which any asbestos-related contract has been . terminated, including projects, dates, and reasons for terminations. • .. 4. A list of any asbestos-related legal proceedings/claims in which the Contractor (or employees scheduled to participate in this project)has participated or is currently involved. Include description of role, issue, and resolution to date. F. The prospective Contractor shall also submit the following information: I. A statement from the Contractors bond company declaring that the Contractor is capable of obtaining a bond in the amount required by the contract documents. 2. A copy of the company's organization chart and credentials of key persons that the Contractor is submitting to manage this project,including names and resumes of the project managers),job superintendent(s), foremen, and certified supervisors). 3. A proposed schedule for completion of work, including work hours,number of workers, and number of days required to complete the work. 4. Example of the"Certificate of Completion" the Contractor intends to provide at the completion of asbestos removal. 1.4 DESCRIPTION OF WORK A. The work specified herein shall be the removal of ACM and associated contaminated materials by competent persons trained,knowledgeable, and qualified in the techniques of abatement, handling, and disposal of asbestos- containing materials, and the subsequent cleaning of contaminated areas. B. All work shall be performed under the strict work practices and work area isolation procedures outlined in Parts 2 through 6. Contra Costa County shall make decisions on all claims or matters relating to the execution of the work or the interpretation or intent of this specification. Failure of the industrial hygiene consultant to identify unacceptable methods,procedures, or results during progress of the work shall not absolve the Contractor from his responsibilities to complete the work in accordance with the specified requirements and agreed-upon methods. The industrial hygiene consultant's role in advising Contra Costa County on environmental health matters does not relieve the Contractor's obligation to comply with all applicable health and safety regulations promulgated by federal, state, or local governments. C. The Contractor shall supply all labor, materials, services, insurance,permits, and equipment necessary to carry out the work in accordance with applicable federal, state, and local regulations, and this specification. PL1t1SANR NW0I\DATA\0HS\PR0YECT\I9M70.99119.00.001•Atbswdoc 5 A Clayton D. Any damages caused to adjoining building areas or structures during the performance of abatement activities shall be repaired by the Contractor at no additional expense to Contra Costa County. 1.5 COORDINATION AND TIME LINIITATIONS 1.5.1 Coordination A. The Contractor shall coordinate all work with Contra Costa County's project manager to(1)develop the overall schedule for completion of work within the contract period, (2) schedule the loading and unloading of materials and equipment, (3) schedule access to the building, (4)coordinate security procedures, and (5) schedule any changes in normal facility operations required to facilitate asbestos removal, such as de-energizing electrical power lines, shutting down hot water to piping systems, or deactivating ventilation systems that are in, supply, or pass through the work areas. The Contractor must provide at least 10 working days advance-notice to Contra Costa County's project manager prior to mobilization of equipment and materials. 1.5.2 Time Limits A. All abatement work shall be completed within the specified contract period. This includes all work up to, and including, final clearance air monitoring. Work will be performed during hours and on days to be established by Contra Costa County. Any changes in the established work hours/days must be approved in advance by Contra Costa County. Contra Costa County's industrial hygiene consultant must be provided at least 48 hours advance notice of any changes in work hours/days. 1.6 APPLICABLE STANDARDS AND GUIDELINES -GENERAL REQUIREMENTS A. All work under this contract shall be performed in strict accordance with all applicable federal, state, and local regulations, standards, and codes governing asbestos abatement and any other trade work done in conjunction with the abatement. B. The most recent editions of any relevant regulation, standard, document, or code shall be in effect. Where conflict among the requirements or with this specification exists,the most stringent requirements shall apply. C. Such documents include,but are not limited to, the following: L U.S. Department of labor, Occupational Safety and Health Administration (OSHA) a) Title 29 of the Code of Federal Regulations,Part 1926.1101, Asbestos Construction Standard (Title 29 CFR Part 1926.1101) b) Asbestos General Industry Standard (Title 29 CFR Part 1914.1001) ?L\\'SANF NWOIIDAYANOHS`YROJECC IO"4 76.49319.00d?01•AabSWdX 6 A Clayton ,... , P c) Personal Protective Equipment(Title 29 CFR.Part 1926, Subpart E) d) Hazard Communication(Title 29 CFR Part 1910.1200) e) Specifications for Accident Prevention, Signs, and Tags(Title 29 CFR Part 1910.145) 2. California Occupational Safety and Health Administration(Cal/OSHA) a) Title 8 of the California Code of Regulations, Construction Safety Orders, Section 1529 -Asbestos Standard(Title 8 CCR CSO Section 1529) b) General Industry Safety Orders, Section 5208 -Asbestos Standard (Title 8 CCR GISO Section 5208) c) Registration for Asbestos-Related Work(Title 8 CCR Sections 341.6 through 341.14) d) Respiratory Protective Equipment Standard (Title 8 CCR GISO Section 5144) e) Hazard Communication Standard (Title 8 CCR GISO Section 5194) f) Injury and Illness Prevention Program (Title 8 CCR GISO Section 3203) g) Access to Employee Exposure and Medical Records(Title 8 CCR GISO Section 3204) h) Accident Prevention Signs (Title 8 CCR GISO Section 6003) i) Emergency Action Plan (Title 8 CCR GISO Section 3220) j) Fire Prevention Plan(Title 8 CCR GISO Section 3221) k) Electrical Safety Orders (Title 8 CCR Chapter 4, Subchapter 5) 1) Construction Safety Orders (Title 8 CCR Chapter 4, Subchapter 4) 3. U.S. Environmental Protection Agency(EPA)National Emission Standards for Hazardous Air Pollutants (NESHAP) Asbestos Regulation (Title 40 CFR Part 61, Subpart M) 4. Bay Area Air Quality Management Contra Costa County (BAAQMD) Regulation 11, Hazardous Pollutants, Rule 2, Asbestos 5. American National Standards Institute(ANSI) a) Respiratory Protection (ANSI Standard 288.2-1992) b) Fundamentals Governing the Design and Operation of Local Exhaust Systems (ANSI Z9.2-79) c) National Fire Protection Association (NFPA) d) National Electric Code (No. 70-1984) e) Fire Extinguishers (No. 10-1984) tL%VdANF_NWOMATAtOHSVR®lECT19W.70-"519-00.001.Asbspee.dw 7 Clayton 6. California Department of Health Services(DHS), Title 22,Division 4, Chapter 30 of the California Code of Regulations-Minimum Standards for Management of Hazardous and Extremely Hazardous Waste 1.7 NOTIFICATIONS A. The Contractor shall be fully responsible for notification of federal, state, and local authorities, and for obtaining all necessary permits in accordance with applicable regulations, including but not limited to the following: B. Notifying the BAAQMD as specified by Regulation 11,Hazardous Pollutants, Rule 2, Asbestos. Written notification to the local air pollution control district office is required 10 working days prior to commencement of asbestos renovation/demolition activities involving specified quantities of regulated ACM. C. Notifying the nearest Cal/OSHA district office as soon as possible(at least 24 hours)prior to any asbestos-related work. Notification by telephone followed up in writing is acceptable. D. Notifying the appropriate City department to obtain permission to discharge filtered waste (shower)water to the sewer system, if applicable. E. Obtaining any City permits required for asbestos abatement or construction activities. F. The Contractor shall provide three copies of all notices and permits to Contra Costa County's industrial hygiene consultant. 1.8 SUBMITTALS A. The Contractor shall provide three copies of all required submittals to Contra Costa County's industrial hygiene consultant. 1.8.1 Pre-project A. Not less than five working days prior to the pre-project meeting, the Contractor shall submit the documents listed in Paragraph 1.8.1 (B)to Contra Costa County's industrial hygiene consultant. No work will be allowed to start until these documents have been reviewed and approved. Allow one week of review time by the industrial hygiene consultant. B. The following documents shall be submitted by the Contractor: 1. Copy of certification to perform asbestos-related work by the California Contractors' State License Board 2. Copy of the certificate of registration with DOSH to perform asbestos-related work PLXVLSANF_NWOI\DATA\OHS\PXOJEMl9M7o-"St9-00-001•Asbgw.dm 8 Clayton 3. Copy of hazardous waste hauler registration with DOHS, including identification number 4. Copy of annual inspection of vehicles and containers used to transport hazardous waste as required by Title 49, Code of Federal Regulations,Part 396 5. Copy of letter of approval from the California Regional Water Quality Control Board for the asbestos disposal site 6. Proof that necessary permits/paperwork have been obtained and that arrangements for site location,transportation, and legal disposal of asbestos- containing waste materials have been made 7. If applicable, a copy of a letter of approval from the City authorizing discharge of shower waste water to the city sewer system(water filtered through a minimum of a 5-micron pore size final filter prior to discharge) 8. Copies of all notifications/permits (Nate:The BAAQMD notification shall be provided with the ",1"number assigned,to the received notification by BAAQMD) 9. Evidence of training of AU workers as required by OSHA and applicable state and local regulations, and this specification 10. Documentation to demonstrate competency of Contractor's onsite competent/certified supervisory personnel as defined by Title 8 CCR Section 1529(b) and Title 29 CFR Part 1926.1101(b) 11. Documentation to demonstrate competency of the qualified person designated by the Contractor to perform air sampling and respirator fit testing as defined by Title 8 CCR Section 1529(b) 12. Evidence that at least one field team member has been trained in first aid and cardiopulmonary resuscitation (FA/CPR) and holds a current card 13. Statement signed by the examining physician for each employee (1) showing date of last medical examination and employee's name and social security number, (2) verifying that a medical exam has been conducted in accordance with the Cal/OSHA Asbestos Standard (Title 8 CCR Section 1529), and (3) indicating any medical work restrictions with regard to working with asbestos and wearing a respirator(Note: Medical examination documentation must include (1) the physician's determination as to whether or not the employee is physically capable of working while wearing the required respirator without suffering adverse health effects, and(2) the physician's opinion as to whether the employee has any detected medical conditions that would place the emplovee at an increased risk of health impairment from exposure to asbestos. Documentation must also include any recommended medical limitations PL%INSANF MV6t1DATA%OHS1PR©JEMI"%70-"514-Mool-Asb Wa.dm 9 ACRD' specified by the physician. The Contractor must be aware of, and provide information to, the examining physician about unusual conditions in the workplace environment such as asbestos hazards, high temperatures, humidity, and chemical contaminants that may impact the employees ability, to perform work activities. An example of a form of proper documentation is provided in Appendix A. The Contractor must submit this form or equivalent documentation for each employee.) 14. Records of qualitative and/or quantitative fit-testing for negative pressure respirators within the last 6 months for all workers(qualitative fit testing is acceptable for half-mask respirators only); documentation must include name of employee, date of testing,name of test conductor,name, type and model of respirator selected, and testing agent 15. Historical air monitoring data(see Paragraph 2.2.1(C) (7)) 16. Copy of the Table of Contents of the Contractor's written personal protective equipment program ' 17. Copy of.the Table of Contents of the Contractor's written Injury and Illness Prevention Program 18. If an analyst performs onsite airborne asbestos sample analysis,proof of current participation as ari asbestos counter in the American Industrial Hygiene Association (AIHA)Asbestos Analysts Registry 19. If a laboratory is used for airborne asbestos sample analysis by phase contrast microscopy (PCM),proof of current participation by the analyst as an asbestos counter in the AIHA Asbestos Analysts Registry, or proof of current accreditation by the AIHA for asbestos analysis 20. If a laboratory is used for airborne asbestos sample analysis by transmission electron microscopy (TEM), a copy of the laboratory's National Voluntary Laboratory Accreditation Program (NVLAP) certificate and scope of accreditation 21. Detailed project plan, including, at a minimum, the following items as applicable to this project: a) Sequence of work and performance schedule(including milestone dates for the following activities: on-site mobilization, work area preparation, ACM removal, detail cleaning, final clearance evaluations, completion dates, etc.) b) Manpower estimates by work shift c) Schedule for waste removal d) Procedures for isolating ventilation systems PL%SAN NWOMATAWHSVROiEM19"\70.993194)0.001.Asbspee.dm 10 e) Requirements for materials handling anchor installation of large equipment f) Procedures for work area preparation, including description of the containment barriers g) Quantity,type,and locations of high efficiency particulate air(NEPA) filter-equipped exhaust ventilation units,means of ducting exhaust air to the exterior of the building, and the means of continuously measuring and recording differential static pressure between the inside and outside of the enclosed work area h) Asbestos removal methods and procedures i) Procedures for decontamination of personnel,work area surfaces, and equipment j) Provisions for hot and cold running water for the shower in the worker decontamination enclosure system k) Procedures for final decontamination of work area and cleanup 1) Procedures for handling waste and location of proposed disposal site m) Personnel protective measures , n) Procedures for dealing with heat stress o) Air monitoring strategy to evaluate Contractor employees'personal exposures p) Emergency procedures (including medical, fire,toxic atmospheres, electrical hazards, evacuation, cleanup of unintended releases,power outages) 22. Manufacturer's certification that all filter-equipped equipment, such as exhaust units and vacuums, are in conformance with ANSI Z9.2 23. Current dioctyl phthalate(DOP) test certificate(s) for NEPA filter-equipped vacuum cleaners (Note: l OP testing must be performed onsite). 24. Copies of any licenses required to use patented equipment, systems, or designs (Nate; The Contractor shall obtain all licenses and pay all royalties and assume all costs incident to the use in the performance of the work or the incorporation in the work of any invention, design,process,product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design,process,product, or device is specified in the contract documents for use in the performance of the work, and its use is subject to any license fee or other copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the Contractor. The Contractor shall be solely responsible for all damages, losses, and expenses arising out of any infringement of patent rights resulting from the incorporation in the work of any invention, design,process,product, or device not specified in the contract documents, and shall defend all such P4a�5ANF-NWOMATA5OH"ROIECCT\199%70-"51940-001=Atb*PW,&C 1 2 claims in conjunction with any alleged infringement of such rights and shall hold Contra Costa County and its industrial hygiene consultant harmless from any damages, losses, and expenses including counsel fees.) 25. Current calibration certificates for continuous pressure differential monitoring devices 26. Material Safety Data Sheets (MSDSs) for proposed wetting agents, encapsulants, spray glues,or other chemical materials proposed for use 27. If the Contractor proposes to use a material containing a chemical with an exposure limit established by Cal/OSHA, submit a worker monitoring protocol acceptable to the industrial hygiene consultant. 28. Example of the "Certificate of Completion" the Contractor intends to provide at the completion of the abatement project 1.8.2 During Project A. During the project,the Contractor shall immediately provide copies of personal exposure monitoring results if a decision is made to reduce the level of respiratory protection as permitted in Paragraph 2.2.1 (C) (2). Copies of the results of personal air sampling conducted to meet Cal/OSHA's"initial" and "additional" monitoring requirements shall-be submitted within 24 hours of sample collection. All other air monitoring data shall be submitted within 5 days of sample collection. Contractor's logs shall be made available for inspection on request by Contra Costa County's representative or industrial hygiene consultant, and/or government regulatory personnel. B. The Contractor shall provide copies of all personnel documentation for employees who have been newly assigned to the job,before they begin onsite work. These records shall include medical examination documentation, appropriate training certificates, and respirator fit test records (when negative pressure respirators are being wom). C. During the project, the Contractor shall provide copies of the daily log documenting negative pressure ventilation unit inspections,workplace barriers and enclosure system inspections, pressure differential monitoring device checks, and other items specified in Part 7.0. In addition, the Contractor shall provide copies of initialed and dated pressure differential monitoring device circular/strip charts on a daily basis. 1.8.3 Post Project A. The Contractor will submit the following within 30 calendar days after completion of the asbestos abatement project. 1. Certificate of completion signed by the Contractor tL%N1SANF.NWCIVMTA\OHS1PROJECT\19"k7(-."5144)0-00I-Asbf"Aoc 12 +J Clayton 2. Copy of logs documenting filter changes on respirators,negative pressure exhaust ventilation units, and other engineering controls 3. Copy of the worksite entry log 4. Copy of the daily project log(see Part 7.0) B. The post project submittals must be provided by the Contractor, and reviewed and accepted by Contra Costa County's industrial hygiene consultant, before final payment will be made by Conga Costa County to the Contractor. C. Proof of the final disposition of all ACM, including copies of uniform hazardous waste manifests, waste shipment records, and any other landfill receipts shall be provided to Contra Costa County(and a copy to Contra Costa County's industrial hygiene consultant)within three(3)working days of the removal of asbestos materials from the site. 1.9 AIR MONITORING/INDEPENDENT INDUSTRIAL HYGIENE CONSULTANT A. The asbestos abatement Contractor shall bb responsible, as an employer, for all personal air monitoring required under the Cal/OSHA and OSHA asbestos standards for the construction industry (Title 8 CCR Section 1529 and Title 29 CFR Part 1926.1101). This includes initial,periodic/daily, and additional air monitoring as defined by Title 8 CCR Section 1529(d). Determinations of employee exposure to asbestos shall be based on personal breathing zone air samples that represent 8-hour time-weighted average and 30-minute excursion exposures for each employee on each shift in each job area and job classification. B. The Contractor shall designate a qualified person in accordance with Title 8 CCR Section 1529, who will be responsible for conducting air sampling, calibrating air sampling equipment, evaluating the Contractor's air sampling results, and performing and evaluating respirator fit tests. The Contractor must demonstrate the competency of the person performing these duties to Contra Costa County's industrial hygiene consultant. C. All personal air samples shall be collected using the OSHA Reference Method (ORM) and analyzed by successful participants in the Asbestos Analysts Registry administered by the AIHA or in an AIHA-accredited laboratory. All field and laboratory data shall be submitted for review by Contra Costa County's industrial hygiene consultant. The industrial hygiene consultant will monitor sample collection and may require that additional sampling be performed. D. Contra Costa County's industrial hygiene consultant may conduct air monitoring inside and outside the asbestos removal work areas as determined to be appropriate, in addition to any that may be provided by the Contractor. Unacceptable work practices and/or fiber counts above 0.01 f/cc in adjacent or outside areas will be a basis for temporary suspension of work, as determined by F1,1\1SANF_NWOMATA4OHSIPROJEC" I"9170-"514•U0.001•Asbeg"d= 13 Clayton Contra Costa County's industrial hygiene consultant and ordered by Contra Costa County, until corrections are made and fiber concentrations are below 0.01 f/cc. E. Air monitoring results generated by the industrial hygiene consultant shall not be used by the Contractor to represent compliance with regulatory agency requirements for monitoring of worker exposure to airborne asbestos,nor shall any other activity on the part of the industrial hygiene consultant represent the Contractor's compliance with applicable health and safety regulations. 2.0 ASBESTOS CONTROL. PRQCEDURES 2.1 CONTRACTOR EMPLOYEE TRAINING A. The Contractor shall designate a certified supervisor/competent person to perform and supervise the duties specified under Title 8 CCR Section 1529(e)(2)(D). Such competent personnel shall meet the qualifications described in Title 8 CCR Section 1529(b) and(e)(2)(E), and shall have successfully completed an EPA- accredited Contractor/supervisor course. B. Training of employees shall meet the requirements outlined in the OSHA regulations and the provisions under Title 8 of the California Code of Regulations. Evidence of participation in a training program shall be provided to Contra Costa County's industrial hygiene consultant for each employee not less than five working days prior to the pre-project meeting. For newly assigned employees, training documentation must be submitted before they begin onsite work. Each worker shall have completed an EPA-accredited abatement worker course. Training shall include, but not be limited to, instruction in general safe work practices with specific instructions in hazards unique to the job,respirator training, asbestos training, and training in the use of fire extinguishers. The Contractor will provide at least one person trained in first aid and CPR onsite at all times during abatement activities. C. The Contractor shall conduct a safety conference onsite prior to the commencement of any asbestos-related work, which shall include all members of the abatement crew. Contra Costa County's representative(s) and the industrial hygiene consultant's onsite representative shall be informed of the date and time of the meeting and invited to attend. The Contractor shall discuss procedures specific to the job, such as building access and rules, abatement methods, asbestos handling, and emergency procedures. This meeting, as well as other safety meetings held throughout the project, shall be documented by the Contractor in his daily project log (see Section 7.0[A]). PLN\SANF-NWOt\8ATA1OHS\PROJEC ,1949170.94519-00.681-Atbtp"Aw 14 clmrtm 2.2 PERSONAL PROTECTIVE EQUIPMENT 2.2.1 Respiratory Protection A. All respiratory protection shall be provided to workers and authorized visitors in accordance with the Contractor's submitted written respiratory protection program, which shall include all applicable items in Cal/OSHA regulation Title 8 CCR Section 5144. B. Workers shall be provided with personally issued, individually identified respirators. C. Respirator use shall meet the following criteria: 1. Respirators must be selected in accordance with(1)the ANSI Standard for Respiratory Protection(288.2-1992), and(2)the requirements of the CaUOSHA Asbestos Standard(Title 8 CCR Section 1529), Cal/OSHA Respiratory Protective Equipment Standard(Title 8 CCR Section 5144), and OSHA Respiratory Protection Standard(Title 29 Cl~R.Part 1914.134). Disposable respirators are not allowed. The protection factor must be considered when selecting the appropriate respirator. The required respirator will depend on the results of personal air monitoring of employees conducted by the Contractor. Respirators selected must meet the criteria specified in Appendix B,which are designed to ensure that personnel are not exposed, inside the respirator, to airborne fiber concentrations in excess of 0.01 f/cc, the EPA-recommended clearance criterion when PCM is the method of analysis. 2. Half-mask air-purifying respirators shall be the minimum allowed respiratory protection during the removal of ACM roofing, ACM tar/paint (when removed wet using chemical paint removers), and window putty (when the putty is removed intact by removing the entire window frame assembly as a unit). The protection factor of the respirator worn must be adequate to reduce levels of exposure to or below 0.01 f/cc. The contractor may eliminate the use of respirators for roofing and window putty removal work when personal exposure monitoring for each work classification, performed under worst case scenarios, indicates concentrations that do not exceed the 8-hour TWA PEL and 30-minute excursion limit for airborne fibers. (Note: During use of an organic solvent-based material to remove tarlpaint, the workers shall be provided with combination organic vaporlHEPA filter respirators, or acceptable alternative respiratory protection as appropriate.) PLkASANF NWOItDATA\OHSlPROXC*nI4f%7(+ -44319-00-001-Asbxy Aoc 15 y►��Clayton I At a minimum, half-mask respirators equipped with high-efficiency particulate air(HEPA) filters may be used during inspection or repair work, or any nonremoval-related activities within the building where such respiratory protection is deemed appropriate by Contra Costa-County's industrial hygiene consultant. 4. Additional respirators (minimum of two of each type),training on their donning and use, and respirator fit testing (for negative pressure half-mask respirators)must be provided by the Contractor at the work site for authorized visitors who may be required to enter the work area. (Note. The Contractor is responsible for providing medical exams to his employees only. Contra Costa County's representatives and other authorized visitors must provide medical approval to wear a respirator prior to being issued a respirator by the Contractor.) 5. Negative pressure respirators shall be qualitatively fit tested within 6 months before the-estimated completion date of the project. 6. Negative pressure air-purifying respirators shall be equipped with cartridges and exhalation/inhalation valves to permit performance of positive and negative pressure fit checks. 7. Personal air monitoring of a representative number of workers (including workers performing activities that have the greatest potential for generating airborne fibers)must be performed by the Contractor to ensure that respirators with the appropriate protection factor are being wom. To assure use of proper respirators, results of monitoring on the first day of asbestos removal activities must be obtained before another shift may begin unless(1) respirators with the maximum protection factor(greater than 1,000) are wom, or(2)the Contractor can provide historical air monitoring data(for at least three similar projects) that indicates that the protection factor of the respirator selected is adequate for the operation being performed. 2.2.2 Protective Clothing A. All personal protective equipment shall be provided to workers, authorized visitors, Contra Costa County's representatives, and Contra Costa County's industrial hygiene consultant in accordance with the Contractor's submitted written personal protective equipment program, which must include, at a minimum, all applicable items in Cal/OSHA regulation Title 8 CCR Section 5144. B. The Contractor shall provide full-body disposable protective clothing, including head, body, and foot covers, consisting of material such as TyvekTM or equivalent in sizes adequate to accommodate movement without tearing. PL11SANP NWO1\DATA\0HSVR0JEM 1999t70.99S 19-00-001-Amb spec.d= 16 Clayton C. The Contractor shall provide nonskid footwear(preferably steel-toed rubber boots). Disposable clothing shall be adequately sealed to the footwear to prevent body contamination. D. The Contractor shall provide and require the use of eye and/or hand protection, as appropriate, during any activities that involve potential for eye or hand injury. Full facepiece respirators constitute eye protection. E. The Contractor shall provide and require the use of head protection during any activities that involve a potential for head injury. 2.3 WORK AREA ENTRY AND EXIT 2.3.1 General A. The Contractor must prepare a preauthorized entry list. Prior to being listed, each person who is.shown on the preauthorized entry list must submit a copy of medical examination documentation, appropriate training certificate(s), and a respirator fit test record(when negative pressure respirators are worn). B. All personnel whose names do not appear on the list(examples would be regulatory personnel, health inspectors, etc.),but who enter the work area on a nonemergency basis,must sign, upon entry and exit, an entry log provided by the Contractor and located in the clean change room. No person shall enter the work area unless he or she has received the minimum asbestos awareness and respirator training as outlined in the Cal/OSHA asbestos standard. Personnel whose names do not appear on the list must show proof of medical approval to wear a respirator and a respirator fit test record (or be fit tested by the Contractor)before signing the entry log and entering the work area(when negative pressure respirators are worn). C. All authorized personnel, before entering the work area for the initial time, shall be familiar with the locations of all posted regulations,personal protection requirements (including workplace entry and exit procedures), and emergency procedures. D. All personnel shall proceed first to the worker decontamination area and dress in appropriate disposable coveralls, head and foot covering, and respiratory protection. Replacement respirator cartridges and protective clothing shall be provided by the Contractor and used by all personnel for each separate entry into the work area. Cartridges on negative pressure respirators must be replaced for each new entry into the work area. PL11%ANP_NWOIIDATAtOH"ROJECT\19M70-99514.00-00I-Asbspa.dm 17 A Clayton E. At all times throughout any asbestos abatement project period,the Contractor shall provide adequate security measures to prevent=unauthorized entry into the work area. The work area shall neve be left unattended unless access can be positively blocked. F. The Contractor shall comply with all local fire safety rules regarding egress from buildings. The Contractor shall identify and mark fire and emergency exits from the work area. G. The Contractor shall ensure that all workers do not eat, drink,smoke,chew gum or tobacco, or apply cosmetics in the work area. "No smoking" signs shall be posted at the entrance to the work area. 2.3.2 Entry/Exit Procedures for Worker Decontamination Area A. All workers and authorized personnel shall enter the roof, tar/paint, and window putty removal areas through the worker decontamination area,which shall consist, at a minimum, of an impermeable drop cloth of sufficient size to accommodate cleaning of equipment and personnel, a NEPA vacuum for vacuuming personnel protective suits prior to removal, and a waste bag for disposal of personal protective suits and towels. Nate: The.HEPAf falter-equipped vacuum cleaner shall be DOP challenge tested before work begins. The contractor shall obtain a test certificate and provide it to Contra Costa County's (County's) industrial hygiene consultant. B. Personnel wearing designated personal protective equipment shall proceed from the worker decontamination area to the work area to begin designated activities. C. Before leaving the work area, all personnel shall remove gross visible contamination from the outside of respirators and protective clothing by HEPA vacuuming, and/or wet-wiping. D. Personnel shall proceed to the decontamination area for removal of all protective equipment. Coveralls shall be disposed of in the labeled waste container provided in the decontamination area. E. Reusable, contaminated footwear, and gloves shall be stored in the decontamination area when not in use in the work area. Upon completion of abatement, contaminated footwear, and gloves shall be disposed as asbestos- contaminated waste. Rubber boots may be decontaminated at the completion of the abatement project for future reuse. F. Personnel must clean the outside of the respirators, hands, and exposed facial areas prior to removal of the respirator. Spent cartridges shall then be sealed and disposed of as asbestos-containing waste in the labeled waste containers provided in the decontamination area. PL%\\SANF-Nw01WATAXOHSNPROJMCri19M70.99319.06.00t.Asbspm.doc 18 G. The Contractor shall provide and post in the decontamination area the personnel decontamination procedures to be followed by workers. 3.0 SITE REPARATION/ISOLATION OF THEW RK AREA 3.1 GENERAL SITE PREPARATION A. The Contractor shall describe proposed procedures for the removal, storage, and/or disposal of designated objects and other material and/or equipment as applicable to this project in the detailed project plan. B. The Contractor shall arrange, with the approval of Contra Costa County, areas for equipment storage during the abatement project. Contra Costa County must be advised of Contractor equipment and personnel access requirements prior to onsite mobilization. Building access shall be coordinated with Contra Costa County at the start-up of the project. C. The Contractor shall arrange with Contra Costa County to provide sanitary facilities for abatement personnel outside of the work area and maintain them in a clean and sanitary condition throughout the project. D. Emergency exits shall be established and clearly marked with effective designations to permit easy identification from anywhere in the work area. E. The Contractor shall provide at least one 2-A minimum rated portable fire extinguisher for every 6,000 square feet(maximum 3,000 square feet floor area per unit of A), with a maximum floor area per extinguisher of 11,250 square feet. Consult NFPA 10-1984 for detailed information on types and capacities of fire extinguishers. In addition, a fire extinguisher shall be provided in the worker decontamination area. F. Caution signs that meet the specifications of Cal/OSHA Title 8 CCR Section 1529(m) and OSHA 29 CFR. 1926.1101 shall be posted at all potential points of access to the work area. 3.2 ISOLATION/PREPARATION OF THE WORK AREA A. The Contractor shall, with the assistance of Contra Costa County, shut down, all heating, ventilating, and air conditioning (HVAC) components that serve the building. B. The Contractor, in conjunction with Contra Costa County, shall shut down and lock out electric power to the area where ACM is to be removed. The Contractor shall provide temporary power and lighting sources, ensure safe installation (including ground faulting)of temporary power sources and equipment by complying with all applicable electrical code requirements and Cal/OSHA requirements for temporary electrical systems. All electrical services shall be PLc\4SANF NW01\6ATA�OHS\PRt9d Cnl9M70.4951940-0Ot•Asb we do, 19 ayton P . .. physically inspected periodically to guard against overheating of sources. Corrective measures shall be taken as warranted. Quartz lighting shall contain manufacturer's approved safety guards or lenses to reduce accidental exposure of workers to this heated source and the potential of fire hazard from objects coming in direct contact with the lamp. Quartz lighting locations shall be fixed or located to prevent damage from tripping and contact with polyethylene surfaces. C. The Contractor shall provide low voltage emergency lighting(as necessary) . within the worker decontamination area and at work area emergency exit(s)to allow safe exiting of workers and occupants, unless otherwise directed by Contra Costa County industrial hygiene consultant. D. Subpanels and disconnects shall be sized and equipped to accommodate all electrical equipment required for completion of the work. Voltage warning signs and polarized outlets shall be provided to prevent insertion of 110 to 120 volt plugs into higher voltage outlets. Exposed temporary extension cords shall consist of Tyrex cord terminated in suitable connectors or weatherproof junction boxes. Dry-type transformers shall be provided where required to provide voltages necessary for work operations. E. All immovable objects(e.g., HVAC, electrical, and telephone equipment)or other items that must remain in the work area or that require special ventilation or enclosure requirements shall be addressed on a case-by-case basis. Contra Costa County or its representative shall be contacted for special protection requirements, and shall approve any equipment isolation plans and enclosures prior to commencement of work. F. The Contractor shall establish critical barriers. All openings, including but not limited to windows, doorways, corridor entrances, drains, ducts, grills, grates, diffusers,pipe chases, roof-mounted air-intake vents or exhaust outlets, or access panels, between the designated work area and areas outside the work area, including openings to wall spaces, must be sealed with two layers of 6-mil fire resistant polyethylene sheeting and duct tape. 3.3 MAINTENANCE OF WORKPLACE BARRIERS A. All polyethylene critical barriers and dropsheets in the work area and in the worker decontamination area shall be inspected by Contra Costa County's representative at least twice daily, before starting and after completing the day's abatement activities. The Contractor must document inspections and observations in the daily project log. B. Deficiencies, damage, and defects in the critical barriers and dropsheets are to be repaired/corrected immediately upon discovery. PLk%\SANF NW01V7ATA%OHSIPROIEM1999170.99319.00-001-Acb rm,dm 20 eClayton ; C. If visible material is observed outside of the work area or damage occurs to. critical barriers and dropsheets at any time during abatement activities,the Contractor shall immediately stop work,repair the barriers, and clean up debris/residue using appropriate HEPA vacuuming and wet-mopping procedures. D. If results of analysis for air samples collected outside of the work area during abatement activities reveal airborne fiber concentrations greater than 0.01 f/cc, work shall stop immediately for inspection and repair of barriers and evaluation of removal procedures. Cleanup of surfaces outside of the work area by the Contractor using NEPA vacuums or wet-cleaning techniques may be necessary. E. In the event that any area of the building or other areas adjoining the enclosed work area become or are suspected of becoming contaminated with asbestos fibers as a result of the Contractor's work, the Contractor shall thoroughly decontaminate the affected areas subject to such detailed visual inspection and final clearance air sampling as may be requested by Contra Costa County's industrial hygiene consultant. 3.4 WORK AREA PREPARATION REVIEW A. Work shall not commence until the following conditions have been met by the Contractor: 1. All pre-project submittals have been provided and are satisfactory to Contra Costa County and their industrial hygiene consultant. 2. All worker training, respirator fit testing, and medical examinations have been completed and documentation/records have been provided. 3. DOP test certificates (as required) for onsite testing of HEPA filter-equipped vacuum cleaners have been provided. 4. Asbestos removal preparation is complete,all necessary critical barriers and drop sheets have been installed and the worker decontamination area has been assembled. 5. Contra Costa County's industrial hygiene consultant has reviewed the work area preparation including, but not limited to, all necessary critical barriers and drop sheets and assembly of the worker decontamination area. B. The Contractor shall make my changes in the work area preparation deemed necessary by the industrial hygiene consultant. 4.0 REMOVAL A. The Contractor shall submit, as part of the detailed project plan,written procedures for removing the ACM described in this specification. These rL\%ANF NWOI%DATA\oWsvR0JEM1 sWOMSw.oa.00I.A,b" 21 ar. . .... procedures are subject to approval by Contra Costa County's industrial hygiene consultant. B. Selection and use of personal protective equipment, including respirators, eye protection,hand protection, any other necessary equipment, shall be described in the Contractor's written procedures. 4.1 GENERAL WORK PRACTICES A. The Contractor shall use engineering controls and work practices to reduce employee asbestos exposure to the lowest levels attainable by these controls and shall supplement them with the use of respiratory protection as described in this specification. B. High-speed abrasive disc saws,sanders, or other power tools that are not equipped with appropriate engineering controls shall not be used to remove asbestos- containing or contaminated materials. Power tools must be equipped with local exhaust ventilation(NEPA-filtered before discharge)to capture dust created by the tool. If the Contractor proposes to use power tools,written procedures must be submitted as part of the detailed project plan for approval by Contra Costa County's industrial hygiene consultant. C. Compressed air shall not be used to remove ACM. Use of open flames and blow torches are prohibited for work. D. At any time during asbestos abatement activities that visible, loose suspect ACM or water suspected to be contaminated with asbestos is observed outside of the work area, the Contractor shall immediately clean up debris/residue/water using appropriate HEPA vacuuming and wet-mopping procedures. E. The Contractor shall not rotate employees as a means of compliance with the Cal/OSHA regulations. 4.2 WET METHODS A. The asbestos-containing and/or contaminated material shall be sprayed using airless spray equipment with water containing a wetting agent to enhance penetration. The wetting agent shall be 50%polyoxyethylene ester and 50% polyoxyethylene ether(for example, Aqua-GRO), or equivalent, in a concentration of 1 ounce in 5 gallons of water(or the manufacturer's recommended concentration). A fine spray of the amended water shall be applied to reduce fiber release preceding the removal of the asbestos material. The material shall be sufficiently saturated to reduce emission of airborne fibers as much as is practical. B. The Contractor shall spray ACM repeatedly during the work process with the amended water, using airless spray equipment capable of providing a"mist" PLALSANF NWA1k6ATAOHS\PKOIEGT1"9a70.99519480-WI.Asbspe A= 22 application to reduce the release of fibers. The material should be saturated sufficiently to wet it without causing excess dripping of the material. C. Surface cleaning may be performed using HEPA filter-equipped vacuums,damp cloths, and/or nylon bristle brushes. D. Wet methods shall be used to remove ACM roofing, unless such wet methods are not feasible or will create safety hazards, such as slipping or falling hazards. The Contractor shall use personal fall protection systems per the requirements of the Cal/OSHA regulations when working on the roof. 4.3 GROSS REMOVAL OF ASBESTOS-CONTAINING MATERIALS A. Prepare the work area as described in Part 3.0: Erect critical barriers and construct the worker decontamination area. B. Place a drop cloth on the floor below the material being removed. C. Thoroughly spray the materials to be removed with amended water(unless this is unfeasible or creates a safety hazard for roofing removal,as described in Section 4.2) and allow the water to saturate the materials as much as possible. Repeat spraying during the removal process. Surfaces shall be kept damp throughout the removal process. D. Minimize dust generation with NEPA vacuuming, wet methods, and work practices. Clean up dust and debris as it is generated. E. Dismantle/demolish the materials to be removed using appropriate hand tools and continue the use of wet methods to minimize dust generation. Remove materials intact as much as possible in a manner-that minimizes breakage F. Bag waste materials as they are generated. Do not allow waste materials to accumulate on the work area floor. All materials shall be placed while still wet into waste disposal containers as described in Part 5.0. G. Double bag and label all waste materials. H. Follow the procedures described in Part 6.0 for decontamination. (Nate: The Contractor shall adhere to all applicable local, state, and federal disposal requirements for hazardous wastes, including disposal ofACM tar/paint waste contaminated with any associated chemical removers.) 4.4 REMOVAL OF FIRE DOORS A. Removal of fire doors shall be performed in such a manner that they are not broken. Saws or similar types of equipment shall not be used to size the material into smaller sections. Rather, the entire fire door shall be removed intact. PLMSANf NWOIOATANOHS\PR41E.Ci"•f"9%T0.X9514-09-WI•Asbfpec,dw 23 B. When fire doors are required to be removed, the Contractor will remove each door without damaging it and set aside in an arranged area to be sampled by Contra Costa County's industrial hygiene consultant. Any doors found to contain asbestos will then be properly disposed of by wrapping in 2-layers of 6-mil polyethylene sheeting and disposed of following the disposal procedures discussed in Section 5.0. 4.5 REMOVAL OF ROOFING MATERIALS Where the removal of roofing materials(including roofing mastics) is required,the Contractor shall use the following procedures: A. Seal all openings in or adjacent to the work area, including but riot limited to windows, doors, exhaust duct discharges, and HVAC outdoor air intake vents with two layers of 6-mil polyethylene sheeting. B. Cordon off the work area using barrier tape and post with asbestos danger sign(s), or place the sign at the entrance to the roof to restrict access. C. Place a 6-mil polyethylene drop cloth of adequate size adjacent to the regulated work area(adjacent to the demarcated [cordoned off] work area or at the entrance to the roof, as appropriate) for decontamination of personnel and equipment. D. Thoroughly spray roofing material with amended water to minimize dust and debris generation (unless such wet methods are not feasible or will create safety hazards, such as slipping or falling hazards). E. Peel up section of roofing material containing roof penetration/sealer mastic from the building roof structure. Minimize breakage into small pieces to the extent possible. F. Collect roofing material for waste disposal. Wrap material in two layers of polyethylene sheeting and label as asbestos waste or double bag in labeled 6-mil asbestos waste bags for disposal. Lower waste bags to the ground in a way,in which the containment vessel does not rupture or become punctured. G. All ACM roofing that has been removed shall be lowered to the ground as soon as practicable, but in any event no later than the end of the work shift. H. Perform gross decontamination of equipment and tools. I. Proceed to the decontamination area to perform final cleaning of tools and wipe down the exterior of the waste bags. Remove coveralls and place in labeled waste bag. Wet wipe hands, face, and outside of respirator before removing it. I Clearance of the work area by Contra Costa County's industrial hygiene consultant shall consist of a visual inspection to verify that the work area is free of dust/debris and is sufficiently clean. PLkKSAh�NWOI'DATAWHS%PROJECT%19W79.99519-00-00{.A,bspee.dx 24 laayton 4.6 REMOVAL OF WINDOW PUTTY Where removal of window putty from exterior windows is to be performed(possibly involving the limited disturbance of the white exterior paint that has less than 0.1% asbestos),the Contractor shall remove the windows and frames as a unit so the ACM window putty remains intact. The Contractor shall use the following procedures. A. Cordon off the work area using barrier tape and post with asbestos warning sign(s). B. Place a 6-mil polyethylene drop cloth beneath the area where the window and frame assembly(with associated window putty)is to be removed. The drop cloth shall be secured in place using duct tape or another appropriate method. C. Don personal protective equipment including disposable suit and respirator. D. Any power cutting or drilling equipment(if used)must be equipped with a local exhaust ventilation hood that is NEPA filtered prior to discharge. E. Remove the window and frame assembly as a unit so that the ACM window putty remains intact. All window/frame assemblies will then be properly disposed of by wrapping in 2-layers of 6-mil polyethylene sheeting and disposed of following the disposal procedures discussed in Section 5.0. F. Use a HEPA vacuum to remove loose residual material remaining during removal. The Contractor shall perform prompt cleanup of resultant debris from the drop sheet. Material should not be allowed to accumulate on the drop sheet. G. Bag all waste, including asbestos-contaminated polyethylene sheeting/dropcloths. H. Perform gross decontamination of equipment and tools. I. Proceed to the worker decontamination area to perform final cleaning of tools and wipe down the exterior of the waste bags. Place bagged waste into a second clean bag (double-bag). Remove coveralls and place in labeled waste bag. Wet wipe hands, face, and outside of respirator before removing it. J. Clearance of the work area by Contra Costa County's industrial hygiene consultant shall consist of a visual inspection to verify that the work area is free of dust/debris and is sufficiently clean. 4.7 REMOVAL OF EXTERIOR PAINT The contractor shall remove all of the peeling/flaking red exterior tar/paint from the steel structure. Because the red tar/paint contains lead,the use of heat or cutting torches on the tar/paint will not be permitted. The Contractor shall use the following procedures: PLtNISANF_NWOi'DATAti3H"RQlEMI"9t7O-44514.>03WI•Atbzpn.da 25 Clayton A. Cordon off the work area using barrier tape and post with asbestos warning sign(s). B. Place a 6-mil polyethylene drop cloth beneath the area where the tar/paint is to be removed. The drop cloth shall be secured in place using duct tape or another appropriate method. C. Don personal protective equipment including disposable suit and respirator. D. Any power cutting or drilling equipment(if used)must be equipped with a local exhaust ventilation hood that is HEPA filtered prior to discharge. E. If a chemical tar or paint remover is used to remove tar/paint,removers with methylene chloride or glycol ether base will be prohibited. MSDSs shall be submitted for tar/paint removal products. If a potential carcinogenic or teratogenic hazard is indicated,the product will be prohibited. Follow manufacturer's recommended procedures to remove tar/paint. Wipe residual material and dispose of waste and rags in a proper manner. F. Use a NEPA vacuum to remove loose residual material remaining during removal. The Contractor shall perform prompt cleanup of resultant debris from the drop sheet. Material should not be allowed to accumulate on the drop sheet. G. Bag all waste, including asbestos-contaminated polyethylene sheeting/dropeloths. H. Perform gross decontamination of equipment and tools. I. Proceed to the worker decontamination area to perform final cleaning of tools and wipe down the exterior of the waste bags. Place bagged waste into a second clean bag (double-bag). Remove coveralls and place in labeled waste bag. Wet wipe hands, face, and outside of respirator before removing it. Note: The Contractor is responsible for complying with all applicable federal, state, and local regulations when disposing of the asbestos-contaminated tarlpaint waste. In addition, use of proper respirator cartridges, eye and hand protection should be taken into consideration when using tar or paint removers. J. Clearance of the work area by Contra Costa County's industrial hygiene consultant shall consist of a visual inspection to verify that the work area is free of dust/debris and is sufficiently clean. 5.0 DISPOSAL PROCEDURES 5.1 WASTE CONTAINER HANDLING A. Tar/paint, and all intact ACM fire door and window/frame assemblies shall be double-contained by either(1)wrapping components in two layers of 6-mil PLIUSANF_NWOIIDATAkOHSIPROJECT519W7O-"519-00.001-AsbWe doe 26 14% Clayton polyethylene sheeting, (2)placing in 6-mil polyethylene bags(double bagged). Unless ACM roofing is carried or passed to the ground by hand,the material shall be lowered to a covered dumpster using a covered, dust-tight chute, crane or hoist. All wrapped fire doors,window/frame assemblies, and bagged/unbagged i6ofing material shall be stored in a closed dumpster or other receptacle for transport. B. The Contractor shall label each individual container of friable or nonfriable asbestos waste in accordance with California and federal regulations as follows: DANGER Contains Asbestos Fibers Avoid Creating Dust CANCER AND LUNG DISEASE HAZARD C. In addition to.the preceding OSHA label,the Contractor shall label each individual container of friable hazardous waste with the following label as'. required by Cal/EPA: 11AZARDOr1S WASTE-State and Federal Law Prohibit Improper Disposal. If;found, contact the nearest police or public safety authority or the California Department of Health Services. Generator's Name: Address: Manifest Document Number: Asbestos, 9. NA2212, PG IIT D. The Contractor shall also affix the DOT diamond label for friable asbestos waste to each individual container. E. The Contractor shall test the waste streams as required to determine their hazardous waste status(e.g., for total and soluble lead content). The Contractor shall adhere to all applicable local, state, and federal disposal requirements for hazardous wastes, including asbestos-contaminated mastic wastes and lead- containing wastes. "Wastes containing less than I% asbestos that are not otherwise hazardous will not require the labeling described above. F. The Contractor's proposed procedures for handling waste must be submitted prior to the pre-project meeting as part of the detailed project plan. Bagout activities PLl\\SANF�NWOI%DATA\OHS\PROJEMI"917(194319-MODI-Xsbsg'doc 27 t, Clayton shall be performed during the established project hours and shall be performed as inconspicuously as possible. 5.2 TRANSPORTATION TO THE LANDFILL A. When bags, wrapped components, or bagged/unbagged roofing materials have been removed from the work area,they shall be loaded into an enclosed or covered truck/trailer for transport. The enclosed cargo area of the vehicle shall be free of debris and lined with 6-mil polyethylene sheeting to prevent contamination from leaking or damaged containers. Floor sheeting shall be installed first and extended up the side walls. Wall sheeting shall be overlapped and taped into place. B. Large dumpsters are sometimes used for asbestos waste disposal. These shall have doors or tops that can be closed and locked to prevent vandalism or other disturbance of the bagged asbestos debris and wind dispersion of asbestos fibers. These containers shall not be used for non-asbestos waste. Bags shall be placed, not thrown, into these containers to avoid bag splitting. C. Proper tools/equipment shall be provided to safely expedite container handling. Drums shall be placed on level surfaces in the cargo area and packed tightly together to prevent shifting and tipping. Large structural components shall be secured to prevent shifting and bags 121aced on top. Do not throw containers into the truck cargo area. D. Personnel handling asbestos-containing waste shall be protected by disposable clothing, including head,body, and foot protection, and, at a minimum, shall wear dual cartridge half-mask respirators equipped with NEPA filters. E. Any debris or residue observed on containers or surfaces outside the work area resulting from cleanup or disposal activities shall be immediately cleaned up using NEPA filter-equipped vacuums and/or wet methods as appropriate. 5.3 WASTE CONTAINER DISPOSAL, A. To prevent exceeding onsite capacity as the work progresses, sealed and labeled containers of asbestos-containing waste shall be removed and transported to the prearranged disposal location. The Contractor shall submit a schedule for regular waste removal from the job site as part of the detailed project plan. B. Disposal must occur at an authorized site in accordance with the regulatory requirements of NESHAP and applicable state and local regulations. C. All original dump receipts, trip tickets, waste shipment records, uniform hazardous waste manifests, or other records of disposal shall be provided to Contra Costa County within three(3)working days of the removal of asbestos materials from the site by the waste hauler. The Contractor shall give copies of these records to Contra Costa County's industrial hygiene consultant. The FL%SANF_NW0IZATA\0HS\PR0)EMI94W70A9519.00.001-Asbsga` 28 Clayton Contractor may request copies of these records for documentation purposes. If a separate hauler is employed, their name, address, telephone number, and signature shall also appear on the documentation form. 6.0 DECONN- ATIM PRCIC IIIMU A. Following removal of the designated ACM from a work area, the Contractor shall clean up the work area in the following sequence: I. Step 1: Gross decontamination of the Work Area. Gross decontamination of the entire work area shall be performed using NEPA filter-equipped vacuums and wet-wiping techniques, and/or other techniques as necessary to remove all accumulations of debris. At the completion of the initial decontamination,no accumulations of debris(or standing water) will be permitted. All surfaces must be allowed to thoroughly dry(typically 24 hours)before proceeding to Step 2. 2. Step 2: Visual Inspection. The Contractor and Contra Costa County's industrial hygiene consultant shall conduct a thorough visual inspection of the work area. If during this inspection any visible dust or debris is observed, the Contractor shall reclean the work area as requested by the industrial hygiene consultant. When the work area is judged to be sufficiently clean and dry by the industrial hygiene consultant, the Contractor may remove any critical barriers. Note:Areas where AC.M-fire doors, windowlframe assemblies, tarlpaint, and roofing have been removed will require a visual clearance only. 6.1 DECONTAMINATION OF EQUIPMENT, SUPPLIES, OR MATERIALS A. 'Where the configuration of equipment, supplies, or materials is such that decontamination and cleaning of asbestos debris is not feasible,the object shall be thoroughly wrapped in a minimum of two layers of 6-mil polyethylene sheeting with all joints, seams, and overlaps sealed with tape, or containerized in a metal drum with a locking lid for transport to another contaminated work site. Examples include, but are not limited to, air filtration devices or NEPA filtered vacuums,which may be wrapped in polyethylene sheeting rather than dismantling beyond the NEPA filters for cleaning purposes. B. NEPA vacuums must be emptied of asbestos waste prior to removal from the asbestos work area. 7.0 RECORDKEEPING A. The Contractor shall maintain a daily project log that is used each day of the project to record the following information: PLN\%A»r_NwOI\DA AI:OHS\PRO;Ernts99+7a99sr940-001-A„b,�ax 29 10% claytoill 1. ]+`Jets 2. Name of project superintendent and the actual time physically on the job 3. Name of employees working at the job that day, and the actual time physically on the job 4. Brief description of daily work activities S. Listing of any and all infractions noted by Contra Costa County and its industrial hygiene consultant, emergencies,stop work orders (with detailed explanation), and a description of any other significant events 6. Copies of all analytical testing the Contractor performed to complete this job. This includes,but is not limited to,personal air monitoring and waste stream results B. The log shall be used daily to secure copies of routine inspection reports,results of air sampling and analysis, disposal forms, and any other routine documents relating to project activities. C. The Contractor shall maintain a visitors' entry log which shall be signed and dated by AU site visitors, including Contra Costa County's industrial hygiene consultant, Contra Costa County's other representatives, and any governmental inspectors. The visitors' log shall show AU visitors who enter the work area. D. The dally project log and the visitors' entry log shall form a permanent record of the project. The Contractor shall secure and maintain these logs and any other required documentation for a period of not less than 30 years (29 CFR 1926.1101). E. The daily project log and the visitors' entry log shall be made available for inspection upon request by Contra Costa County, its industrial hygiene consultant, or other designated representative. F. The Contractor shall provide a complete package of the required documentation. Three copies shall be submitted to Contra Costa County's industrial hygiene consultant within 30 days following completion of the project. lL%�•SANIF-NWOI\DATANOHS5 PROYECT I"lh7CY-99319•CO.OG!_Asb app d= 30 Please refer to Documentation included under INDICATOR 5 Please refer to Documentation included under INDICATOR 5 Please refer to Documentation included under INDICATOR 5 o'� Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925) 335-1045 Fax(925)646-1353 LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/NIA UFA R/TRUCKER Name of Prime Contractor ;`` / Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE /,"`VVBE SBE LBE Subcontractor y/Subcontractor Subcontractor Subcontractor �. Supplier Supplier _._ Supplier _ Supplier Manufacturer Manufacturer Manufacturer Manufacturer Trucker _ Trucker Trucker Trucker _ Other Other Other ® Other Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed): Total Amount ' to Prime Con c �Xe C- -JPPC,�54�� Signature Position Title Date Name of Person Completing t is Form ,�,J c -- Company Name Phone Number Fax Number c 1trintent Revised Effective$/3/2000 'EC-22-00 FRI 12:28 PV, Aamigo Co Inc FAX:1 530 222 0509 PAGE 1 DEC-22-2M 12305 W.R. EORDE ASSOC 415 927 1575 P.01/01 UrRSAMPROGRAM AOiltrrtaa& Aodit Offim #, 63 i Pia*Sn@L Mat6aas,CA 94333 (025)333-1043 Pa OM 646.1333 I'Jf L er=R. Off' I NT TO KMFORM AS A f At amco3V•Ci cr0>;t,l'SU!>PM/MAMACTUM ITRUCnR • Jr• dXD /¢.fS4Ciil7�.S' '� ✓s.�l �1',i � " 40 . N a ofPnme C.ontravor A!'CAbows) tril: 941490 r Name ofProjtet Fe VY 40 .. 4.0 W,zz -•-- F'rojecc Numbor The undersigned is a(check one): Sole proprietorship Ccaporation Limited Liability Partnership Joint Venture Check the following whicb may apply. MBE WRE SSE LAE Subcontractor Subcontractor „ Subcontractor — Subcontractor 7,:,..'Supplier Supplier _,, Supplier ,_••• Supplier Manufacturer Manufacturer _ bWRfaeturer __ Manufacturer �. Trucker Trucker. Trotter Thtcirtt Other„„_•,_.,_._._, ._•, Other,,,,,_.._,.._, . Other Other. De*=ibe Describe Describe Describc —.None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particttlar work items or puts tbereof to be performed): v.7'S ��r'L-� �J�'fJ�L 13'•���"E.a-s' �, ,Es�Y'yQi't..9G� G"+c�.C��%7°'�.GG .8as�'�'.$ , 0 Total Amount Hid to Prime Contramor.S a.: --c�o s' PosWon Tide Date Nairne of Paj&n Completing this Foam , . 50� Rhone Number Company Nc C5'30) 22'L_ _0509 F w_ Number a:ftVbftnt R,cvbed Effective 8/3n000 TOTAL P.01 DEC-•22-2000 12:19 1 530 222 0509 95*/ P.01 DEC-22-00 CCCC• M Aami go Co Inc �'AX; 1 530 221 009TTT1' YAG t CCCCCCCCC TTTT DEPARTMENT OF TRANSPORTATION CCCC TTTTTTTTTTTTTT business Enterprise Program CCCC TTTTTTTTTTTTTT PO BOX 942874 - MS 79 CCCCCCCCC TTTT. SACRAMENTO, CA 94274-0001 CCCCCCCCC TTTT TTTT (916) 227-9599 TTTTTTTTT CALTRANS Certification Numbers CT-001129 HISPANIC --- CERTIFIER PROGRAMS --- MALE DILE SMBE Cartifyinu,Apeneys CALTRANS CORPORATION Expiration Dates EX'I�NSIOt4 Contact Paraonr tEhN 8ATM (530) 222-8880 Attentionw . � PATrEN .l AAMI00 COMPAWT INC 20183 CHARLANNi DR lREDDING, CA 96002 CRITIFICATI" GER, -----Post in Public View----- •- CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.--- It is your responsibility toe - Apply for Recertification an a Timely Basis. - Review this notification for accuracy and notify Caltrans in writing of any necessary chances. -----Preferred WORK LOCATIONS----- SW STATE WIDE -----Preferred WORK CATEGORIES and BUSINESS Types----- 00600 MISC SUPPLIERS U C067+0 PIPE U only certified DBE's may be utilized to meet Federally funded contract anele. Only certified SMBE or SWIE's may be utilized to meat State funded contract goals. Only certified CFMBE or CFWBE's may be utilized to meet Century Freeway contract scala. TR09 CALTRANS 1 CALxrOR%Yri CSRTZrXCATZON 10/05/00 14:48 TR$tdtStS4 MAXOTAXN ZVSxNESS F..ZQ"PXXPXXSA r2LLr Nuxua i ,.,,,,,IX29 LASS' UPD 02!00 2JE !lTATtX C2titT'x26` EIS DSA AAXXQO COIKPAWY. INC .-. ,. A^XZ 21013 1157,Jk11737ICXi1�Oli�9lCC071E7A �xh7ts ADVX 20162 CHARLA.' IZZ D1 /VHYSXCAL„_,,, ...-„ ..... CITY RELiDZ2Jt;. r... .__...-.»_ ST CA "*Zxr 9+SO02-.... ...- CONTACT SXAiB !3A'r'Y'�:17.,.. .... __.. r... ._. pEtCrUN 530-222-0950 L"XT ...�._.» rAX 530-222-0509 rt= 86-0249019 SON STHIIXCZTY HZSPAH1C... SRX r CS CITIZENSHIP FLA® Y SUR STRUCTURE C_ rLAa At3MCr RSI” ZV1ZxT'rrxxRr_--_ A V TV QTATUS (A)ctiva ! (x)r►Acti�ve ZURTXIME 7 PROGR MG LXPIRS " Or 01--01-2001. D197C..,_„ Swum_ ._.. .... ,�,...�. ovum (Y/74) FROCNSSINQ OIC. 31-KNLV :P030P.XZ'T 'r04-VXAPLJ%V r0SnC0VRtTV Y06rr&"1'a1TZ P09-ADD T%0-UtyT3xTft V%1wC%,2U%34 wSMSTRUCT F81.Z TRXXC 1 12"T-STONS F13+-L:1'7COS r14-L8T'ZNDVQ FIS=LSTAPPL P16"IeSTANCAT DEC-22-2000 12:19 1 530 222 0509 94•r. P.02 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925)335-1045 Fax(925)646-1353 r LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER Name of Prime Contractor ,-r 17 C t5 c..---1* P&R K 1 N e , L.4 i 12 rt.. WVi4-r t_t Irl Name of Project -4 Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE SBE LBE X Subcontractor Subcontractor .® Subcontractor — Subcontractor Supplier Supplier — Supplier — Supplier Manufacturer Manufacturer Manufacturer r Manufacturer r Trucker ® Trucker Trucker Trucker Other Other Other Other Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed): Total Amount Paid to Prime Contractor: S 3 ) 2. c. cy,-0 Signatfia Position Title Date Name of Pe on Completing this Form -+ Company Naine Phone Number ,"ld 1 Fax Number &Atrintent Revised Effective$/3/2000 W. R. FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER. SHEET 12/15/2000 12:42 PM Number Of Pages (Including Cover) 2 ATTENTION: ANGEL PEREZ BAY AREA WELDING FAX NO. 510-236-5261 TEL NO. 510-233-3485 RE: Bid For Contra Costa County Parking Lot Renovation —Main Street, Martinez BIDS TUESDAY, DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the metal fabrications, channel and welding portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details, we will be happy to do so. Thank you for your consideration. ul�� Dave Mariam 6/7 rad/��,J � � / �fl � Please refer to Documentation included. under INDICATOR DES-2?`'00 FRI 12:28 Pit Aamigo Co Inc FAX:I 530 222 0549 PAGE 1 UEC-22•-2000 12:05 W.R. FORUE ASSOC di5 927 15?5 P.Qti�01 OtTi~'RIAC1i3C IPROGRA M Aflinua a Action Oftc 651 Pirie 5moet.MartinM CA 94353 (92.5)335.1043 ?ax(M 646.1353 "I' PERFORM AS LETTER OF INTENT O PE SUBCONMCM?. S'tTlP JU/l+A 14tMACi1JM I TRUCIMR �,t/. �. !Co,�ti►� ,�.�sar.;�'7ES d7�`f f ^'s�'�'f ,�'TxyEE 7" ,pr , Name ofPrime Contractor /CtieA�•M++ v,, C.� yi¢19o! ,C0'J' A95VOV-971AW.... /-IPW 70-.04�2t; Name of Projoot ��• Project Numbar The undersigned is a(chock one): / Sole proprietorship J Corporation Limited Liability Partnership Joint Verge Check the following which may apply. MBE WOE WE LRE _ Subcontractor _ Subcontractor Subcontractor Subcontractor „y`'SuppIier Supplier Supplier Supplier — Manufacturer . Manu&ctam Mmigfacturer Mattufacturtr — Trucker _ Trucker Trucker Trucker — Other_ Other„�,�,,,. _ Other. � Other Describe Desaibc Describe describe -None of the Above Apply The undersigned is prepared to perform the following descrt'bed work in connection with the above project(specify in detail the particular work items or parts tbemof to be performed): 2yL' j.41�Kie.' AY11W--1#XSj G'LC'7"JQi'C�4 a '+w.�ter:Y rCG .+ o�tES Total Amount Bid to Prime Contractor:S p 'A MA "C7 0 S' re Posidon Title Date Name of Perron Completing this Form 1AA A to, so 46 ,11114K -141 k Company Narite phant Rumba '•c:;� 5-30) fU-1z- —05©J a: t Fez Number P--bed Eftbctive 8r3/2000 TOTAL P.01 DEC-22-2000 12:19 1 530 222 0509 95•r. P.01 .. PM Aamigo Co Inc IiAX; _ 530 222 0509 PAGE 2 DEC' 2 =CCCC TTTT CCCCCCCCC TTTT DEPARTMENT OF TRANSPORTATION Business Enterprise Program `CCC TTTTTTTTTTTTTT CCCC TTTTTTTTTTTTTT PO BOX 942874 - MS 79 CCCCCCCCC TTTT. SACRAMENTO, CA 44274-0001 CCCCCCCCC TTTT TTTT (916) 227-9599 TTTTTTTTT CALTRANS Certification Numbers CT-001129 HISPANIC --- in CERTIFIED PROGRAMS --- MALE DBE SMSE Certifying Agency% CALTRANS CORPORATION Expirstion Dgtei SEE pXnM,()N Contact Persson r SCAN 13NTM (530) 222-8880 A+Aontions . 3AT7.',EN AA14100 COMPA. INC 0183 CHARLANNE DR - EDDING, CA 96002 C ti ,E Gus HIS OG -----Post in Public View-..,.-- -- CERTIFICATION MUST BE RENEWED 120 DAYS PRIOR TO EXPIRATION DATE.--- It is your responsibility tot - Apply for Recertification on a Timely Basis. Review this notification for (accuracy and notify Caltrans in writings of any necessary changes. ----Preferred WORK LOCATIONS----- SW STATE WIDE ~--Preferred WORK CATEGORIES and BUSINESS TYPOS----- C0600 MISC SUPPLIERSU 00670 PIPE U 1 unly certified DBE's may be utilized to meet Federally funded contract goals. Only certified SMSE or mai may be utilized to most State funded contract goals. Only certified CFMSE or CFWBE'e mey be utilized to meet Century freeway contract goslo. r�os CAs�'r�tA2as f c:.s�x,�rasxivz�. C�RTx�ICAxxor� aafosfo0 a.4:as3 2RSs�ts3r5+1 rzaxzeTAxH �sssxx���s �rvTEa�srz:'.xss� . Numssn .,,x. 29 LAST crPD 0xfoo GB STATUA CICRTxyxzv i2SA r►AxxQO C:ouPANY. 23RC_._ xaAMS POD 4S7.AWDNA9O14j960071VArs;7N00_ Anox 201e3 CH^RLAvN•xC nR/spay sXCAL.�,,..-._..._. .._,......, CITY REtxY32t�Cr.�... .. .._. ._.._ � ST CIS 2X1 96002-• CON2'ACT S VAN HAT!T k�T3,.,.,, �._ ._.... __..._ ...,.. PHONE 530-222-e650 EXT .....___ FAX 530-222-0509 Yr'E1:N 68-0249019 sr." !IlTHNXCZT'V HZSPANXC_ SEX r US CXTXZZNSMXP FLAG Y SUAR 8TRUC:TURE C,.- DISADVANTAGED (FLAG -„ 0WXXNG XQVWCyY 1,;.„,.,,,,,,. CwA7jTRAI45,,,, AGENCY REI' ,'XDZNT1rrxnRR „..- �.,.�. A .T TY ffTATVS (A)Ck6.vft l (I)naact:iv* _ ;;3'tlLT1:rx8D PROGRAMS EXPXAV ,A$ OF 01-01-2001 D9V_ SXSE_ eROCHSSING Ox. 21-BBLV Y03- XXT x°'04-VX8PLAV rO$ -..COVW Y r060STATE,, F09*,X0n P10wUVDATn V11.wCT j AR yat4'8tSTRR7C T F1.3=L19TVZ r14=LSTINDI'V FIS=LSTAEPL PIS-LDWASC,AT DEC-22-2000 12:19 1 530 222 0509 94:. P.02 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez,CA 94553 (925) 335-1045 Fax(925) 646-1353 r LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/MANUFACTURER/TRUCKER L P,. r P Name of Prime Contractor Name of Project ' 403 3 Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE SBE LBE x Subcontractor Subcontractor Subcontractor Subcontractor Supplier _... Supplier _,.. Supplier Supplier Manufacturer Manufacturer Manufacturer Manufacturer Trucker __ Trucker Trucker Trucker Other _ Other _ Other _ Other Describe Describe Describe Describe None of the Above APPLY The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular work items or parts thereof to be performed): i kA t L,1 N Total Amount Bid to Prime Contractor: S L C. Sipatfim Position Title Date //-.,.02A"-,o-_ -r-P_ — Name of Perlon Com leting this Form --� Company Nalne Phone Number 5/0 - 2;a 7:15 1 Fax Number a:ttrintent Revised Effective 8/3/2000 Contra Costa County OUTREACH PROGRAM Affirmative Action Office 651 Pine Street,Martinez, CA 94553 (925) 335-1045 Fax(925) 646-1353 i LETTER OF INTENT TO PERFORM AS A SUBCONTRACTOR/SUPPLIER/ivIANLTFA R/TRUCKER. Name of Prime Contractor ] Name of Project Project Number The undersigned is a(check one): Sole proprietorship Corporation Limited Liability Partnership Joint Venture Check the following which may apply. MBE WBE � SBE LRE _ Subcontractor Subcontractor Subcontractor Subcontractor — Supplier i Supplier _ Supplier Supplier _,,,, Manufacturer _ Manufacturer _ Manufacturer Manufacturer Trucker o Trucker Trucker _ Trucker _ Other Other Other _ Other Describe Describe Describe Describe None of the Above Apply The undersigned is prepared to perform the following described work in connection with the above project(specify in detail the particular /work items orparts thereof to`b/e/performed): Total Amount to Prime Con c . $ Signature Position Title Date (Y) w t7 C� i ti!A-61 Name of Person Completing tkis Form -+ Company Name Phone Number itAtrintent Fax Number Revised Effective 8/3/2000 W. R. FORDE ASSOCIATES Phone: 510.215.9338 Fax: 510.215.9867 FAX COVER. SHEET 1211512000 12:42 PM Number Of Pages (Including Cover) 2 ATTENTION: ANGEL PEREZ BAY AREA WELDING FAX NO. 510-236-5261 TEL NO. 510-233-3485 RE: Bid For Contra Costa County Parking Lot Renovation •-Main Street, Martinez BIDS 'TUESDAY, DECEMBER 19 @ 2:00 We are bidding the referenced project and would very much appreciate a price from you for the metal fabrications, channel and welding portion of the work. We have enclosed the Notice To Contractors for your information and if we can provide further details, we will be happy to do so. Thank you ►for your consideration. U '- � Dave 1Vlariani �,` // �1Z- Y'- JIV CL6 s A 0 6'„'-1 / %4 �,c 1 L TO: BOARD OF SUPERVISORS FROM. TONY COWN, DIRECTOR COMMUNITY; SERVICES DEPARTMENT January 9, 2(701 DATE: SUBJECT: APPROVAL OF 2001 CSBG STANDARD AGREEMENT WITH THE CALIFORNIA DEPARTMENT OF COMMUNITY SERVICES AND DEVELOPMENT. SPECIFIC REQUESTS)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: APPROVE and AUTHORIZE the Community Services Director or designee to execute and submit State Standard Agreement #011-400$ (County #39-813-10) with the California Department of Community Services and Development in the amount of $135,939.00 for 2001 Community Services Block Grant (CSBG) program services for the period from January 1, 2001 through December 31, 2001. This amount reflects 25% of the Program Year 2000 allocation. The Department of Community Services and Development (State) has not received,notice on the final federal CSBG allocation for California, thus, the State is forwarding a percentage allocation until the final federal budget is approved. An amendment will follow after the federal appropriation is approved and California is advised of its grant award. II. FINANCIAL IMPACT: This Contract is federally funded through the California Department of Community Services and Development. No County funding is required. III. REASONS FOR RECOMMENDATIONS/BACKGROUND: On October 26, 1999 the Board approved the 2000 Community Services Block Grant (CSBG) State Standard Agreement with the California Department of Community Services and Development (State). Approval of the 2001 CSBG State Standard Agreement will continue to fund CSBG subcontractors to provide self-sufficiency programs and emergency services -for eligible county individuals and families. The proposed contract term is January 1, 2001 through December 31, 2001. Contract services are to start January 1, 2001 and continue through December 31, 2001. Final review of the 2001 CSBG State Standard Agreement by the Economic Opportunity Council is scheduled for January 11, 2001. CONTINUED ON ATTAC = SIGNATURE: !Ry�SCOMMENDATION OF COUNTY ADMDQISTRATOR _RECOMMENDATION OF BOARD COMMTITEE APPROVE OTHER ACTION OF BOARD O ki 4 P, v1 ClO APPROVED AS RECOMMENDED '` OTHER VOTE OF SUPERVISORS I HEREBY CERFITY THAT THIS IS A TRUE UNANIMOUS(ABSENT. ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. CONTACT: TONY COON,313-7330 CC: CAO PHI.BATCHBSA CLERK OF THE BOARD OF CSD 5"j • 5�ealC c��I¢j� SUPERVISORS AND COUNTY ADMINISTRATOR MM (14189) BY) `/ / /t����'- DEPUTY This contract will be reviewed and approved as to form by County Counsel prior to submission to the State. On February 27, 1996 the Board approved State Contract #96F-1333 (County #39-813) with the State Department of Community Services and Development (State) for 1996 Community Services Block Grant (CSBG) funding in the amount of $97,297 which reflected 25 percent of last year's CSBG funding. Due to budget negotiations in 'Washington, D.C., the CSBG program is being operated under a short-term continuing resolution. Thus, CSBG funding is being allocated appropriately by the State. THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Adopted this Resolution on January 16, 2001, by the following vote: AYES: Supervisors Gioia, Gerber, DeSaulnier, Glover and Dilkema NOES: None ABSENT: None ABSTAIN: None SUBJECT: In The Matter of ) Resolution No. 2001/18 Approving Contract } Amendment Agreement ) with Philip John Batchelor ) for County Administrator ) Consultant Services ) Before this Board is a proposed contract amendment agreement with Philip John Batchelor to provide County Administrator consultant services during March, 2001. The Board has reviewed and considered the proposed contract amendment agreement. Now, therefore, it is by the Board ordered, approved and directed that this contract amendment agreement is hereby approved and the Board Chair shall execute if for Contra Costa County. I hereby certify that this is a true and correct copy of An action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: January 16, 2001 PHIL BATCHELOR, Clerk of the Board Of Supervisors and County Administrator By '�. Deputy Orig. Dept: Human Resources Cc: County Administrator Auditor-Controller County Counsel RESOLUTION NO. 2001/18 CONTRACT AMENDMENT AGREEMENT 1. Identification of Contract to be Amended: Effective Date: October 1, 1999 Department: Board of Supervisors Subject: Employment Agreement for Philip John Batchelor 2. Parties. The County of Contra Costa, California "Employer" for its Department named above, and the following named Contractor ("Employee") mutually agree and promise as follows: Contractor ("Employee"): Philip John Batchelor Capacity: Individual 3. Amendment Date. The effective date of this Contract Amendment Agreement is January 15, 2001. 4. Amendment Specifications: The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Siqnature. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA BOARD OF SUPERVISORS ATTEST: Phil Batchelor Clerk of the Board of Supervisors And County Administrator Cha' Deputy APPROVED AS TO FORM CONTRACTOR By: Of MIMPI-- County CKoLFnsel Philip John Batchelor ., tr•J t AMENDMENT SPECIFICATION 1. By mutual agreement of the Employer and Employee pursuant to Section 6.03, the County employment status of the Employee is terminated by retirement on March 1, 2001 at 11:59 p.m. 2. In accordance with Section 6.04, effective March 2, 2001, the Employee shall be employed for the month of March 2001 as a contract County Administrator consultant to perform such duties (tasks) during March as are assigned by the then County Administrator. For service as a consultant during March, Employee shall receive the same base salary, two and one-half percent management Longevity differential and County Administrator automobile allowance amounts as received for December 2000. In addition, for the month of March, Employee shall receive reimbursement for incurred expenses in the same manner and as otherwise allowed County department heads. OFFICE OF THE COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building 651 Pine Street, 1111 Floor Martinez, CA 94553 DATE: January 10, 2001 TO: Board of Supervisors FROM: Phil Batchelor, County Administrator SUBJECT: Transition Agreement My last day of work as the County Administrator will be March 1, 2000. As you are aware, it is important that the new Administrator report to work as soon as possible as we are currently in the midst of'the budget process. To facilitate a more orderly transition and to ensure the smooth continuation of the budget process, I am agreeable to converting the-last month of my agreement with the County to a consulting contract for the remainder of March. Thank you. TO: BOARD OF SUPERVISORS FROM: TONY COL6N, DIRECTOR COMMUNITY SERVICES DEPARTMENT DAM January 9, 2001 SUBJEM. APPROVAL OF 2001 HEAD START DELEGATE AGENCY CONTRACT. SPECIFIC UQUM(S)pR RLCOMME MATIONS)&BACKGROUND AND RS fIFICATION L RECOMMENDED ACTION: APPROVE and AUTHORIZE the Community Services Director or designee to execute contract#33-499- 14 with First Baptist Church in the amount of $1,603,715 for Head Start Delegate Agency services for the period from January 1, 2001 through December 31, 2001. II. FINANCIAL IMPACT: This program is federally funded by the U.S. Department of Health and Human Services, Administration for Children and Families. First Baptist Church is responsible for the local, non-cash, in-kind match of $400,929. Funding for the period from January 1, 2001 through June 30, 2001 is included in the Department's FY 2000-01 Budget. Funding for the period from July 1, 2001 through December 31, 2001 will be will be included in the Department's proposed FY 2001-02 Budget. III. CHILDREN'S IMPACT STATEMENT: The Community Services Department Head Start Program supports two of Contra Costa County's community outcomes: "Children Ready for and Succeeding in School" and "Families that are Safe, Stable and Nurturing." These outcomes are achieved by offering comprehensive services, including high quality early childhood education, nutrition, health, and social services, along with a strong parent involvement focus, to low-income children throughout Contra Costa County. The overall goal of the program is to bring about a greater degree of social competence in preschool children from low-income families. CONTINUED ON ATTACHMENT, SIGNATURE: �� f r 1tECOMMBNDATION OF COUNTY ADMINISTRATOR _RECOMMENDAUON OF BOARD CONVATr E L'APPROVE OTHER ACTION of BO O _ - Jl f?C t d f I __ - - APPROVED AS RECOMMENDED X OTHER r VOTE OF SUPERVISORS I HEREBY CERFITY THAT THIS IS A TRUE L74ANIMOUS(ABSENT. : AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON TIZ DATE SHOWN. CONTACT: TONY COON,313-7330 ATTESTED�Yt t c 6 f� -;tyo 1 CAO PHIL BATCHE R,CSIiI2K OF TB8 BOARD OF CsI3 c�r"r"q SrG ��CK CI'Q SUPERVLRORSANDCOUNTYADMI]VLSTitATOR M362 (10186) BY_ / + _/• C / DEPUTY Page 2 2001 HS DAs 1/09/01 IV. REASONS FOR RECOMNENDATIONS/BACKGROUND: On September 12, 2000 the Board approved and authorized submission the 2001 Head Start Grant Application to the U.S. Department of Health and Human Services, Administration for Children and Families (ACF) to continue Head Start program services to approximately 1,659 children and their families for the period from January 1, 2001 through December 31, 2001. On September 21, 1999 the Board approved a contract with the above agency to continue Head Start services in East Contra Costa County for the period from January 1, 2000 through December 31, 2000. This action is submitted in order to contract with the Delegate Agencies to continue, without interruption, Head Start program services to children and families during the 2001 calendar year. The format for the 2001 Delegate Agency contracts will be reviewed and approved by County Counsel prior to execution.