HomeMy WebLinkAboutMINUTES - 06262001 - C.22�...,, Olt 2�'T_
File:010608:ss
THE BOARD OF SUPERVISORS
AS EX OFFICIO THE GOVERNING BODY OF THE CONTRA COSTA COUNTY FIRE
PROTECTION DISTRICT
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order of June 26,2001,by the following vote:
AYES: Supervisors Gioia, DeSaulnier, Glover, Gerber
and Uilkema
NOES: None
ABSENT: None
ARSTATN- Nnna RESOLUTION NO. 2001/285
SUBJECT: Approving Plans and Specifications for
Pavement Repairs Fire Station #10, 2955 Treat Blvd.,
Concord, for Contra Costa County Fire Protection
District
WHEREAS plans and specifications for Pavement Repairs Fire Station 410, 2955 Treat
Blvd., Concord, for Contra Costa County Fire Protection District, have been filed with the .
Board this day by the Chief,Contra Costa County Fire Protection District;and
WHEREAS plans and specifications were prepared by Luk and Associates.;and
WHEREAS the cost estimate for the initial construction contract (Base Bid only) is
5230,000;and
WHEREAS the Board has obtained the general prevailing rates of wages,which shall be
the minimum rates paid on this project;and
WHEREAS the Board hereby DETERMINES that the project is a California
Environmental Quality Act(CEQA) Class 2 Categorical Exemption; DIRECTS the Director of
Community Development to file a Notice of Exemption with the County Clerk; and DIRECTS
the Chief, Contra Costa County Fire Protection District to arrange for payment of the $25.00
handling fee to the County Clerk for filing the Notice of Exemption and a$25.00 handling fee to
Comnnmity Development for administration processing costs;
IT IS BY THE BOARD RESOLVED that said plans and specifications are hereby
APPROVED. Bids for this work will be received on July 31,2001 at 3:00 p.m., and the Clerk
of this Board is directed to publish a Notice to Contractors in accordance with Section 22037 of
the Public Contract Code,inviting bids for said work, said Notice to be published in the Contra
Costa Builders Exchange of Concord, California, Daily Construction Service of Oakland,
California and F.W. Dodge Division, San Francisco, California. The Contra Costa County Fire
Protection District is directed to mail notices to the construction trade journals specified in
Section 22036 of the Public Contract Code at least 30 days before the date of opening the bids.
IT IS FURTHER RESOLVED that the Chief, Contra Costa County Fire Protection
District,or his designee,is AUTHORIZED to issue bid Addenda,as needed,for clarification of
the contract bid documents,provided the involved changes do not significantly increase the cost
estimate for the initial constriction contract.
Orifi. Dept.: Contra Costa County Fire Protection District
I hereby certify that this is a true and correct
cc: Auditor-Controller copy of an action taken and entered on the
Community Development minutes of the Board of Supervisors on the
D. Foley date shown.
ATTESTED: JUNE 26, 2001
JOHN SWEETEN,Clerk of the Board
of Supervisors nd County Administrator
By Deputy
RESOLUTION NO. 2001/285
C^,%YIND0WS'Dcsktop'FS#10TS 410 Boiler PlatcTS#10-Board Approval for Bidding.doc
d
PROOF OF PUBLICATION g�.{
(2015.5 C.C.P.) CONCORD,CALI961likA ,5E-71t`/ED
STATE OF CALIFORNIA Budget Una Item No.
7300.4852
County of Contra Costa BID PROPOSALS SHALL JUL 12 2001
BE SEALED AND SHALL BE
I am a citizen of the United States and a resident of the SUBMITTED TO ASSIS-
CLERK BOARD OF SUPERVISORS
County aforesaid; I am over the age of eighteen years, and TANT CHIEF SUPPORT CONTRA COSTA CO.
not a party to or interested in the above-entitled matter. sERvices DIVISION MI-
CHAEL
ARGOO CO TR
COS
I am the Principal Legal Clerk of the Contra Costa Times, a PROTECTION DISTRICT,
newspaper of general circulation, printed and published at 2010 GEARY ROAD,
2640 Shadelands Drive in the City of Walnut Creek, County PLEASANT HILL,CALIFOR-
of Contra Costa,94598. NIA 94523-4694, ON OR
And which newspaper has been adjudged a newspaper of BEFORE THE 31st DAY OF
JULY, 2001 at 3:00 P.M.,
general circulation by the Superior Court of the County of and will be opened In pub-
Contra Costa,State of California, under the date of October lic Immediately after the
22,1934.Case Number 19764. Roomu2010 Geary Ro ae
Pleasant Hill, California
The notice, of which the annexed is a printed copy (set in 94523-4694.
type not smaller than nonpareil),has been published in each
regular and entire issue of said newspaper and not in any Mark bid proposals with
the notation on the enve-
supplement thereof on the following dates,to-wit: lope In larggo- lettere•aid
Proposal-Do Not Open"
Jud The estimated construction
contract cost (Base Bid
all in the year of 2001 Item
#1)Is$152,000-
I certify (or declare) under penalty of perjury that the The prime contractor for
foregoing is true and correct. this project shall hold aval-
id Class A General Engi-
neering Contractor license.
Executed at Walnut Creek,Cali la, The work Includes concrete
On this 4 day of uly, 2001 flatwork,drainage,conduits
and striping
. ... ... . ..... ... .. ......... ..
Signa
Each bid Is to be in aCCDr-
Contra Costa Times and°s ciffications on file at
P O Box 4147 the Cance of the Clerk of
the Board of Supervisors,
Walnut Creek,CA 94596 First Floor,County Adminis-
(925)935-2525 tration Building, 651 Pine nla uppon payment of a
PRINTING APID SERVICE
CHARGE IN THE AMOUNT
Proof of Publication of: Street,Martinez,California. OF$30(sales tax Included)
which amount shall not be
(attached is a copy of the legal advertisement that published) NOTICE The drawings and specie- refundable. Drawings and
CONTRACTORS cations may be examined s ecifications may be or-
at the office of Luk and As- tiered by MAIL FOR AN AD-
Notice Is hereby given by sociates 399 Taylor Blvd.,
order of the Board of Su- - Suite 2i38, Pleasant Hlll
pervisors of Contra Costa I California. Drawings and
County that the Contra t
Costa bounty Fire Protec-
tion District will receive bids 3 specifications(not Including DITIONAL SHIPPING AND
for the furnishing of all la- documents included by ref- HANDLING FEE OF$3.00.
bor, materials, equipment, , erence) end proposal Checks shall be made pay-
transportaeon and services s forms,may be obtained by able to"Luk and Associat-
for. prospective bidders at the ed"and may be mailed to
offices of Luk and Assoc,at_ Luk and Assoclated, 399
PAVEMENT
STATION�RS� 28b, PleasantrHl�dOalifore- PleasanBlvHlll.Suite 288
• Pleasant Hill, California at 22300 and the General Is on file with the Clerk of
(925)363-1981 or by sub- Conditions of the Contact. the Board of Supervisors.
mittingawritten requestvia Such securities shall be
FAX no. (925) 363-5185. valued by the County Tres- The Contra Costa County
Request for copies of the sure-Tax Collector, whose Board of Supervisors en-
plan holders lag cannot be decision shall be final.Also, courages opportunities to
accepted after 5 m. of types of securities which develop and support Mi-
the day before the bids are are not listed In Govern- nev Business Enterprises
due. ment Code Section 16430 (MBEs), Women Business
or Public Contract Code Enterpnses (WBEs), Small
Technical questions re- Section 22300 by the Business Enterprises
gardirig the contract docu- County Treasure-Tax Col- (SBEs),and local Business
men's should be directed lector before bid opening. Enterprises(LBEs)by pro-
to Luk and Associates,399 Unless such securities are viding opportunities for par-
Taylor Blvd., Suite 288 prequalified before bid ticipation in the peifor-
Pleasant HIII, Californla of opening,they shall not be mance of construction
telephone number (925) accepted by the County as contracts financed In whole
363-1981. security. or in Part with County
Each bid shall be made on - funds. MBE, WBE, SBE,
the bid form Issued with the The successful bidder will and LBE definitions and de-
specifiCations,and must be be required to fumish a, tailed Information are in-
specifications,
b bid s t be Payment Bond In an: cluded In Division E of the
y amount equal to one hun- Specifications. A PRE-BID
r)ty In the form of cash,a dred percent(100%)of the CONFERENCE WILL Be
certified check, cashier's Contract price and a Faith- HELD ON JULY 19 2001
check, or bid bond In the NI Performance Bond In an AT 1:00 A.M. IN THE FIRS
amount of the ten percent amount equal to one hun- STATION#1d DAY ROOM,
(10%) of the base bid dred percent(100% of the 2955 TREAT BLVD. CON-
amount, made payable to A
Contract price,said bonds CORD, CALIFORNI , Dis-
the order of"The County of to be.secured from an ad- cussion will cover recom-
Contra Costa". mltted surety.Insurer autho- mended outreach efforts,
razed by the Insurance resources and any other
The bid security shall be calved. Bids may not be
Commissioner to transact subjects of Interest to at= 60 days for a period of
Ken as a guarantee that I for
opening
the date set
the bidder will enter Into business of Insurance in landless. for opening thereof.
contract M awarded the the State of California.
work,and will be forfeited Each bond shall be issued "Because of the restrictive The said Board reserves
b the bidder and retained on the form set forth In the nature of the facility THE the right to reject any and
94523. The Contra Costa ! y E 1
County Fire Protection Dis- � by the County If the suc- specifications. SITE WILL ONLY B bPEN all bids or any portion of
trict does not guarantee cessful bidder refuses,ne- FOR INSPECTION BY BID-
the lects or falls to enter Into Bidders are hereby notified DERS ON THURSDAY,JU- any bid and/or wave any Ir-
the arrival of the drawings g regularity In any bid re-
and sppecifications In time said contract or to furnish that pursuant to the Stat- LY 19, 2001. Inspection cerved.Bids may not be
for al ding. Drawings and the necessary bonds and ues of the State o}Califor- tours will be conducted on withdrawn for a period of
specifications will not be Insurance certificated after nla,or local law applicable these dates by a represen- 60 days after the date set
sent overnight mail. No byeing requested to do so thereto,the said board has tativetyof the Contra Costa for opening thereof.
of Contra Costa Cthe Board of ounty. vallinge rate
of per
al pe trictn TOURS WILL BEGIN BY ORDER OF THE BOARD
wages and rattes for legal PROMPTLY AT 1:00 A.M., OF SUPERVISORS OF
Bidders are hereby notified holidays and overtime work at Fre Station#10 2955 CONTRA COSTA COUNTY
Partial sets will be issued. that securities may be sub- In the locality In which this Treat Blvd.,Concord,Cali- JOHN SWEETEN
stituted for any monies work Is to be performed for fomla. Clerk of the Board of,Su-
Prospectve bidders may withheld by the County of each type of workman or eervisors and Administrator
obtain copies o} the Fire Contra Costa to ensure mechanic required to axe- The said Board reserves gy lsl_
Protection District's log.of performance under the cute the contract which will the right to reject any and Dated:June 26,2001
contractor plan holders by construction contract, In be awarded to the suc- all bi s or any portion of
RIM Luk and Associates, accordance with Public cessful bidder.The prevail- any bid,and/or waive any Ir- Legal CCT 2502
r. 288, Contract Code Section Ina rate of Der diem wages reaulanN in any bid re- I Publish Juy 4,2201.
. js LEGAL PUBLICATION REQUISTION
Contra Costa County
From: Clerk of the Board To: Contra Costa Times
651 Pine St., Room 106 PO Box 5124
Martinez, CA 94553 Walnut Creek,CA'94596
Requested by: �'"��a- '�• ���� Date: Vanfe . !?�.. "e"/
Phone No: 3��' ���� Reference No:-
0 r g:
o:-Org: ,3ao Sub Object: a✓9a Task: 4W,6 Activity:
Publication Date (s):
No. of Pages: .
10
LEGAL PUBLICATION- ��GmG�� /P ��cs �- /•� /o
0
62!�
e � o
�ry TAT A4AS/;%e-1T.-
•••'Immediately upon expiration ofpublication!••'= — —
send in one affidavit for each publication in
order that the auditor may be authorized to pay your bill.
Authorized Signature:
Please confirm date of publication & receipt of this fax.
- CCC D 01-01/B.4.1
NOT E T C ONT9AUVO
Page 1 of 3
DIVISION A. NOTICE TO CONTRACTORS
(Advertisement)
Notice is hereby given by order of the Board of Supervisors of Contra Costa County„that the
Contra Costa County Fire Protection District will receive bids for the furnishing of all labor,
materials, equipment, transportation and services for:
PAVEMENT REPAIRS, FIRE STATION#10, CONCORD, CALIFORNIA
Budget Line Item No. 7300.4852
Bid proposals shall be sealed and shall be submitted to Assistant Chief Support Services
Division Michael Argo, Contra Costa County Fire Protection District , 2010 Geary Road,
Pleasant Hill, California 94523-4694, on or before the 31st day of July, 2001 at 3:00 p.m.,
and will be opened in public immediately after the time due in the Conference Room, 2010
Geary Road, Pleasant Hill, California 94523-4694.
Mark bid proposals with the notation on the envelope in large letters " Bid Proposal — Do
Not Open"
The estimated construction contract cost (Base Bid Item#1) is $152,000.
The prime contractor for this project shall hold a valid Class A General Engineering Contractor
license.
The work includes concrete flatwork, drainage, conduits and striping
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 the offices of Luk and Associates, 399
Taylor Blvd., Suite 288, Pleasant Hill, California. Drawings and specifications (not including
documents included by reference) and proposal forms, may be obtained by prospective bidders at
the offices of Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant Hill, California, upon
payment of a printing and service charge in the amount of $30 (sales tax included) which
amount shall not be refundable. Drawings and specifications may be ordered by mail for an
additional shipping and handling fee of $3.00. Checks shall be made payable to " Luk and
Associates" and may be mailed to Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant
Hill, California, 94523. The Contra Costa County Fire Protection District does not guarantee the
arrival of the drawings and specifications in time for bidding. Drawings and specifications will
not be sent overnight mail. No partial sets will be issued.
Prospective bidders may obtain copies of the Fire Protection District's log of contractor plan
holders by calling Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant Hill, California at
(925) 363-198]or by submitting a written request via FAX no. (925) 363-5185. Requests for
copies of the plan holders log cannot be accepted after 5:00 p.m. of the day before the bids are
due.
Technical questions regarding the contract documents should be directed to Luk and Associates,
399 Taylor Blvd., Suite 288, Pleasant Hill, California at telephone number(925) 363-1981.
CAWINDBWS\Desktop\rS If 10\FS 1110 Boiler Plate\FS 910-Division A.doc DIVISION A - 1
CCCFPD 01-01/13.4.1
NOTICE TO CONTRACTORS
Page 2 of 3
Each bid shall be made on the bid form issued with the specifications, and 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. Such
securities shall be valued by the County Treasurer-Tax .Collector, whose decision shall be final.
Also, types of securities which 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 Treasurer-Tax Collector before bid opening. Unless such
securities are prequalified before bid opening, they shall not be accepted by the County as
security.
The successful bidder will be required to furnish a Payment Bond in an amount equal to one
hundred percent (100°/x) of-the Contract price and a Faithful Performance Bond in an amount
equal to one hundred percent (100%) of the Contract price, said bonds to be secured from an
admitted surety insurer authorized,by the Insurance Commissioner to transact business of
insurance in the State of California. Each bond shall be issued on the form set forth in the
specifications.
Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law
applicable thereto, the said Board has obtained the general prevailing rate of per diem wages and
rates for legal holidays and overtime work in the locality in which this work is to be performed
for each type of workman or mechanic required to execute the contract which will be awarded to
the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the
Board of Supervisors.
The Contra Costa County Board of Supervisors encourages opportunities to develop and support
Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business
Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for
participation in the performance of construction contracts financed in whole or in part with
County funds. MBE, WBE, SBE, and LBE definitions and detailed information are included in
Division E of the Specifications. A pre-bid conference will be held on July 19, 2001, at 1:00
p.m., in the Fire Station #10 Day Room, 2955 Treat Blvd., Concord, California, Discussion
will. cover recommended outreach efforts, resources and any other subjects of interest to
attendees.
"Because of the restrictive nature of the facility, the site will only be open for inspectidn by
bidders on Thursday, July 19, 2001. Inspection tours will be conducted on these dates by a
representative of the Contra Costa County Fire Protection District. Tours will begin promptly
at 1:00 p.m., at Fire Station#10, 2955 Treat Blvd., Concord, California.
The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive
any irregularity in any bid received. Bids may not be withdrawn for a period of 60 days after the
date set for opening thereof.
C.MIND0WS`,Desktop\FS R101FS#10 Boiler Plate\FS 1110-Division A.doc DIVISION A - 2
CCCFPD 0l-01/B.4.1
NOTICE TO CONTRACTORS
Page 3 of 3
BY ORDER OF THE BOARD OF SUPERVISORS
OF CONTRA COSTA COUNTY
JOHN SWEETEN,
Clerk of the Board of Supervisors
and County Administrator
By:
Dated: June 26, 2001
PUBLICATION DATES:
July 2 , 2001
SS:55
C:\WINDOWS\Desktop\FS 410TS 410 Boiler PlateTS 410-Division A.doc DIVISION A - 3
SPECIFICA'T'IONS
PAVEMENT REPAIRS
FIRE STATION #10
2955 TREAT BLVD.
CONOCRD, CA
r JOB No. 01-02
June 2001
BID SET
1
LUh&ASSOCIATES.
399 TAYLOR BLVD.,SUITE 288
Suite#200
Pleasant Hill,CA 94523
(925)363-1981
1
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT
SBE/LBE/OBE/MBE/WBE RESOURCE LIST
FOR
PAVEMENT REPAIRS, FIRE STATION #10, CONCORD, CALIFORNIA
FILE: CCCFPD 01-02
ss:ss
j ,
NOTICE
The Contra Costa County Board of Supervisors encourages opportunities to develop and support
Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business
Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for participation
in the performance of construction contracts financed in whole or in part with County funds.
To assist bidders in their outreach efforts to locate MBEs and WBEs the Architectural Division of
Contra Costa County has compiled the following list of Internet addresses for directories of agencies
whose certifications are recognized by Contra Costa County.
Caltrans: http://www.dot.ca.gov/hq/bep/
For more information see the attached copy of the Caltrans web page (seven pages
dated 9/6/2000).
Afetropolitan Transportation Commission: littp://www.mtc.dst.ca.us/
For more information see the attached copy of their
web page (two pages dated 9/6/2000).
San Francisco Human Rights Commission: www.ci.sf.ca.us\sfhumanrights/directory/directry.htm
For more information see the attached copy of their
web page (two pages dated 9/6/2000).
U.S. Small Business Administration: http://www.govcon.com/
For more information see the attached copy of their web
page (1 page dated 4/21/99).
Contra Costa County also recognizes certifications from the following additional agencies: Port of
Oakland, City of Oakland and Los Angeles County Metropolitan Transportation Authority.
Directories for the above agencies, including Contra Costa County, are available for viewing at the
Countv Architectural :Division office, 1220 Morello Avenue, Suite 100, Martinez
This compilation is not a Contract Document but is provided to assist bidders in locating MBE/WBE
firms. In case of discrepancy between this information and the Contract Documents, the requirements of
the Contract Documents shall govern.
Please notify Linda Steele (925) 313-7200 if a listing is incorrect, so appropriate changes can be made
for future lists.
ssss
(Bidder)
DIVISION C. PROPOSAL (BID FORM)
BIDS WILL BE RECEIVED UNTIL THE 31" day of July, 2001 at 3:00 P.M. at the Contra Costa
County Fire Protection District , 2010 Geary Road, Pleasant Hill, California 94523-4694.
(1) Assistant Chief Support Services Division Michael Argo, Contra Costa County Fire Protection
District:
The undersigned hereby proposes and agrees to furnish any and all required labor, material,
transportation, and services for
PAVEMENT REPAIRS, FIRE STATION #10, CONCORD, CALIFORNIA
Budget Line Item No.7300.4852
in strict conformity with the Drawings, Specifications, and other contract documents on file at the
Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, 651 Pine Street,
Martinez, California, 94553, for the following sums; namely:
BASE BID — Bid Item 1
Shall include all of the work shown or specified to complete the demolition, electrical conduit
installation, tree removal, miscellaneous appurtenances installation paving and striping of the front
driveway and an approximately 27,000 square foot portion of the rear parking and driveway area:
For the sum of:
Dollars ($ )
(2) It is understood that this bid is based upon completion of the work within 60 calendar days from
and after the starting date as established by the Notice to Proceed.
(3) 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 Public
Agency in the amount of five hundred dollars per calendar day for each day said work remains
CAW IN DOWS'Desktop\FS#10TS#10 Boiler PlateTS#10-Division C.doc DIVISION C - 1
DIVISION C. PROPOSAL (BID FORM) (Continued)
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 fix the actual amount
of damage.
(4) 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.
(5) The undersigned has checked carefully all of the above figures and understands that the Board
of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in
making up this bid.
(6) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in
the interest or in behalf of any person not herein named, and that the undersigned has not directly
induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to
refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for
himself an advantage over any other bidder.
(7) Attachments are:
a) A list of the names and locations of the place of business of the subcontractors.
b) Noncollusion Affidavit form.
c) Bid security as required in the Notice to Contractors.
Cash Bidder's Bond Cashier's Check Certified Check
(8) The following addenda are hereby acknowledged as being included in the bid:
Addendum # dated
Addendum # dated
Addendum #_ dated
(9) Firm
NOTE: Have you
By (signature) complied with the
Division E
Title Outreach Program
and Mandatory
Address Subcontractor
Minimum
Phone: Fax: requirements for
this project.
Federal Tax Payers I.D. or Social Security No.
Dated this day of , 19
(10) Licensed in accordance with an act providing for the registration of Contractors:
Classification and License No. , Expiration Date
(11) Representations made herein are made under penalty of perjury.
C:\WINDOWS\DesktopTS#10TS#10 Boiler PlateTS#10-Division C.doc DIVISION C - 2
LIST OF SUBCONTRACTORS FOR
(Name of Prime Contractor)
(As required by Division B, Section 4, Paragraph (c). Substitution of listed subcontractors: See
Division F, Section 6, Paragraph E.)
Portion of Work Name Place of Business
(City)
SS:ss
C:\WrN1 DOWS\Desktop\FS#10\I--S#10 Boiler Plate\FS#10-Division C.doc DIVISION C - 3
NONCOLLUSION AFFIDAVITTO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California
ss
County of
being first duly sworn, deposes and says
that he or she is of
the party making
the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization or corporation; that the bid is genuine and not collusive
or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired, connived or agreed with any
bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has
not in any manner, directly, or indirectly, sought by agreement, communication or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost
element of the bid price, or of that of any other bidder, or to secure any advantage against the public
body awarding the contract of anyone interested in the proposed contract; that all statements contained
in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged'information or data relative thereto,
or paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Dated:
Signed:
NOTE: THIS FORM MUST BE NOTARIZED
CERTIFICATE OF ACKNOWLEDGMENT
State of California )
ss.
County of )
On the date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Contractor,
personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the
within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,cxecuted the instrument.
WITNESS my hand and official seal.
Dated:
[NOTARIAL SEAL]
Notary Public
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division C.doc DIVISION C - 4
Outreach Program- Good Faith Effort Documentation
Good Faith Effort Documentation
The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority
and women-owned and controlled businesses must be considered along with other business enterprises whenever possible as sources of supplies,
construction, and other services. The required affirmative steps for Good Faith Effort documentation are outlined below.
It is the policy of Contra Costa County to provide all MBEs,W BEs, OBEs, SBEs, and LBEs an equal opportunity to participate in the performance of
all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified business
enterprises, including MBEs,W BEs, OBEs, SBEs, and LBEs have an equal opportunity to compete for and participate in County contracts. A
bidder's good faith efforts to reach out to MBEs,WBEs, OBEs, SBEs, and LBEs (subcontractors, suppliers, manufacturers, truckers,etc.)will be
determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to meet anticipated
MBEANBE participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However.failure
to include supporting documentation of a good faith effort and failure to achieve a minimum of 75 out of 100 Good Faith Effort evaluation
points may render the bid non-responsive and may result in its rejection.
Adequacy of bidder's good faith effort will be determined after consideration of the indicators of good faith as set forth below.
Indicator 1 2 3 4 5 6 7 8 9 10 Tota
Points 0 10 13 9 10 10 5 10 26 7 100
Each indicator(2-10)is evaluated on a pass/fail basis, i.e., either full or zero points can be achieved for compliance with each item
Possible Achieved
1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points I No Points
2 ATTENDED PRE-BID MEETING 110 Points
Required Documentation: a)Attend pre-bid meeting and be listed on the attendance sheet; or b)Submit a
letter prior to the pre-bid meeting either by fax to(925)930-5592 or by mail to Contra Costa County Fire
Protection District,2010 Geary Road, Pleasant Hill, CA 94523
3 ISUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 113 Points
The bidder has identified, listed and selected specific work items in the project to be performed by sub-
bidders/subcontractors in order to provide an opportunity for participation by MBEs,W BEs, OBEs, SBEs,
and LBEs. Upon making this determination,the bidder subdivided the total contract work requirements into
smaller portions or quantities to permit maximum active participation of MBEs,W BEs, OBEs, SBEs, and
LBEs.
Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5.
4 ADVERTISEMENT 19 Points
Not less than ten(10) calendar days prior to bid opening, the bidder advertised for sub-bids from
interested business enterprises in one or more daily or weekly newspapers,trade association publications,
minority or trade oriented publications,trade journals,or other media, specified by the County, such as the
Daily Construction Service,the Daily Pacific Builder,or the Small Business Exchange.
Required Documentation: A copy of the advertisement and a proof of publication statement or other
verification which confirms the date the advertisement was published.
Good Faith Effort Documentation(Continued)
5 1WRITTEN NOTICES TO CONTRACTORS 110 Points
The bidder has provided written notice of its interest in receiving sub-bids on the contract to those
subcontractors, suppliers, manufacturers, and truckers, including MBEs,W BEs, OBEs, SBEs, and LBEs
having an interest in participation in the selected work items. All notices of interest shall be provided not
less than ten(10) calendar days prior to the date the bids are required to be submitted.
Required Documentation:A copy of each letter sent to available MBEs,W BEs, OBEs, SBEs, and LBEs for
each item of work to be performed. If there is only one master notification, then a copy of the letter along with
a listing of all recipients will suffice. Faxed copies must include the fax transmittal confirmation slip showing
the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified
mail receipts. Letters must contain: areas of work-to be subcontracted; District project name; name of the
bidder;contact person's name,address,and telephone number; information on the availability of plans and
specifications: and the bidder's policy concerning assistance with bonds, lines of credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
6 FOLLOW-UP ON INITIAL SOLICITATION 110 Points
The bidder has documented efforts to follow-up initial solicitations made in Indicator,#5 by contacting the
MBEs,W BEs, OBEs, LBEs, and SBEs to determine with certainty whether said businesses were interested
in performing specific portions of the project work, to answer any questions from them. to record any
telephone quotes, and to confirm/record the business'interest in bidding on the project.
Required Documentation: A copy of telephone logs. These logs must include the name of the company
called, telephone number,contact person,who did the calling, time, date, and the result of the conversation.
Bidder must follow-up with all subcontractors to whom they sent letters.
7 IPLANS,SPECIFICATIONS AND REQUIREMENTS 15 Points
The bidder has provided interested sub-bid enterprises with information about the plans, specifications, and
requirements for the selected sub-bid/subcontracting work.
Required Documentation: Include in Indicator 4 or 5, information detailing how,where, and when the bidder
will make the required information available to interested subcontractors.
8 ICONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 110 Points
The bidder has requested assistance from organizations that provide assistance in the recruitment
and placement of MBEs,WBEs, OBEs,SBEs, and LBEs not less than fifteen(15) calendar days prior
to the submission of bids. Any organizations which have been contacted must be listed in the required
documentation.
Required Documentation: A copy of each letter sent to outreach agencies requesting assistance in
recruiting MBEs,W BEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax transmittal confirmation
slip showing the date and time of transmission. Mailed letters must include copies of the metered envelopes
or certified mail receipts. Letters must contain areas of work to be subcontracted, District project name,
name of the bidder, and contact person's name,address, and telephone number.
9 NEGOTIATE IN GOOD FAITH 26 Points
The bidder has negotiated in good faith with interested MBEs,W BEs, OBEs, SBEs, and LBEs and did not
unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as determined by the
County.
Good Faith Effort Documentation-Negotiate in Good Faith(Continued)
Required Documentation: a)Copies of all tvIBE/WBE/OBE/SBE/LBE bids or quotes received: and b)
Summary sheet organized by work area,listing the bids received, the name of the company that submitted
the bid, the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to
perform a listed work area with its own forces, they must include a bid that shows their own costs for the
work.
10 JBOND, LINES OF CREDIT,AND INSURANCE ASSISTANCE 17 Points
Required Documentation: Include in Indicator 4 or 5,information about the bidders's efforts to assist with
bonds, lines of credit, and insurance.
No later than three(3) working days following bid opening, the bidders shall submit completed good
faith effort documentation to the District. In its review of the good faith effort documentation, the District may
request additional information to validate and/or clarify that the good faith effort submission was adequate.
Such information shall be submitted promptly upon request by the County.
For MBE/VVBE firms to be used on the project. the bidder shall submit,within three(3)working days after bid
opening, a completed"Letter of Intent"form for each such firm(see sample form at end of Division E). Use of
the form will verify the amount of work each MBENVBE subcontractor, supplier, manufacturer,or trucker
intends to perform. The form shall be signed by the MBE/W BE subcontractor,supplier,manufacturer,or
trucker identifying the item(s)of work to be performed and the actual dollar value to be received.
Total Points 100 Points
Timeline for Good Faith Effort Activity Documentation
April 19,2001
Attend pre-bid meeting and be listed on the attendance sheet; or b)Submit a letter
prior to the pre-bid meeting either by fax to(925)313-7299 or by mail to Contra Costa
County General Services Department,Architectural Division, 1220 Morello Avenue,
Suite 100, Martinez California 94553.
SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS
Not less than fifteen(15) calendar days prior to the submission of bids
The bidder has requested assistance from organizations that provide assistance in the
recruitment and placement of MBEs,WBEs, OBEs, SBEs, and LBEs. Any organizations
which have been contacted must be listed in the required documentation.
Not less than ten(10) calendar days prior to bid opening,
The bidder advertised for sub-bids from interested business enterprises in one or more
daily or weekly newspapers,trade association publications, minority or trade oriented
publications,trade journals,or other media, specified by the County, such as the Daily
Construction Service, the Daily Pacific Builder,or the Small Business Exchange.
Not less than ten(10)calendar days prior to the date the bids are required to be submitted.
The bidder has provided written notice of its interest in receiving sub-bids on the contract
to those subcontractors,suppliers,manufacturers, and truckers,including MBEs,W BEs,
OBEs, SBEs, and LBEs having an interest in participation in the selected work items.
PLANS, SPECIFICATIONS AND REQUIREMENTS
FOLLOVV-UP ON INITIAL SOLICITATION
PLANS, SPECIFICATIONS AND REQUIREMENTS
No later than three(3)working days following bid opening,
The bidders shall submit completed good faith effort documentation to the District. In its
review of the good faith effort documentation, the District may request additional
information to validate and/or clarify that the good faith effort submission was adequate.
Such information shall be submitted promptly upon request by the District.
1
-1
SPECIFICATIONS FOR
1 Pavement Repairs, Fire Station #10, Concord, California
1 Budget Line Item No. 7300.4852
June 8, 2001
1 PREPARED BY
Luk & Asociates
399 Taylor Blvd., Suite 288
1 Pleasant Hill, CA 94523
925-363-1981
925-363-7969 Fax
FOR
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT
2010 GEARY ROAD
PLEASANT HILL, CALIFORNIA 94523
1 (925) 930-5500 FAX: (925) 930-5592
FILE: CCCFPD 01-02
1
1
1
i
PROJECT DIRECTORY
FIRE STATION NO. 6
Owner Owner's Project Manager
Contra Costa County Fire Protection District Steve SteN art
Assistant Chief Mike Argo Stewart Enterprises II
' 2010 Geary Road 120 Salazar Ct.
Pleasant Hill, CA 94523 Clayton, CA 94517
925/930-5500 925/672-6901
925/930-5594 Fax 925/673-9503 Fax
tCivil Engineer Soils Engineer
George Luk Fernando J. Silva
Luk & Associates Kleinfelder Inc.
399 Taylor Blvd. Suite 288 981 Garcia Avenue
Pleasant Hill, Ca. 94523 Pittsburg. Ca 94565
' 925/363-1981 925/427-6477
925/363-7969 Fax 925/427-6478 Fax
' INDEX
Contract Documents
' Notice to Contractors Division A
Instructions to Bidders Division B
Contract Proposal
Proposal(Bid Form) Division C—1,2
List of Contractors Division C—3
Non Collusion Affidavit Division C—4
Sample Contract Documents
Contract Division D
Special Provisions
Outreach Program Division E
Outreach Program Good Faith Effort Documentation Tracking Sheets(3 pages) Attached to Division E
General Conditions Division F
Supplementary General Conditions Division G
General Requirements Section 01000
Geotechnical Information 01015
Measurement and Payment 01025
Alternates 01030
Coordination/Co operation 01040
Cutting&Patching 01045
Construction Layout&Staking 01050
Permits. Notifications &Licenses 01060
Project Meetings 01200
Submittals 01300
Construction Schedule 01310
Schedule of Values 01370
Quality Control 01400
Testing Laboratory Services 01410
Construction Facilities&Temporary Controls 01500
Mobilization 01505
Barriers&Enclosures 01530
Protection of Work and Property 01540
Traffic Control 01570
Material&Equipment 01600
Contract Closeout 01700
Contract Closeout Procedures 01701
Project Record Documents 01720
i Warranties 01740
FIRE STATION #10
2955 TREAT BLVD.
CONCORD, CA INDEX
TECHNICAL PROVISIONS
DIVISION 2
Removal Work 02065
Earth Work 02200
Asphaltic Concrete Paving 02513
' Concrete Surface Improvements 02515
Pavement Marking 02577
Site Utilities 02700
a
1
a
1
i
1
1
FIRE STATION #10
2955 TREAT BLVD.
CONCORD,CA INDEX
CCCFPD 01-O1B.4.1
NOTICE TO CONTRACTORS
DIVISION A. NOTICE TO CONTRACTORS Page 1 of 3
(Advertisement)
Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the
Contra Costa County Fire Protection District will receive bids for the furnishing of all labor,
' materials, equipment, transportation and services for:
PAVEMENT REPAIRS, FIRE STATION #10, CONCORD, CALIFORNIA
iBudget Line Item No. 7300.4852
jBid proposals shall be sealed and shall be submitted to Assistant Chief Support Services
Division Michael Argo, Contra Costa Countv Fire Protection District , 2010 Geary Road,
Pleasant Hill, California 94523-4694, on or before the 31st day of July, 2001 at 3:00 p.m.,
1 and will be opened in public immediately after the time due in the Conference Room, 2010
Geary Road, Pleasant Hill, California 94523-4694.
Mark bid proposals with the notation on the envelope in large letters " Bid Proposal — Do
Not Open"
The estimated construction contract cost (Base Bid Item #1) is $200,000.
The prime contractor for this project shall hold a valid Class A General Engineering Contractor
license.
The work includes concrete flatwork, drainage, conduits and striping
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 the offices of Luk and Associates, 399
Taylor Blvd., Suite 288, Pleasant Hill, California. Drawings and specifications (not including
documents included by reference) and proposal forms, may be obtained by prospective bidders at
the offices of Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant Hill, California, upon
payment of a printing and service charge in the amount of $30 (sales tax included) which
amount shall not be refundable. Drawings and specifications maybe ordered by mail for an
additional shipping and handling fee of $3.00. Checks shall be made payable to " Luk and
,. Associates" and may be mailed to Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant
Hill, California, 94523. The Contra Costa County Fire Protection District does not guarantee the
arrival of the drawings and specifications in time for bidding. Drawings and specifications will
jnot be sent overnight mail. No partial sets will be issued.
Prospective bidders may obtain copies of the Fire Protection District's log of contractor plan
holders by calling Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant Hi.11, California at
(925) 363-1981or by submitting a written request via FAX no. (925) 363-5185. Requests for
copies of the plan holders log cannot be accepted after 5:00 p.m. of the day before the bids are
due.
Technical questions regarding the contract documents should be directed to Luk and Associates,
399 Taylor Blvd., Suite 288, Pleasant Hill, California at telephone number (925) 363-1981.
C':`,.WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division A.doc DIVISION A - 1
CCCFPD 01-01/B.4.1 ,
1\OTICE TO CONTRACTORS
Page 2 of 3
Each bid shall be made on the bid form issued with the specifications, and 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 cert i icates 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. Such
securities shall be valued by the County Treasurer-Tax Collector, whose decision shall be final.
Also, types of securities which 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 Treasurer-Tax Collector before bid opening. Unless such
securities are prequalified before bid opening, they shall not be accepted by the County as
security. t
The successful bidder will be required to furnish a Payment Bond in an amount equal to one
hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount
equal to one hundred percent (100%) of the Contract price, said bonds to be secured from an
admitted surety insurer authorized by the Insurance Commissioner to transact business of
insurance in the State of California. Each bond shall be issued on the form set forth in the
specifications.
Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law
applicable thereto, the said Board has obtained the general prevailing rate of per diem wages and
rates for legal holidays and overtime work in the locality in which this work is to be performed
for each type of workman or mechanic required to execute the contract which will be awarded to
the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the
Board of Supervisors.
The Contra Costa County Board of Supervisors encourages opportunities to develop and support
Minority Business Enterprises (MBEs), Women Business Enterprises (WBEs), Small Business
Enterprises (SBEs), and Local Business Enterprises (LBEs) by providing opportunities for
participation in the performance of construction contracts financed in whole or in part with
County funds. MBE, WBE, SBE, and LBE definitions and detailed information are included in
Division E of the Specifications. A pre-bid conference will be held on July 19, 2001, at 1:00
p.m., in the Fire Station #10 Day Room, 2955 Treat Blvd., Concord, California, Discussion
will cover recommended outreach efforts, resources and any other subjects of interest to
attendees.
"Because of the restrictive nature of the facility, the site will only be open for inspection by
bidders on Thursday, July 19, 2001. Inspection tours will be conducted on these dates by a
representative.of the Contra Costa County Fire Protection District. Tours will begin promptly
at 1:00 p.m., at Fire Station #10, 2955 Treat Blvd., Concord, California.
The said Board reserves the right to refect any and all bids or any portion of any bid and/or waive
any irregularity in any bid received. Bids may not be withdrawn for a period of 60 days after the
date set for opening thereof.
CAWfNDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division A.doc DIVISION A - 2
CCCFPD 01-01/B.4.1
NOTICE TO CONTRACTORS
jPage 3 of 3
BY ORDER OF THE BOARD OF SUPERVISORS
OF CONTRA COSTA COUNTY
JOHN SWEETEN.
Clerk of the Board of Supervisors
and County Administrator
By:
Dated:
PUBLICATION DATES:
SS:ss
1
' C:\WINDOWS\Desktop'TS#IOTS#10 Boiler PlateTS#10-Division A.doc DIVISION A - 3
DIVISION B. INSTRUCTIONS TO BIDDERS
The bidder shall carefully examine the instructions contained herein and satisfy himself as to the
conditions with which he must comply prior to bid in submitting his proposal, and to the conditions
affecting the award of contract.
SECTION 1. COMPETENCE OF BIDDERS:
A. License: No bidder may bid on work of a kind for which lie is not properly licensed, and
anv such bid received may be disregarded. See Division A, Notice to Contractors, for
license classification required for this project.
B. Bidders shall be experienced in the type of work for which they are bidding and shall, upon
request of the County, submit to the County a written list of completed projects, with the
name of the owner or contract officer indicated.
C. County may not permit a contractor or subcontractor who is ineligible to bid or work on,
or be awarded, a Public Works project pursuant to Section 1777.1 or 1777.7 of the Labor
Code to bid on, be awarded, or perform work as a subcontractor on this project. Contractor
is prohibited from performing work on this project with a subcontractor who is ineligible
to perform work on a Public Works project pursuant to Section 1777.1 or 1777.7 of the
Labor Code.
SECTION 2. SECURING DOCUMENTS: '
A. Drawings and Specifications may be secured at the place and for the deposit or fee as
specified in Division A, "Notice to Contractors."
SECTION 3. EXAMINATION OF PLANS. SPECIFICATIONS. AND SITE OF THE WORK:
A. CONTRACTOR'S RESPONSIBILITY:
The bidder shall examine carefully the site of the work, and the plans and specifications
therefor. He shall investigate and satisfy himself as to conditions to be encountered, the
character, quality and quantity of surface, and subsurface materials or obstacles to be
encountered, the work to be performed and materials to be furnished, and as to the
requirements of the proposal, plans and specifications of the contract.
Where investigations of subsurface conditions have been made by the County in respect to
foundation or other structural design, and that information is shown in the plans or
otherwise made available to the bidders, said information represents only the character of '
material which was actually encountered in the investigation, and is only included for the
convenience of bidders.
Investigations of subsurface conditions are made for the purpose of design, and the County
assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or
of the log of test borings, or other preliminary investigations, or of the interpretation
therefor.
There is no guarantee or warranty, either express or implied, that the conditions indicated
are representative of those existing throughout the work, or any part of it, or that unlooked
for developments may not occur. Making such information available to bidders is not to
be construed in any way as a waiver of the provisions of this article concerning the
Contractor's responsibility for subsurface conditions, and bidders must satisfy themselves
through their own investigation as to the actual conditions to be encountered.
CAWIND0WS',Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division B-Formal-08-00.doc 4/29/99 DIVISION B - 1
DI'V'ISION B. INSTRUCTIONS TO BIDDERS (Continued)
B. RESPONSIBILITY FOR UTILITIES:
' As part of the responsibility stated in subdivision A. above, and without limitation thereon,
the Contractor shall be responsible at his own cost for any and all work; expense or special
precautions caused or required by the existence of proximity of utilities encountered in
performing the work, including without limitation thereon, repair of any or all damage and
all hand or exploratory excavation required. The bidder is cautioned that such utilities may
include communication cables or electrical cables which may be high voltage, and the
ducts enclosing such cables, and when working or excavating in the vicinity thereof, the
special precautions to be observed at his own cost shall also include the following: All
such cables and their enclosure ducts shall be exposed by careful hand excavation so as not
to damage the ducts or cables, nor cause injury to persons, and suitable warning signs,
barricades and safety devices shall be erected as necessary or required.
In connection with the foregoing, the bidder's attention is invited to Section 12 of Division
F of these Specifications.
C. DISCREPANCIES OR ERRORS:
If omissions, discrepancies, or apparent errors are found in the Drawings and
Specifications prior to the date of bid opening, the bidder shall submit a written request for
a clarification which will be given in the form of an addendum to all bidders if time
permits. Otherwise, in estimating the work, the bidders shall consider that any
discrepancies or conflict within the drawings, within the specifications, or between
drawings and specifications shall be governed by Section 15 of Division F of these
Specifications.
SECTION 4. BIDDING DOCUMENTS
A. Bids shall be made on the ) (
Form special Proposal Bid See Division C of this
p p (
Specification), with all items completely filled out; numbers shall be stated both in writing
' and in figures, and in case of discrepancies the lower of the two shall govern; the
signatures of all persons signed shall be in longhand. The completed form should be
without interlineations, alterations or erasures. Additional copies of the Proposal (Bid
1 Form) may be obtained from those supplying these Specifications.
B. Bids shall not contain any recapitulation of the work to be done; alternative proposals will
1 not be considered, unless called for. No oral, telegraphic or telephonic proposals or
modifications will be considered.
C. List of Proposed Subcontractors: Each proposal shall have listed therein the name and
1 address of each subcontractor to whom the bidder proposes to subcontract portions of the
work in an amount in excess of one-half of 1 percent of his total bid, in accordance with
Section 4104 of the Public Contract Code.
See Section 6 of Division F of these Specifications for further reference to subcontractors.
tCA\VlNDOWS\Desktop\FS#10TS#10 Boiler PlateTS#10-Division B-Formal-08-00.doc 4/29/99 DIVISION B - 2
DIVISION B. INSTRUCTIONS TO BIDDERS (Continued)
1
D. Noncollusion Affidavit: Bidders shall execute, have notarized, and submit with their bid,
the Noncollusion Affidavit form included in Division C, Proposal (Bid Form). '
E. Bidder's Security: All bids shall have enclosed cash, a cashier's check, certified check or a
bidder's bond as described below, executed as surety by a corporation authorized to issue
surety bonds in the State of California, made payable to "The County of Contra Costa," in
an amount equal to at least 10 percent (10%) of the base bid amount. No bid shall be
considered unless one of the forms of bidder's security is enclosed therewith. Bid security
will be held until either (1) the contract has been executed and bonds have been furnished,
or (2) the specified time has elapsed so that bids may be withdrawn, or (3) all bids have
been rejected.
SECTION 5. SUBMISSION OF PROPOSALS:
A. Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa
County at the place indicated on the Bid Proposal. It is the sole responsibility of the bidder
to see that his bid is received in proper time.
B. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the
work being bid upon and addressed as directed in the Notice to Contractors and the Bid
Proposal. Failure to do so may result in a premature opening of, or a failure to open such
bid. Proposals which are not properly marked may be disregarded. I
SECTION 6. WITHDRA%N'AL OF PROPOSALS:
A. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the j
opening of bids, provided that a request in writing, executed by the bidder or his duly
authorized representative, for the withdrawal of such bid is filed with the Clerk of the
Board of Supervisors of Contra Costa County. An oral, telegraphic, or telephonic request
to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice
the right of a bidder to file a new bid. This article does not authorize the withdrawal of any
bid after the time fixed in the public notice for the opening of bids.
SECTION 7. PUBLIC OPENING OF PROPOSALS:
A. Proposals will be publicly opened and read at the time and place indicated in the Notice to '.
Contractors. Bidders or their authorized agents are invited to be present.
B. Bid results may be obtained by calling the Project.Manager at (925) 672-6901. Bid results
will be available on this line approximately one hour after bid opening.
C. Bid results, including subcontractor listings for the three lowest bids, will also be available
the day after the bid opening and may be obtained by calling the Project Manager at (925)
672-6901.
D. SECTION 8. IRREGULAR PROPOSALS:
Proposals may be rejected if they show any alteration of form, additions not called for,
conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is
changed after the amount is originally inserted, the change should be initialed.
SECTION 9. COMPETITIVE BIDDING:
CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division B-Formal-08-OO.doc 4/29/99 DIVISION B - 3
DIVISION B. INSTRUCTIONS TO BIDDERS (Continued)
A. If more than one proposal be offered by any individual, firm, partnership, corporation;
association or any combination thereof, under the same or different names, all such
proposals may be rejected. A party who has quoted prices on materials or work to a bidder
is not thereby disqualified from quoting prices to other bidders, or from submitting a bid
directly for the materials or work.
B. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as
to control or affect the awarding of this contract is in violation of the competitive bidding
requirements of the State law and may render void any contract let under such
circumstances.
SECTION 10. AWARD OF CONTRACT:
A. The right is reserved to reject any and all proposals.
B. Contra Costa County shall have the right to accept bid Alternates in any order or
combination and to determine the low bidder on the basis of the Base Bid only, or on the
basis of the Base Bid and the Alternates accepted, if any.
1 C. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose
proposal complies with all the requirements prescribed herein. Such award, if made, will
' be made within the time period during which bids may not be withdrawn as specified in
Division A, Notice to Contractors.
1 D. If the contract is awarded, but such award is later invalidated for any reason, all bids shall
be deemed rejected and no oiher bidder shall be deemed eligible for contract award.
Nothing in this section shall prevent the County from reawarding the contract to another
bidder in cases where a 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).
SECTION 11. SPECIAL REQUIREMENTS:
A. The bidder's attention is invited to the following special provisions of the contract, all of
' which are detailed in the General Conditions (Division F) or other documents included in
these Specifications.
1) Bonds
1 2) Insurance
3) Liquidated Damages
4) Guarantee
1 5) Inspection and Testing of Materials
6) Facilities to be Provided at Site
7) Assignment of Contract Prohibited
8) Outreach/Mandatory Subcontracting Minimum/Affirmative Action (See Division E).
C:\WINDOWS\Desktop\FS#10`,.FS#10 Boiler Plate\FS#10-Division B-Formal-08-OO.doc 4/29/99 DIVISION B - 4
DIVISION B. INSTRUCTIONS TO BIDDERS (Continued)
SECTION 12. EXECUTION OF CONTRACT:
A. The contract (example in Division D) shall be signed by the successful bidder in duplicate '
counterpart and returned within five (5) days of receipt, not including Saturdays, Sundays
and legal holidays, together with the Contract Bonds and Certificates of Insurance. No
contract shall be binding upon the County until it has been executed by the Contractor and
the County.
B. Should the contractor begin work in advance of receiving notice that the contract has been
approved as above provided, any work performed by him will be at his own risk and as a
volunteer unless said contract is so approved.
SECTION 13. FAILURE TO EXECUTE CONTRACT: ,
A. Failure to execute a contract and file acceptable bonds and certificates of insurance as
provided herein within ten (10) days, not including Saturdays, Sundays and legal holidays, ,
after the successful bidder has received the contract for execution, shall be just cause for
the annulment of the award and the forfeiture of the bidder's security. If the successful
bidder refuses or fails to execute the contract, the County may award the contract to the
second lowest responsible bidder. If the second lowest responsible bidder refuses or fails
to execute the contract, the County may award the contract to the third lowest responsible
bidder. On the failure or refusal of the second or third lowest responsible bidder to whom e
any such contract is so awarded to execute the same, such bidders' securities shall be
likewise forfeited to the County. The work may then be readvertised or may be
constructed by day labor as provided by State law.
SECTION 14. PLAN HOLDERS LIST: ,
A. Copies of the plan holders list may be examined or obtained for no cost at the offices of ,
Luk and Associates, 399 Taylor Blvd., Suite 288, Pleasant Hill, California, Monday
through Friday between the hours of 9:00 am and 5:00 pm.
B. Copies will be FAXED upon request, however, they will not normally be FAXED until
after 5:00 pm on the day requested in order to avoid tying up the FAX machine during
regular office hours.
C. Requests for FAX copies of the plan holders list will not be accepted after 5:00 pm of the ,
day before the bids are due.
_ t
1
1
O
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division B-Formal-08-OO.doc 4/29/99 DIVISION B - 5
(Bidder)
DIVISION C. PROPOSAL (BID FORM)
BIDS WILL BE RECEIVED UNTIL THE 31" day of July, 2001 at 3:00 P.M. at the Contra Costa
County Fire Protection District , 2010 Geary Road, Pleasant Hill, California 94523-4694.
(1) Assistant Chief Support Services Division Michael Argo, Contra Costa County Fire Protection
District:
The undersigned hereby proposes and agrees to furnish any and all required labor, material,
transportation, and services for
PAVEMENT REPAIRS, FIRE STATION #10, CONCORD, CALIFORNIA
Budget Line Item No.7300.4852
in strict conformity with the Drawings, Specifications, and other contract documents on file at the
Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, 651 Pine Street,
Martinez, California, 94553, for the following sums; namely:
BASE BID—Bid Item 1
Shall include all of the work shown or specified to complete the demolition, electrical conduit
installation, tree removal, miscellaneous appurtenances installation paving and striping of the front
driveway and an approximately 27,000 square foot portion of the rear parking and driveway area:
For the sum of:
Dollars (S )
(2) It is understood that this bid is based upon completion of the work within 60 calendar days from
and after the starting date as established by the Notice to Proceed.
(3) 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 Public
Agency in the amount of five hundred dollars per calendar day for each day said work remains
rCIWINDOWS\Desktop\FS#1OTS#10 Boiler PlateWS#10-Division C.doc DIVISION C - 1
DIVISION C. PROPOSAL BID FORM (Continued)
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 fix the actual amount
of damage.
(4) 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.
(5) The undersigned has checked carefully all of the above figures and understands that the Board
of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in
making up this bid.
(6) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in
the interest or in behalf of any person not herein named, and that the undersigned has not directly
induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to
refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for
himself an advantage over any other bidder.
(7) Attachments are:
a) A list of the names and locations of the place of business of the subcontractors.
b) Noncollusion Affidavit form. '
c) Bid security as required in the Notice to Contractors.
Cash Bidder's Bond Cashier's Check Certified Check
(8) The following addenda are hereby acknowledged as being included in the bid:
Addendum # dated
Addendum # dated
Addendum # dated
(9) Firm
NOTE: Have you
By (signature) complied with the ,
Division E
Title, Outreach Program
and Mandatory
Address Subcontractor
Minimum
requirements for
Phone: Fax: this project?
Federal Tax Payers I.D. or Social Security No.
Dated this day of , 19
(10) Licensed in accordance with an act providing for the registration of Contractors:
Classification and License No. . , Expiration Date
(11) Representations made herein are made under penalty of perjury.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division C.doc DIVISION C - 2
LIST OF SUBCONTRACTORS FOR
(Name of Prime Contractor)
(As required by Division B, Section 4, Paragraph (c). Substitution of listed subcontractors: See
Division F, Section 6, Paragraph E.)
Portion of Work Name Place of Business
(City)
1
1 ss:ss
C:\W1ND0WS\Desk1op\FS#10\FS#10 Boiler Plate\FS#10-Division C.doc DIVISION C - 3
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY
BIDDER AND SUBMITTED WITH BID
State of California )
ss
County of )
being first duly sworn, deposes and says
that he or she is of
the party making
the foregoing bid that the bid is not made in the interest of,.or on behalf of, any undisclosed person, ,
partnership, company, association, organization or corporation;-that the bid is genuine and not collusive
or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired, connived or agreed with any
bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has
not in any manner, directly, or indirectly, sought by agreement, communication or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost ,
element of the bid price, or of that of any other bidder, or to secure any advantage against the public
body awarding the contract of anyone interested in the proposed contract; that all statements contained
in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto,
or paid, and will not pay, any fee to any corporation, partnership, company association, organization, ,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
Dated:
Signed:
NOTE: THIS FORM MUST BE NOTARIZED
CERTIFICATE OF ACKNOWLEDGMENT ,
State of California )
ss.
County of ) -
On the date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Contractor,
personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the
within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her!their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument.
WITNESS my hand and official seal.
Dated:
[NOTARIAL SEAL]
Notary Public
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division C.doc DIVISION C - 4
File: /C.I.I
CONTRACT
(Construction Agreement)
(Contra Costa County Standard Form)
I. SPECIAL TERMS. These special terms are incorporated below by reference.
(See Secs. 2.3) Parties: CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT
(Contractor)
(See Sec. 2) Effective Date: (See Section 4 for starting date.)
(Sec Sec. 3) The Work: Pavement Repairs and Associated Work
(Sec Sec. 4) Completion Time: Within 60 calendar days from starting date.
I (See Sec. 5) Liquidated Damages: Five Hundred Dollars per Day
(See Sec. 6) Public Agency's Agent: Keith Richter, Fire Chief
(See Sec. ?) Contract Price:
(See Sec. S) Federal Taxpayers I.D.or Social Security No.:
2. SIGNATURES&ACKNOWLEDGEMENT.
Public Agency, By: Date:
Keith Richter,Fire Chief
Contractor, hereby also certifying awareness of and compliance with Labor Code Sections 1861 and 37.00 conceming Workers' Compensation
Law.
' By: _
(Designate official capacity in the business) (CORPORATE
SEAL)
By.
(Designate official capacity in the business)
Note to Contractor: For corporations, the contract must be signed by two officers. The first signature must be that of the chairman of the board,
president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ.
Code;Sec. 1 190 and Corps. Code,Sec. 313.) The acknowledgment below must be signed by a Notary Public.
CERTIFICATE OF ACKNOWLEDGMENT
1 State of Califomia )
ss.
County of )
On the date written below, before me, the undersigned Notary Public, personally appeared the person(s) signing above for Contractor, personally
known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacitv(ies), and that by his/her/their signature(s) on the
instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument.
WITNESS my hand and official seal.
Dated:
[NOTARIAL SEAL]
Notary Public
(CC-I: Rev.2-92)
C:`.tV1ND0WS\Desktop\FS#1OTS#10 Boiler Plate`,FS#10-Division D.doc
DIVISION D - 1
Page I of 4
File: .C.l.l ,
3. WORK CONTRACT,CHANGES. (a) By their signatures in Section 2, effective on the above date, these parties promise and agree as
set forth in this contract,incorporating by these references the material("special terms")in Section 1.
(b) Contractor shall, at his own cost and expense. and in a workmanlike manner, fully and faithfully perform and complete the work: and
will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this
contract,all strictly in accordance with the Public Agency's plans,drawings and specifications.
(c) The work can be changed only with Public Agency's prior written order specifying such change and its cost agreed to by the parties;
and the Public Agency shall never have to pay more than specified in Section 7 without such an order.
4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the specifications or the Notice to Proceed: and shall ,
complete it as specified in Section I.
5. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work within the time fixed therefor, allowance
being made for contingencies as provided herein,he becomes liable to the Public Agency for all its loss and damage therefrom;and because,from the
nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in
performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Section 1,the
result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work: and if
the same be not paid,Public Agency may, in addition to its other remedies,deduct the same from any money due or to become due Contractor under
this contract. If the Public Agency for any cause authorizes or contributes to a delay,suspension of work or extension of time, its duration shall be
added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-
completion or delay hereunder. Pursuant to Government Code Section 4215, the Contractor shall not be assessed liquidated damages for delay in
completion of the work,when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation
of existing utility facilities. ,
6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and
Contractor's accepted bid for this work are hereby incorporated into this contract;and they are intended to cooperate,so that anything exhibited in the
plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set
forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined
by Public A-ency's Agent specified in Section 1.
7. PAYMENT. (a) For his strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the
Public Agency shall pay the Contractor the sum specified in Section 1,except that in unit price contracts the payment shall be for finished quantities '
at unit bid prices.
(b) On or about the first of each calendar month,the Contractor shall be paid for all work done through the 15th of the preceding calendar
month,as determined by Public Agency or its Agent,minus 10%thereof pursuant to Public Contract Code Section 9203,but not until defective work ,
and materials have been removed,replaced,and made good.
8. PAYMENTS WITHHELD. (a) The Public Agency or its Agent may withhold any payment, or because of later discovered evidence
nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because
of:
(1) Defective work not remedied,or uncompleted work,or
(2) Claims filed or reasonable evidence indicating probable filing,or
(3) Failure to properly pay subcontractors or for material or labor,or
(4) Reasonable doubt that the work can be completed for the balance then unpaid,or
(5) Damage to another contractor,or
(6) Damage to the Public Agency,other than damage due to delays.
(b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and ,
labor which are not satisfactory to it,so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts.
(c) 35 calendar days after the Public Agency files its notice of completion of the entire work, it shall issue a certificate to the Contractor
and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for
labor and materials have been paid,no claims have been presented to the Public Agency based on acts or omissions of the Contractor,and no liens or
withhold notices have been filed against the work or site, and provided there are not'reasonable indications of defective or missing work or of late-
recorded notices of liens or claims against Contractor.
9. INSURANCE. (Labor Code Sections 1860-61) On signing this contract,Contractor must give Public Agency(1)a certificate of consent
to self-insure issued by the Director of Industrial Relations,or(2)a certificate of Workers'Compensation insurance issued by an admitted insurer,or
(3)an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Section 3100 and
the Workers'Compensation Law.
10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in
amount(s)specified in the specifications or special provisions,guaranteeing his faithful performance of this contract and his payment for all labor and
materials hereunder.
11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects,without fault of the Public Agency or its agent(s),to supply
sufficient materials or workers to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof
by the Public Agency,the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price.
(CC-1; Rev. 2-92)
C:\WINDOWS\Desktop\FS#10\FS#l0 Boiler Plate\FS#10-Division D.doc
DIVISION D - 2
Page 2 of 4
File: /C.1.1
' 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially
Chapter I of Part 7 of the California Labor Code (beginning with Section 1720, and including Sections 1735, 1777.5. & 1777.6 forbidding
discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures
provided in the Labor Code. especially in Sections 1775 & 1813, concerning prevailing wages and hours, shall apply to this agreement as though
fully stipulated herein.
13. SUBCONTRACTORS. Public Contract Code Sections 4100-4114 are incorporated herein.
14. WAGE RATES. 1a) Pursuant to Labor Code Section 1773, the Director of the Department of Industrial Relations has ascertained the
general prevailing rates of\�aoes per diem, and for holiday and overtime work, in the locality in which this work is to be performed. for each craft,
classification,or type of worker needed to execute this contract,and said rates are as specified in the call for bids for this work or are on file with the
Public Agency,and are hereby incorporated herein.
(b) This schedule of ova2es is based on a working day of S hours unless otherwise specified; and the daily rate is the hourly rate multiplied by
the number of hours constituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced,
but the hourly rate remains as stated.
(c) The Contractor, and all his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and
tinge benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage
scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes necessary for
the Contractor or any subcontractor to employ any person in a craft, classification or type of work (except executive, supervisory, administrative,
clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public
Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum rate based thereon, which
shall apply from the time of the initial employment of the person affected and during the continuance of such employment.
15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal days work,and no worker employed at any time on this
work by the Contractor or by any subcontractor shall be required or permitted to work longer thereon except as provided in Labor Code Sections
' I810-1815.
16. APPRENTICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Sections 1777.5 and
1777.6,forbidding discrimination.
' 17. PREFERENCE FOR MATERIALS. The Public Agency desires to promote the industries and economy of Contra Costa County,and the
Contractor therefore promises to use the products,workers, laborers and mechanics of this County in every case where the price, fitness and quality
are equal.
IS. ASSIGNMENT. The agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in
whole or in part, nor any monies due or to become due tinder it,without the prior written consent of the Public Agency and the Contractor's surety or
sureties,unless they have waived notice of assignment.
19. NO WAIVER BY PUBLIC AGENCY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or
statement by any officer, aeent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this
contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not
relieve the Contractor of his oblication to fulfill this contract as prescribed:nor shall the Public Agency be thereby estopped from bringing any action
for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof.
20. HOLD HARMLESS & INDEMNITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined
in this section.
(b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards. commissions,
officers.agent and employees.
(c)The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of
actions defined below, including= but not limited to personal injury, death, property damage, trespass, nuisance, inverse condemnation, patent
infringement, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the
Public Agency approved the improvement plans or accepted the improvements as co"inpleted, and including the defense of any suit(s)or action(s)at
law or equity concerning these.
(d)The actions causing liability are any act or omission(negligent or non-negligent)in connection with the matters covered by this contract
and attributable to the Contractor.subcontractor(s),or any officer(s),agent(s)or employee(s)of one or more of them.
(e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any indemnitee has
prepared, supplied, or approved any plan(s),drawing(s), specification(s)or special provision(s) in connection with this work, has insurance or other
indemnification covering any of these matters,or that the alleged damage resulted partly from any negligent or willful misconduct of any indemnitee.
(CC-I; Rev. 2-92)
C:'.WINDOWS\Dcsktop'�FS#10`,FS=10 Boiler Platc\FS#10-Division D.doc
1 DIVISION D - 3
Page 3 of 4
File: IC.1.1
21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Section 6705, if applicable, by submitting to Public Agency ,
a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving
ground during trench excavation.
22. RECORD RETENTION AND AUDITING. Except for materials and records delivered to Public Agency,Contractor shall maintain and
retain.for a period of at least five years after Contractor's receipt of the final payment under this contract,all records relating to this contract or to the
work, including without limitation estimates, bids, shop drawings, submittals, subcontracts, personnel and payroll records,job reports and diaries,
receipts, invoices, cancelled checks and financial records. Upon request by Public Agency, at no additional charge, Contractor shall promptly make
such records available to Public Agency,or to authorized representatives of the state and federal governments,at a convenient location within Contra
Costa County designated by Public Agency,and without restriction or limitation on their use.
23. VENUE. Any litigation involving this contract or relating to the work shall be brought in Contra Costa County, and Contractor hereby
waives the removal provisions of Code of Civil Procedure Section 394.
24. ENDORSEIMENTS. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of
any particular brand name or commercial product without the prior approval of the Board of Supervisors. In its County contractor capacity,
Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-
established and widely-accepted scientific basis for such claims or without the prior approval of the Board of Supervisors. In its County contractor
capacity, Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or ,
commercial product,even if Contractor is not publicly endorsing a product,as long as the Contractor's presence in the advertisement can reasonably
be interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,Contractor may express its
views on products to other contractors,the Board of Supervisors,County officers,or others who may be authorized by the Board of Supervisors or by
law to receive such views.
25. USE OF PRIVATE PROPERTY. Contractor shall not use private property for any purpose in connection with the work absent a prior, ,
written agreement with the affected property owner(s).
S
(CC-1: Rev. 3-95)
(Form approved by County Counsel)
C:\WFNDOWS\Desktop\fS#10\FS#10 Boiler Plate\FS#10-Division D.doc
DIVISION D - 4
Page 4 of 4
PERFORMANCE BOND -- PUBLIC WORK
1 Bond No.
Premium
Any claim under this Bond should be
Sent to the following address:
KNOW ALL MEN BY THE PRESENTS:
' That we,
As Principal, and ,
a corporation organized and existing under the laws of the State of
and authorized to transact surety business in the State of California, as
Surety, are held and firmly bound unto CONTRA COSTA COUNTY, as Obligee, to the sum of
Dollars ($ ) lawful money of the United States of America, for the payment of which sum well
1 and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly
and severally, firmly by these presents.
' THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract
dated , 20 , with the Obligee to do and perform the following work, to wit:
Perform Pavement Repairs at Fire Station #10, Concord, California
as is more specifically set forth in the contract documents, reference to which is hereby made.
' NOW, THEREFORE, if the Principal shall well and truly perform all the requirements of said contract
documents required to be performed on its part, at the times and in the manner specified therein, then this
obligation shall be null and void, otherwise it shall remain in full force and effect.
PROVIDED, that any alterations in the work to be done or the materials to be furnished, or changes in the
time of completion, which may be made pursuant to the terms of said contract documents, shall not in any
way release the Principal or the Surety thereunder, nor shall any extensions of time granted under the
provisions of said contract documents release either the Principal or the Surety, and notice of such alterations
or extensions of time is hereby waived by the Surety.
PROVIDED, that if any action is commenced on this bond by the Obligee, in addition to the sum specified
above, the Principal and the Surety, their heirs, executors, administrators, successors and assigns,jointly and
severally, shall be obligated to pay to the Obligee all costs, attorney's fees and other litigation expenses
incurred by the Obligee in collecting monies due under the terms of this bond.
SIGNED AND SEALED, this day of , 20
' (Principal) (Surety)
By:
(Signature) (Signature)
' (SEAL AND ACKNOWLEDGEMENT OF NOTARY) (SEAL AND ACKNOWLEDGEMENT OF NOTARY)
DIVISION D— 5
1 C\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Divisions D-5,D-G.doc
PAYMENT BOND -- PUBLIC WORK ,
[Civ. Code, §§ 3247 - 32481
Bond No.
Premium
Any claim under this Bond should be
Sent to the following address:
KNOW ALL MEN BY THE PRESENTS:
That we,
As Principal, and ,
a corporation organized and existing under the laws of the
State of and authorized to transact surety business in the State of
California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY, as Obligee, in the sum
of Dollars ($ ) lawful money of the United States of America, for the payment of i
which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and
assigns,jointly and severally, firmly by these presents.
THE CONDITION of the above obligation is such that, whereas the Principal has entered into a contract
dated , 20 , with the Obligee to do and perform the following work, to wit:
as is more specifically set forth in the contract documents, reference to which is hereby made.
NOW, THEREFORE, if the Principal or a subcontractor fails to pay any of the persons named in Section
3181 of the Civil Code, or amounts due under the Unemployment Insurance Code with respect to work or
labor performed under the contract, or for any amounts required to be deducted, withheld and paid over to
the Employment Development Department from the wages of employees of the Principal and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code, with respect to such work and labor, the
Surety will pay for the same, in an amount not exceeding the sum specified in this bond, and also, in case
suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court.
This bond shall enure to the benefit of any of the persons named in Section 3181 of the Civil Code so as to
give a right of action to such persons or their assigns in any suit brought upon this bond.
SIGNED AND SEALED, this day of 320-
(Principal)
20(Principal) (Surety) '
By:
(Signature) (Signature)
(SEAL AND ACKNOWLEDGEMENT OF NOTARY) (SEAL AND ACKNOWLEDGEMENT OF NOTARY)
DIVISION D - 6
CAWINDOWS\Dcsktop\FS#10\FS#10 Boiler Plate\FS#10-Divisions D-5,D-6.doc
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
1 Contracts of$50,000 and Greater
' SECTION 1. OUTREACH PROGRAM
A. General
This project is subject to the policies and requirements established in the County's Outreach
Program for the use of Minority Business Enterprises (MBEs), Women Business Enterprises
(WBEs), Other Business Enterprises (OBEs), Small Business Enterprises (SBEs), and Local
Business Enterprises (LBEs). The County is committed to ensuring full and equitable
participation by minority, women, and other sub-bid or subcontracting businesses in County-
funded construction projects. The Outreach Program is set forth herein. Bidders should be
fully informed of this program. Bidders are encouraged to use MBE/WBE firms whenever
1 there is a need to subcontract portions of the work. Failure to comply with the County's
Outreach Program may render the bid non-responsive.
' B. MBE/WBE/OBE Participation
The Outreach Program requires the bidder to make a "Good Faith Effort" to obtain sub-bid
participation by MBEs, WBEs, OBEs, SBEs, and LBEs which is anticipated by the County to
produce levels of participation as stated in the proposal form.
' C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Minoru or Women Business Enterprise MBE or WBE " means a business enterprise
Y rp ( ) rP
that meets both of the following criteria:
a. A business entity that is at least 51 percent owned by one or more minority persons or
' women or, in the case of any business whose stock is held, at least 51 percent of the
stock is owned by one or more minority persons or women; and
b. A business whose management and daily business operations are controlled by one or
more minority persons or women.
' 2. "Other Business Enterprise (OBE)" means any business which does not otherwise qualify
as a Minority or Women Business Enterprise.
3. "Small Business Enterprise (SBE)" means a small business concern, as defined in Section
3 of the Small Business Act and implementing regulations (Volume 13 of the Code of
Federal Regulations, Chapter 1).
4. "Local Business Enterprise (LBE)" means a business that has its main office or principal
place of business within the boundaries of Contra Costa County.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-OO.doc (Rev.7/12/00) DIVISION E - 1
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of$50,000 and Greater
5. "Minority person" means African Americans; Hispanic Americans; Native Americans
(including American Indians, Eskimos, Aleuts, and Native Hawaiians); Asian Pacific
(including persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos,
Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of the Pacific, and
the Northern Marianas); and Asian Indians (including persons whose origins are from
India, Pakistan, and Bangladesh).
6. "Subcontract" means an agreement between the prime contractor and an individual, firm,
or corporation for the performance of a particular portion(s) of the work which the prime ,
contractor has obligated itself.
7. "Subcontractor" means an individual, firm, or corporation having a direct contract with
the contractor for the performance of a part of the work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
materials, or equipment. ,
8. "Vendor and/or supplier" means a firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public in
the usual course of business. The firm must engage in, as its principal business, and its
own name, the purchase and sale of the products in question. A vendor and/or supplier of ,
bulk items such as steel, cement, stone, and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
9. "Manufacturer" means a firm that operates or maintains a factor or establishment that
P Y
produces on the premises the materials or supplies obtained by the contractor.
10. "Trucker" means a firm that performs hauling or trucking work with trucks owned or
leased by that firm. ,
11. "Broker" means a firm that charges for providing a bona fide service such as professional,
technical, consultant, or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, insurance or bonds, materials, or supplies
required for the performance of the contract. The fee or commission is to be reasonable
and not excessive as compared with fees customarily allowed for similar services.
D. Certification and Participation of Minority and Women Business Enterprises
1. If recognition is to be given to MBE/WBE participation on this project, within three (3)
working days after bid opening, an MBE/WBE must be: (a) certified by the involved
County department or self-certified on an appropriate form satisfactory to the County; or
(b) certified by any of the following agencies-State of California Department of
Transportation (Caltrans), City of Oakland, Port of Oakland, Regional Transit
Coordinating Council, San Francisco Human Rights Commission, Los Angeles County
Metropolitan Transportation Commission, or U.S. Small Business Administration.
C:\WIND0WS\Desktop\FS#10TS#10 Boiler Plate\FS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 2
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of 550,000 and Greater
Applications for certification and/or directories of MBE/WBE certified firms are
available at the following locations:
a. Contra Costa Countv
Affirmative Action Office, 651 Pine Street, 10th Floor, Martinez, CA 94553
Telephone: (925) 335-1045
Fax: (925)646-1353
Email: brive@cao.co.contra-costa.ca.us
b. Citv of Oakland
Office of Public Works, One City Hall Plaza, Oakland, CA 94612
Telephone: (510) 238-3970
' Fax: (510) 234-2233
c. Los Angeles County Metropolitan Transportation Commission
Equal Opportunity Department, 1 Gateway Plaza, Los Angeles, CA 90012
Telephone: (213) 922-2600
Fax: (213) 922-7660
d. Port of Oakland
530 Water Street, Oakland, CA 94607
Telephone: (510) 272-1390
Fax: (510) 272-1172
e. Regional Transit Coordinating Council
Includes the following agencies:
AC Transit (Alameda Contra Costa Transit District)
Telephone: (510) 577-8812
1 Fax: (510) 577-8839
Email: sandyp@.pacbell.net
BART (Bay Area Rapid Transit District)
Telephone: (510)464-6110
Fax: (510) 464-7587
Email:jmackl@bart.dst.ca.us
County Connection (Central Contra Costa Transit Authority)
Telephone: (925) 676-1976 x223
Fax: (925) 686-2630
' Metropolitan Transportation Commission
Telephone: (510) 464-7750
Fax: (510) 464-7848
Email:jmiyas@mtc.dst.ca.us
CAWINDOWS\Desktop\FS#10TS#10 Boiler PlateTS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 3
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of$50,000 and Greater
Samtrans (San Mateo County Transit District) `
Telephone: (415) 508-6417
Fax: (415) 508-6415
San Francisco Municipal Railway
Telephone: (415) 923-6139
Fax: (415) 923-6180
Santa Clara Valley Transportation Authority
Telephone: (408) 321-5606
Fax: (408) 955-0892
Email: andy.flores@vta.org
f. San Francisco Human Rights Commission
25 Van Ness Avenue, Suite 800, San Francisco, CA 94102-6033 ,
Telephone: (415) 252-2500
Fax: (415) 431-5764
Webpage: http://www.sfhumanri2hts.org/ ,
(Note: Firm must be listed on their certification list, not their registry).
g. Caltrans (California Department of Transportation) ,
Division of Civil Rights, 1120 N Street, Room 2445, Sacramento, CA 95814
Webpage: http:/www.dot.ca.gov/hq
h. U.S. Small Business Administration
Regional Office, 71 Stevenson Street, 20th Floor, San Francisco, CA 94105-2939
Telephone: (415) 744-6808 f
Webpage: http://www/govcon.com/
2. This applies to recognition as an MBE/WBE. '
a. All listed MBE or WBE firms must be certified as defined tinder the preceding ,
paragraph before credit may be allowed toward the respective MBE or WBE
participation level.
b. Work performed by a prime contractor will be considered for credit in computing any �I
level of anticipated MBE/WBE participation established for this project. The prime
contractor will be required to make a good faith effort to obtain certified '
MBEs WBEs through subcontracting to reach anticipated participation levels.
c. A listed MBE or WBE firm must perform a commercially useful function, i.e., must '
be responsible for the execution of a distinct element of the work and must carry out
its responsibility by actually performing, managing, and supervising the work.
CAW[NDOWS\Desktop FS#10TS#10 Boiler PlateTS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 4
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of 550,000 and Greater
d. Recognition for materials and/or supplies is limited to 60 percent of the amount to be
paid to the vendor for such materials/supplies in computing the levels of MBE/WBE
participation, unless the vendor manufactures or substantially alters the
materials/supplies.
e. MBE/WBE credit shall not be given to a Joint Venture partner listed as a
subcontractor by a Joint Venture bidder.
f. MBE/WBE credit for brokers required for performance of the contract is limited to
the reasonable fee or commission charged, as not considered excessive, as compared
with fees customarily allowed for similar services.
E. Good Faith Effort Documentation
The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort
is made to recruit sub-bidder/subcontractors. Minority and women-owned and controlled
businesses must be. considered along with other business enterprises whenever possible as
sources of supplies, construction, and other services. The required affirmative steps for Good
Faith Effort documentation are outlined below.
It is the policy of Contra Costa County to provide all MBEs, WBEs, OBEs, SBEs, and LBEs
an equal opportunity to participate in the performance of all County contracts. Bidders must
assist the County in implementing this policy by taking all reasonable steps to ensure that all
qualified business enterprises, including MBEs, WBEs, OBEs, SBEs, and LBEs have an
equal opportunity to compete for and participate in County contracts. A bidder's good faith
efforts to reach out to MBEs, WBEs, OBEs, SBEs, and LBEs (subcontractors, suppliers,
manufacturers, truckers, etc.) will be determined by the Board of Supervisors from written
documentation of the level of effort put into achieving the indicators. Failure to meet
anticipated VIBE/WBE participation levels will not by itself be the basis for disqualification
or determination of noncompliance with this policy. However, failure to include
supporting documentation of a good faith effort and failure to achieve a minimum of 75
out of 100 Good Faith Effort evaluation points may render the bid non-responsive and
may result in its rejection. Adequacy of bidder's good faith effort will be determined after
consideration of the indicators of good faith as set forth below.
Indicator j 1 2 3 4 5 6 7 8 9 10 1 Total
Points 1 0 10 13 9 10 10 5 1 10 1 26 J 7 1 100
Each indicator(2-10) is evaluated on a pass/fail basis, i.e., either full or Zero points can be
achieved for compliance with each item.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 5
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of$50,000 and Greater
I LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points
The bidder has made a good faith effort to obtain sub-bid participation by MBEs, WBEs, OBEs,
SBEs, and LBEs which could be expected by the County to produce a reasonable level of
participation by interested business enterprises, including the anticipated levels of MBE and
WBE participation set forth in the proposal form and to have the bidder meet the Mandatory
Subcontracting Minimum for the project.
2 ATTENDED PRE-BID MEETING 10 Points
The bidder has attended the pre-bid meeting scheduled by the District to inform all bidders of the
requirements for the project for which the contract will be awarded. This requirement may be
waived only if the bidder certifies in writing prior to the pre-bid meeting that it was already
informed as to those project requirements.
Required Documentation: a) Attend pre-bid meeting and be listed on the attendance sheet; or b) ,
Submit a letter prior to the pre-bid meeting either by fax to (925) 930-5592 or by mail to Contra
Costa County Fire Protection District, 2010 Geary Road, Pleasant Hill, CA 94523. ,
3 1 SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 113 Points
The bidder has identified, listed and selected specific work items in the project to be performed
by sub-bidders/subcontractors in order to provide an opportunity for participation by MBEs,
WBEs, OBEs, SBEs, and LBEs. Upon making this determination, the.bidder subdivided the total
contract work requirements into smaller portions or quantities to permit maximum active
participation of MBEs, WBEs, OBEs, SBEs, and LBEs.
Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5.
4 1 ADVERTISEMENT 19 Points
Not less than ten (10) calendar days prior to bid opening, the bidder advertised for sub-bids from
interested business enterprises in one or more daily or weekly newspapers, trade association
publications, minority or trade oriented publications, trade journals, or other media, specified by
the County, such as the Daily Construction Service, the Daily Pacific Builder, or the Small
Business Exchange.
Required Documentation: A copy of the advertisement and a proof of publication statement or '
other verification which confirms the date the advertisement was published.
Note: The advertisement must be specific to the project, not generic, and may not be a plan ,
holder advertisement provided by the publication. It should include the District project name,
name of bidder, areas of work available for subcontracting, and a contact person's name and
telephone number, information on the availability of plans and specifications and the bidder's
policy concerning assistance to subcontractors in obtaining bonds, lines of credit, and/or
CAWINDOWSTesktop\FS#IOTS#10 Boiler PlateTS#10-Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 6
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of 550,000 and Greater
insurance. Consideration will be given to the wording of the advertisement to ensure that it did
not exclude or seriously limit the number of potential respondents.
5 WRITTEN NOTICES TO SUBCONTRACTORS 10 Points
The bidder has provided written notice of its interest in receiving sub-bids on the contract to
those subcontractors, suppliers, manufacturers, and truckers, including MBEs, WBEs, OBEs,
SBEs, and LBEs having an interest in participation in the selected work items. All notices of
interest shall be provided not less than ten (10) calendar days prior to the date the bids are
required to be submitted.
Required Documentation: A copy of each letter sent to available MBEs, WBEs, OBEs, SBEs,
and LBEs for each item of work to be performed. If there is only one master notification, then a
copy of the letter along with a listing of all recipients will suffice. Faxed copies must include the
fax transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain: areas of
work to be subcontracted; District project name; name of the bidder; contact person's name,
address, and telephone number; information on the availability of plans and specifications; and
the bidder's policy concerning assistance with bonds, lines of credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
' CERTIFICATION AGENCIES
(Bidders should contact the agencies listed in Paragraph D.I above to obtain current copies of
MBE/WBE directories for listings of certified MBE/WBE firms.)
6 FOLLOW-UP ON INITIAL SOLICITATION 10 Points
The bidder has documented efforts to follow-up initial solicitations made in Indicator #5 by
contacting the MBEs, WBEs, OBEs, LBEs, and SBEs to determine with certainty whether said
businesses were interested in performing specific portions of the project work, to answer any
questions from them, to record any telephone quotes, and to confirm/record the business' interest
in bidding on the project.
Required Documentation: A copy of telephone logs. These logs must include the name of the
company called, telephone number, contact person, who did the calling, time, date, and the result
of the conversation. Bidder must follow-up with all subcontractors to whom they sent letters.
7 PLANS, SPECIFICATIONS AND REQUIREMENTS 5 Points
The bidder has provided interested sub-bid enterprises with information about the plans,
' specifications, and requirements for the selected sub-bid/subcontracting work.
Required Documentation: Include in Indicator 4 or 5, information detailing how, where, and
' when the bidder will make the required information available to interested subcontractors.
C:\WIND0WS\Desktol5\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 7
DIVISION E. Outreach Program/Mandatory Program/MandatorySubcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction ,
Contracts of$50,000 and Greater
8 1 CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 10 Points ,
The bidder has requested assistance from organizations that provide assistance in the recruitment
and placement of MBEs, WBEs, OBEs, SBEs, and LBEs not less than fifteen (15) calendar days
prior to the submission of bids. Any organizations which have been contacted must be listed in
the required documentation.
Required Documentation: A copy of each letter sent to outreach agencies requesting assistance
in recruiting MBEs, WBEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax
transmittal confirmation slip showing the date and time of transmission. Mailed letters must
include copies of the metered envelopes or certified mail receipts. Letters must contain areas of
work to be subcontracted, District project name, name of the bidder, and contact person's name,
address, and telephone number.
9 1 NEGOTIATE IN GOOD FAITH 26 Points
The bidder has negotiated in good faith with interested MBEs WBEs OBEs, SBEs and LBEs
5 I
and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as
determined by the County. '
Required Documentation: a) Copies of all MBE/WBE:OBE/SBE/LBE bids or quotes received; '
and b) Summary sheet organized by work area, listing the bids received, the name of the
company that submitted the bid, the dollar amount of the bid and the subcontractor selected for
that work area. If the bidder elects to perform a listed Nvork area with its own forces, they must
include a bid that shows their own costs for the work.
10 1 BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE 7 Points
The bidder has documented efforts to advise and assist interested MBEs, WBEs, OBEs, SBEs,
and LBEs in obtaining bonds, lines of credit, and insurance required by the District or contractor. ,
Required Documentation: Include in Indicator 4 or 5, information about the bidders's efforts to
assist with bonds, lines of credit, and insurance.
No later than three (3) working days following bid opening, the bidders shall submit
completed good faith effort documentation to the District. In its review of the good faith
effort documentation, the District may request additional information to validate and/or
clarify that the good faith effort submission was adequate. Such information shall be
submitted promptly upon request by the District. ,
For MBE/WBE firms to be used on the project. the bidder shall submit, within three (3) ,
working days after bid opening, a completed "Letter of Intent" form for each such firm (see
sample form at end of Division E). Use of the form will verify the amount of work each
MBE/WBE subcontractor, supplier, manufacturer. or trucker intends to perform. The form '
shall be signed by the MBE/WBE subcontractor, supplier, manufacturer, or trucker
identifying the item(s) of work to be performed and the actual dollar value to be received.
CAWlNDOWS\Desktop\FS#I OTS#10 Boiler PlateTS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 8 '
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of S50,000 and Greater
' F. Award of Contract
The Board reserves the right to reject any and all bids. The award of a contract will be to
the lowest responsive, responsible bidder whose proposal complies with all requirements
prescribed herein. This includes compliance with the required Outreach Program. A
positive and adequate demonstration to the satisfaction of the Board of Supervisors that a
good faith effort to include MBE/WBE/OBE/SBE/LBE subcontractors' participation was
made is a condition for eligibility for award of the contract.
rIn the event that the Board considers awarding away from the apparent low bidder because
of the bidder's failure to supply adequate good faith effort documentation, the County shall
afford the bidder an opportunity to present further evidence prior to award of contract.
The Board specifically reserves the right, in its sole discretion, to waive anv of the time
requirements set forth in this Division E and to waive any other irregularities relating to
compliance with the County's Outreach Program.
' G. Subcontractor Substitution
In addition to the requirements set forth in the provisions pertaining to the listing of
subcontractors the following shall apply for the purpose of this program:
1. Substitution During Construction: The contract award requires that the level of all
subcontractor participation shall be maintained throughout the duration of the contract.
a. The Contractor shall request advance approval for all substitutions of bid-listed
subcontractors.
' b. The request shall be in writing and submitted to the District. The request shall
give the reason for the substitution, the name of the subcontractor, supplier,
trucker, or manufacturer, and the name of the replacement.
i2. MBE/WBE Sub-bidder/Subcontractor Substitution: The County requires that
whenever the Contractor seeks to substitute a bid-listed MBE/WBE subcontractor,
supplier, manufacturer, or trucker, the Contractor must make a good faith effort to
replace the MBE/WBE with a firm of the same certification status (i.e., MBE for MBE
and WBE for WBE).
a. The Contractor shall call at lease two (2) certified MBE or WBE sub-bid
prospects from each trade for which sub-bid/subcontracting work is available and
' document the following for submittal:
' CAWINDOWS\Desktop\FS#TOTS#10 Boiler Plate\FS#10-Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 9
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of 550,000 and Greater
Name of the company called; contact person and telephone number; date and `
time of contact.
Response for each item of work which was solicited, including dollar ,
amounts.
Reason for selection or rejection of sub-bid prospect. ,
b. The Contractor shall submit all documentation of good faith efforts to the District
for review and approval by the County Administrator's Office.
H. Sub-Agreement Falsification ,
Falsification or misrepresentation of a sub-agreement as to company name, contract
amount, and/or actual work to be done by the sub-bidder/subcontractor will result in '
sanctions set forth in provisions pertaining to listing Of subcontractors.
I. Final Subcontracting Report Submittal/Verification of Performance Forms
The Contractor must submit the Final Subcontracting Report to the County Affirmative
Action Office within fifteen (15) calendar days after the final inspection of the contract
work by the District. Failure to comply may result in the assessment of liquidated damages
in the amount of five hundred dollars ($500.00) per calendar day by the Board of
Supervisors.
Upon completion of work, the Contractor shall submit a completed "Verification of
Performance" form (see sample form at end of Division E) for each MBE/WBE prime '
contractor, subcontractor, supplier, manufacturer, or trucker used on the project or listed in
the bid. The form shall be signed by the MBE/WBE identifying the item(s) of work
performed and the actual dollar amount received. Final payment for work done may be S
withheld until all MBE/WBE Verification of Performance forms are received. The Prime
Contractor must explain in writing any total dollar amounts paid to MBE/WBE
subcontractors, suppliers, manufacturers, or truckers that are less than the dollar amounts
shown on the respective Letter of Intent.
J. Review of Records '
Upon request, the Contractor and its subcontractors and truckers shall promptly make
available, for review by the County Administrator's Office, certified payroll records and
copies of purchase orders, invoices, and/or contracts from suppliers and manufacturers.
K. Prompt Pavment
The Contractor shall make prompt payment to its subcontractors, truckers, suppliers, and
manufacturers in accordance with their contracts and legal relationships.
C:\WIN DOWS\Desktop\FS#TOTS#10 Boiler Plate\FS#10-Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 10
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of$50,000 and Greater
' SECTION 2. MANDATORY SUBCONTRACTING MINIMUM
A. General
This project is subject to the policies and requirements established by the Board of
Supervisors Outreach Program-Construction. The County is committed to maximizing
i subcontracting opportunities in the provision of all goods and services to the County on a
contractual basis. The Outreach Program is set forth herein. Bidders should be fully
informed of this program. Failure to comply with the Mandatory Subcontracting Minimum
requirements may render the bid non-responsive.
B. Mandatory Subcontracting Minimum Participation Level
To be eligible for award of this project, the Board of Supervisors requires the bidder to
' subcontract a minimum percentage of its bid, which is stated in the proposal form, to any
qualified available contractor, and list all subcontractors, regardless of amount, that the
bidder wishes to be credited toward achieving the required MSM. Failure to list the
subcontractors and subcontracting amounts with the bid on the form provided in the
proposal, sufficient to meet or exceed the required MSM, may cause the bid to be rejected
by the Board of Supervisors as non-responsive.
C. Definitions
For purposes of this program, the following definitions shall apply:
1. "Subcontractor" means an individual, firm or corporation having a direct contract with
the contractor for the performance of a part of work which is proposed to be
constructed or done under the contract or permit, including the furnishing of all labor,
' materials, or equipment.
2. "Subcontract" means an agreement between the prime contractor and an individual,
firm or corporation for the performance of a particular portion(s) of the work which
the prime contractor has obligated itself.
' 3. "Vendor and/or supplier" means a firm that owns, operates or maintains a store,
warehouse, or other establishment in which the materials or supplies required for the
performance of the contract are bought, kept in stock, and regularly sold to the public
in the usual course of business. The .firm must engage in, as its principal business,
and its own name, the purchase and sale of the products in question. A supplier of
bulk items such as steel, cement, stone and petroleum products need not keep such
products in stock, if it owns or operates distribution equipment.
4. "Manufacturer" means a firm that operates or maintains a factory or establishment that
' produces on the premises the materials or suppliers obtained by the contractor.
' CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - I I
DIVISION E. Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and ,
Equal Employment Opportunity for Use on District-Funded Construction
Contracts of$50,000 and Greater ,
5. "Broker" means a firm that charges for providing a bona fide service, such as
professional, technical, consultant or managerial services and assistance in the
procurement of essential personnel, facilities, equipment, insurance or bonds,
materials or supplies required for performance of the contract. The fee or
commission is to be reasonable and not excessive as compared with fees customarily
allowed for similar services.
D. MSM Participation Recognition
.1. Work performed by a prime contractor will not be considered for credit toward the '
MSM participation level.
2. MSM credit for materials and/or supplies is limited to 60 percent of the amount to be '
paid to the vendor for the materials/supplies.
3. MSM credit for a vendor who substantially alters materials/supplies and/or is a '
manUffacturer will be 100 percent.
4. MSM credit for brokers required for performance of the contract is limited to the '
reasonable fee or commission charged, as not considered excessive, as compared with
fees customarily allowed for similar services.
5. MSi\I credit shall not be given to a Joint Ventureartner listed as a subcontractor by a '
P _
Joint Venture bidder.
i
i
1
t
1
C:\WINDOWS\DesktopTS#1OTS#10 Boiler PlatcTS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 12
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction Contracts of$50,000
and Greater
1 PROPOSAL
All good faith effort documentation must be submitted with the bid or within three (3) working
days following the bid opening.
Failure to submit the required good faith effort documentation within three (3) working days
following the bid opening may render the bid non-responsive.
The Count anticipated levels County anti i c to eels of
MBE Participation: 14%
WBE Participation: 6%
The bidder is required to subcontract the following minimum percentage of its bid:
'
Mandatory Subcontracting
Minimum (MSM) 8%
Requirement
NOTE: Outreach Program information and/or assistance may be obtained
through the County's Affirmative Action Office at (925) 335-1045.
1 .
r
CAWIN'DOWS�Desktop\FS#10TS#10 Boiler PlateTS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 13
DIVISION E.Outreach Prograni/Mandatory Subcontracting Minimum/Affirmative Action and ,
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of 550,000 and Greater
SECTION 3. AFFIRMATIVE ACTION AND EQUAL EMPLOYMENT OPPORTUNITY ,
The Contractor shall pay special attention to Division F General Conditions, Section 36 Equal
Employment Opportunity and Labor Code Section 1735 and these special provisions.
A. Employment Goals
1. Onp r jects of S1 000 000 or more it shall be the goal of each contractor and '
1 In
subcontractor to ensure that the overall minority composition of all persons employed
specifically for the purpose of completing this contract shall reflect the overall minority
composition of the labor force of Contra Costa County (25.7%) and 6.9% of the labor
force for women employed specifically for the purpose of completing this contract.
This requirement does not apply to current employees used on this contract.
2. The contractor shall make a maximum effort to achieve this employment goal within
each trade by ensuring that the percentage of total hours n-orked within each trade by
persons who are members of minority groups and women are in proportion to the
overall minority composition of the Contra Costa County labor force population. '
3. The goals shall apply to the contractor and all subcontractors regardless of how they are
selected.
B. Specific Affirmative Action Steps
1. No contractor or subcontractor shall be found to be in noncompliance solely on account '
of its failure to meet its goals. The Contractor and subcontractor shall be given the
opportunity to demonstrate that they have instituted these Specific Affirmative Action
Steps and have made every "good faith effort" to make these steps work toward the
attainment of the above employment goals. The contractor shall inform its
subcontractors of their respective obligations under the terms and requirements of these
special provisions.
2. The Contractor's and subcontractors' Affirmative Action Program must include specific
affirmative action steps to increase minority and women utilization. Any contractor
who fails to meet the employment goals outlined in Paragraph A "Employment Goals",
above, must demonstrate to the satisfaction of the Contract Compliance Officer that a ,
"good faith effort" was made to meet these goals. This effort must be at least as
extensive and specific as the following:
a) The Contractor shall notify the union (hiring hall) in writing that the employment
goal of this project is not being met, and the Contractor shall solicit the union's
assistance in meeting the specified goals.
CAW1ND0WS\Desktop\FS#IOTS#10 Boiler PlateTS#]0-Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 14
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
b) The Contractor shall make specific and continuing personal recruitment efforts,
' both written and oral, directed at minority, female and community organizations,
schools with minority and female students, minority and female recruitment
organizations, and minority and female training organizations within the greater
San Francisco Bay Area.
e c) The Contractor shall notify the Contract Compliance Officer whenever the union
or unions with whom the Contractor has a collective bargaining agreement have
not referred to the Contractor a minority person or female in response to a request
.� sent by the Contractor to the union or whenever the Contractor has other
information that the union referral process has impeded the Contractor's efforts to
meet the specified employment goals.
d) The Contractor shall actively participate as an individual or through an association
in joint apprenticeship programs, and the Contractor shall, where reasonable,
' develop on-the-job training opportunities and programs which expressly include
minorities and females.
e) The Contractor shall solicit and sponsor members of minority groups and females
for pre-apprenticeship training.
f) The Contractor shall demonstrate an effort to cooperate with the unions with which
the Contractor has agreements in the development of programs to assure qualified
members or minority groups and females of equal opportunity in employment in
the construction trades.
g) The Contractor shall maintain a file of the names, addresses and telephone
numbers of minority and female workers referred to said Contractor, what actions
were taken with respect to each referred worker, and if the worker was not
employed, the reasons why. For each such worker not employed by the
Contractor, the Contractor's file shall document the reasons.
h) The Contractor shall establish and maintain a current list of minority and female
recruitment sources, and shall notify community organizations that the Contractor
has employment opportunities available, and shall maintain the records of
organizations' responses. The Contractor shall make a specific effort to encourage
its current employees to recruit any qualified minority and female workers.
i) The Contractor shall disseminate an Equal Employment Opportunity (EEO) policy
within the Contractor's own organization by including it in any policy manual and
collective bargaining agreement; by publicizing it in company newspapers and
annual reports; by conducting staff and employee representative meetings to
explain and discuss policy; by posting of the policy; and by specific review of the
policy with minority and female employees.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 15
DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
J) The Contractor shall disseminate an EEO policy externally by providing notice of '
the policy to the unions and training programs and requesting their cooperation in
assisting the Contractor in meeting EEO obligations; by informing and discussing '
it with all recruitment sources; by advertising in the news media, specifically
including minority and female news media; by notifying and discussing it with all
subcontractors and suppliers. '
k) The Contractor shall ensure that all facilities and company activities are
nonsegregated. If necessary, changing facilities shall be provided to assure privacy
between the sexes.
1) The Contractor shall conduct, at least annually, an inventory and evaluation of all '
minority and female personnel for promotional opportunities and encourage such
employees to seek or to prepare for, through appropriate training, etc., such
opportunities. '
m) The Contractor shall review, at least annually, the company's EEO policy.
Upon request by the Contract Compliance Officer, the Contractor shall provide copies '
of documentation that a "good faith effort" was made.
C. Reporting Requirements '
The provisions in Division F General Conditions, Section 36 Equal Employment
Opportunity and Labor Code Section 1735 are amended as follows:
Each employee shall be identified as to minority or non-minority status and as to gender
status on a form acceptable to the Contract Compliance Officer. Forms shall be submitted
weekly to the Contract Compliance Officer. When payroll records are required, this '
information may be included on certified payroll records using California Department of
Industrial Relations Public Works Payroll Reporting Form A-1-131.
D. Enforcement
The Contract Compliance Office will review Contractor's and subcontractor's "project" '
employment practices during the performance of the work.
1
CAWINDOWS\Desktop\FS#I OAFS#10 Boiler PlateTS#10-Division-E 8-00.doc (Rev. 7/12/00) DIVISION E - 16 1
' DIVISION E.Outreach Program/Mandatory Subcontracting Minimum/Affirmative Action and
.Equal Employment Opportunity for Use on County-Funded Construction
Contracts of$50,000 and Greater
1. Determination of Noncompliance: If the Contract Compliance Officer determines that
there is an apparent violation of any substantial requirements of these "Affirmative
Action and Equal Employment Opportunity" special provisions, Division F General
f Conditions, Section 36 Equal Employment Opportunity or Labor Code Section 1735
by the Contractor or one of its subcontractors, the Contract Compliance Officer will
hold a meeting with the Contractor, and its subcontractor (if applicable), for the
purpose of determining whether the Contractor is indeed out of compliance. If after
the meeting the Contract Compliance Officer finds the Contractor out of compliance,
the Contractor will be notified of its appeal rights to the County Administrator. In the
event that the Contractor disagrees with the County Administrator's determination, the
Contractor may appeal, in writing, to the Board of Supervisors. If the Board of
Supervisors concurs that there has been a violation, the Contract Compliance Officer
will notify the Contractor in writing of the sanctions to be imposed.
In addition, the Contra Costa County Board of Supervisors will deem a finding of
willful violation of the California Fair Employment Act by the Fair Employment
Practices Commission to be a violation by the Contractor of the nondiscrimination
requirements of this project, and such violation shall be subject to the sanctions
provided herein. The same shall apply to violations of the Equal Employment
Opportunity Commission regulation and other state and federal compliance agencies.
Any sanctions imposed by the County for such violations shall be in addition to any
sanctions or penalties imposed by the regulatory agencies or commissions.
1 2. Sanctions: A finding at the public hearing that there has been a violation of the
Affirmative Action and Equal Employment Opportunity requirements of this project
shall be cause for the Board of Supervisors to impose any or all of the following
sanctions:
a) Withhold an additional (10%) of all further contract progress payments until the
' Contractor provides evidence satisfactory to the Board of Supervisors that the
condition of noncompliance has been corrected.
b) Suspend the contract until such time- as the Contractor provides evidence
satisfactory to the Board of Supervisors that the condition of noncompliance has
' been corrected. All expenses, including liquidated damages shall be paid by the
Contractor for any resultant delays.
c) Cancel the contract and collect appropriate damages from the Contractor.
d) Declaration that the Contractor is non-responsible and is ineligible to make bids
on future County contracts until the Contractor can demonstrate to the satisfaction
of the Board of Supervisors that the violation has been corrected.
DS:cB:ls
' C:\WINDGWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-00.doc (Rev. 7112/00) DIVISION E - 17
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/MANUFACTURER/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 LBE
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):
Total Amount Bid to Prime Contractor: S
Signature Position Title Date
Name of Person Completing this Form
Company Name Phone Number
Fax Number
C:',WINDOWS\Desktop\FS#LOTS#10 Boiler Plate\FS#10-Division E 8-00.doc (Rev. 7/12/00) DIVISION E - 18
Contra Costa County
OUTREACH PROGRAM
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925) 335-1045 Fax (925) 646-1353
VERIFICATION OF PERFORMANCE
SUBCONTRACTOR/SUPPLIERMANUFACTURER.ITRUCKER/SUBCONSULTANT
1.
' Name of Prime Contractor
2.
Name of Project
3.
Project Number
' 4. The undersigned performed work in connection with the above project as (check one):
Sole proprietorship Corporation Limited Liability
Partnership Joint Venture
' 5. Check the following which may apply.
VIBE WBE SBE LBE
' Subcontractor _ Subcontractor _ Subcontractor _ Subcontractor
Supplier _ Supplier _ Supplier _ Supplier
Manufacturer _ Manufacturer _ Manufacturer _ Manufacturer
JTrucker = Trucker = Trucker = Trucker
Sub Consultant Sub Consultant Sub Consultant Sub Consultant
Other _ Other _ Other _ Other
' Describe Describe Describe Describe
None of the Above Apply
6. The undersigned has performed the following described work in connection with the above project(specify in
detail the particular work items or parts that were performed):
7. Total Bid to Prime Contractor or Consultant: S
8. "Total Amount Received: S
9. Explain any difference between lines #7 and #8 by attaching a written explanation.
10.
Signature Position/Title Date
i 11.
Name of Person Completing this Form
12.
Company Name Phone Number
( 1
FAX Number
' C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division E 8-OO.doc (Rev. 7/12/00) DIVISION E - 19
Outreach Program- Good Faith Effort Documentation ,
Good Faith Effort Documentation
The bidder must take affirmative steps prior to bid opening to ensure that a maximum effort is made to recruit sub-bidder/subcontractors. Minority '
and women-owned and controlled businesses must be considered along with other business enterprises whenever possible as sources of supplies,
construction, and other services. The required affirmative steps for Good Faith Effort documentation are outlined below. ,
It is the policy of Contra Costa County to provide all MBEs,W BEs, OBEs, SBEs, and LBEs an equal opportunity to participate in the performance of
all County contracts. Bidders must assist the County in implementing this policy by taking all reasonable steps to ensure that all qualified business
enterprises, including MBEs,W BEs, OBEs, SBEs, and LBEs have an equal opportunity to compete for and participate in County contracts. A
bidder's good faith efforts to reach out to MBEs,WBEs, OBEs, SBEs, and LBEs(subcontractors,suppliers, manufacturers, truckers,etc.)will be '
determined by the Board of Supervisors from written documentation of the level of effort put into achieving the indicators. Failure to meet anticipated
MBENVBE participation levels will not by itself be the basis for disqualification or determination of noncompliance with this policy. However,failure
to include supporting documentation of a good faith effort and failure to achieve a minimum of 75 out of 100 Good Faith Effort evaluation
points may render the bid non-responsive and may result in its rejection.
Adequacy of bidder's good faith effort will be determined after consideration of the indicators of good faith as set forth below.
Indicator 1 2 3 4 5 6 7 81 9 10 Tota '
Points 0 10 13 9 10 10 5 10 26 7 100
Each indicator(2-10)is evaluated on a pass/fail basis,i.e., either full or zero oints can be achieved for compliance with each item ,
P
Possible Achieved ,
1 LEVEL OF ANTICIPATED MBE/WBE PARTICIPATION No Points No Points
2 IATTENDED PRE-BID MEETING 10 Points t
Required Documentation: a)Attend pre-bid meeting and be listed on the attendance sheet; or b)Submit a '
letter prior to the pre-bid meeting either by fax to(925)930-5592 or by mail to Contra Costa County Fire
Protection District,2010 Geary Road, Pleasant Hill, CA 94523
3 ISUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS 13 Points
The bidder has identified,listed and selected specific work items in the project to be performed by sub-
bidders/subcontractors in order to provide an opportunity for participation by MBEs,W BEs, OBEs, SBEs,
and LBEs. Upon making this determination,the bidder subdivided the total contract work requirements into
smaller portions or quantities to permit maximum active participation of MBEs;W BEs, OBEs, SBEs, and
LBEs.
Required Documentation: Proof of this must be demonstrated in either Indicator 4 or 5.
4 JADVERTISEMENT 19 Points
Not less than ten(10)calendar days prior to bid opening,the bidder advertised for sub-bids from
interested business enterprises in one or more daily or weekly newspapers, trade association publications,
minority or trade oriented publications, trade journals,or other media, specified by the County,such as the
Daily Construction Service,the Daily Pacific Builder,or the Small Business Exchange.
Required Documentation: A copy of the advertisement and a proof of publication statement or other
verification which confirms the date the advertisement was published.
Good Faith Effort Documentation(Continued)
5 1WRITTEN NOTICES TO CONTRACTORS 10 Points
' The bidder has provided written notice of its interest in receiving sub-bids on the contract to those
subcontractors, suppliers, manufacturers, and truckers, including MBEs,W BEs, OBEs, SBEs, and LBEs
having an interest in participation in the selected work items. All notices of interest shall be provided not
' less than ten(10) calendar days prior to the date the bids are required to be submitted.
Required Documentation: A copy of each letter sent to available MBEs,W BEs, OBEs, SBEs, and LBEs fcr
each item of work to be performed. If there is only one master notification, then a copy of the letter along with
a listing of all recipients will suffice. Faxed copies must include the fax transmittal confirmation slip showing
the date and time of transmission. Mailed letters must include copies of the metered envelopes or certified
mail receipts. Letters must contain: areas of work to be subcontracted; District project name: name of the
bidder; contact person's name, address, and telephone number; information on the availability of plans and
specifications. and the bidder's policy concerning assistance with bonds,lines of credit, and insurance.
Note: This written notice can be used to satisfy Indicators 3, 7, and 10.
6 FOLLOW-UP ON INITIAL SOLICITATION 110 Points
The bidder has documented efforts to follow-up initial solicitations made in Indicator#5 by contacting the
MBEs,W BEs, OBEs, LBEs, and SBEs to determine with certainty whether said businesses were interested
in performing specific portions of the project work, to answer any questions from them, to record any
' telephone quotes, and to confirm/record the business'interest in bidding on the project.
Required Documentation: A copy of telephone logs. These logs must include the name of the company
called, telephone number, contact person,who did the calling, time, date, and the result of the conversation.
Bidder must follow-up with all subcontractors to whom they sent letters.
7 PLANS, SPECIFICATIONS AND REQUIREMENTS 5 Points
The bidder has provided interested sub-bid enterprises with information about the plans, specifications, and
requirements for the selected sub-bid/subcontracting work.
Required Documentation: Include in Indicator 4 or 5, information detailing how,where, and when the bidder
will make the required information available to interested subcontractors.
8 CONTACTED RECRUITMENT/PLACEMENT ORGANIZATIONS 110 Points
' The bidder has requested assistance from organizations that provide assistance in the recruitment
and placement of MBEs,WBEs, OBEs, SBEs, and LBEs not less than fifteen(15) calendar days prior
' to the submission of bids. Any organizations which have been contacted must be listed in the required
documentation.
' Required Documentation: A copy of each letter sent to outreach agencies requesting assistance in
recruiting MBEs,W BEs, OBEs, SBEs, and LBEs. Faxed copies must include the fax transmittal confirmation
slip showing the date and time of transmission. Mailed letters must include copies of the metered envelopes
or certified mail receipts. Letters must contain areas of work to be subcontracted, District project name,
name of the bidder, and contact person's name, address, and telephone number.
9 INEGOTIATE IN GOOD FAITH 126 Points
The bidder has negotiated in good faith with interested MBEs,WBEs, OBEs,SBEs, and LBEs and did not
unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprise, as determined by the
County.
1
1
Good Faith Effort Documentation-Negotiate in Good Faith(Continued) '
Required Documentation: a)Copies of all MBE/W BE/OBE/SBE/LBE bids or quotes received.. and b)
Summary sheet organized by work area,listing the bids received,the name of the company that submitted
the bid, the dollar amount of the bid and the subcontractor selected for that work area. If the bidder elects to '
perform a listed work area with its own forces, they must include a bid that shows their own costs for the
work.
10 BOND, LINES OF CREDIT, AND INSURANCE ASSISTANCE 7 Points I '
Required Documentation: Include in Indicator 4 or 5, information about the bidders's efforts to assist with
bonds, lines of credit, and insurance.
No later than three(3) working days following bid opening,the bidders shall submit completed good
faith effort documentation to the District. In its review of the good faith effort documentation,the District may
request additional information to validate and/or clarify that the good faith effort submission was adequate.
Such information shall be submitted promptly upon request by the County:
For MBE/W BE firms to be used on the project,the bidder shall submit,within three(3)working days after bid '
opening, a completed"Letter of Intent"form for each such firm(see sample form at end of Division E). Use of
the form will verify the amount of work each MBE/W BE subcontractor, supplier, manufacturer,or trucker
intends to perform. The form shall be signed by the MBE/W BE subcontractor, supplier, manufacturer, or
trucker identifying the item(s)of work to be performed and the actual dollar value to be received.
Total Points 1100 Points
Timeline for Good Faith Effort Activity Documentation ,
April 19,2001
Attend pre-bid meeting and be listed on the attendance sheet: or b)Submit a letter '
prior to the pre-bid meeting either by fax to(925)313-7299 or by mail to Contra Costa
County General Services Department,Architectural Division, 1220 Morello Avenue,
Suite 100, Martinez California 94553.
SUFFICIENT WORK IDENTIFIED FOR SUBCONTRACTORS '
Not less than fifteen(15)calendar days prior to the submission of bids
The bidder has requested assistance from organizations that provide assistance in the
recruitment and placement of MBEs,WBEs, OBEs, SBEs, and LBEs. Any organizations
which have been contacted must be listed in the required documentation.
Not less than ten(10)calendar days prior to bid opening, '
The bidder advertised for sub-bids from interested business enterprises in one or more
daily or weekly newspapers, trade association publications, minority or trade oriented
publications, trade journals, or other media, specified by the County, such as the Daily '
Construction Service,the Daily Pacific Builder, or the Small Business Exchange.
Not less than ten(10) calendar days prior to the date the bids are required to be submitted.
The bidder has provided written notice of its interest in receiving sub-bids on the contract '
to those subcontractors, suppliers,manufacturers, and truckers,including MBEs,W BEs,
OBEs, SBEs, and LBEs having an interest in participation in the selected work items.
PLANS,SPECIFICATIONS AND REQUIREMENTS '
FOLLOW-UP ON INITIAL SOLICITATION
PLANS, SPECIFICATIONS AND REQUIREMENTS '
No later than three(3)working days following bid opening,
The bidders shall submit completed good faith effort documentation to the District. In its '
review of the good faith effort documentation, the District may request additional
information to validate and/or clarify that the good faith effort submission was adequate.
Such information shall be submitted promptly upon request by the District.
1
DIVISION F. GENERAL CONDITIONS
' SECT.ION 1. Definitions:
Whenever the followmna terms, pronouns in place of them, or initials of organizations appear in
the contract documents they shall have the following meaning:
' Addendum - A document issued by the County during the bidding period which modifies,
supersedes, or supplements the original contract documents.
' Agreement - The written document of agreement, executed by the County and the Contractor.
' Architect or Ens;ineer - Shall mean the architect, engineer individual or co-partnership, employed
by the County of Contra Costa; as designated on the title sheet of these specifications.
Bidder - Any individual, partnership, corporation, association, joint venture, or any combination
thereof, submitting a proposal for the work, acting directly, or through a duly authorized
representative.
Board of Supervisors - Shall mean the duly elected or appointed officials who constitute such a
Board, who will act for the County in all matters pertaining to the Contract.
Change Order - Is any change in contract time or price and any change in contract documents not
covered by subcontractors.
Project Inspector, Construction Supervisor, Inspector. or Clerk of the Works - Shall mean the
' authorized agent of the County at the site of the work.
Contract - The contract is comprised of the contract documents.
Contract Documents - The contract documents include the agreement, notice to contractors,
instructions to bidders, proposal, plans, general conditions, specifications, contract bonds,
' addenda, change orders, and supplementary agreements.
Contractor - The individual, partnership, corporation, association, joint venture, or any
' combination thereof, who has entered into a contract with the County.
County - Shall mean the County of Contra Costa, a political subdivision of the State of
California and party of the first part, or its duly authorized agent acting within the scope of their
' authority.
General Notes - The written instructions, provisions, conditions, or other requirements appearing
' on the drawings, and so identified thereon, which pertain to the performance of the work.
Plans - The official drawings including plans, elevations, sections, detail drawings, diagrams,
general notes, information and schedules thereon, or exact reproductions thereof, adopted and
approved by the County showing the location, character, dimension, and details of the work.
Specifications - The instructions, provisions, conditions and detailed requirements pertaining to
t the methods and manner of performing the work, or to the qualities and quantities of work to be
furnished and installed under this contract.
CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-1
1
DIVISION F. GENERAL CONDITIONS (Continued)
Subcontractor - An individual, partnership, corporation, association, joint venture, or any
combination thereof, who contracts with the Contractor to perform work or labor or render
service in or about the work. The term subcontractors shall not include those who supply ,
materials only.
Superintendent - The representative of the Contractor who shall be present at the work site at all '
times during performance of the work. Such Superintendent shall at all times be fully authorized
to receive and act upon instructions from the County or its authorized agents and to execute and
direct the work on behalf of the Contractor. '
Supplemental Instruction - An instruction given during the course of the work (See Section 16-
B). ,
Work - The furnishing and installing of all labor, materials, articles, supplies, and equipment as
specified, designated, or required by the contract.
SECTION 2. Governing Laws and Regulations: '
A. The Contractor shall keep informed of and observe, and comply with and cause all of his
agents and employees to observe and comply with all prevailing Federal and State laws, local
ordinances, and rules and regulations made pursuant to said laws which in any way affect the
conduct of the work of this contract.
B. All work and materials shall be in full accordance.with the latest rules and regulations of the
Uniform Building Code, the State Fire Marshal, the Safety Orders of the Division of
Industrial Safety, the National Electric Code. the Uniform Plumbing Code published by the
Western Plumbing Officials Association, and other applicable State laws or regulations.
Nothing in these Plans or Specifications is to be construed to permit work not conforming to
these Codes. The Contractor shall keep copies of Codes on job at all times during
construction period. Work shall meet the requirements of Contra Costa County Ordinance,
Title 7.
C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. ,
The Contractor shall comply fully with this section of the Labor Code as applicable.
"No contract for public works involving an estimated expenditure in excess of$25,000.00 for '
the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it
contains a clause requiring submission by the Contractor and acceptance by the awarding
body or by a registered civil or structural engineer, employed by the awarding body to whom '
authority to accept has been delegated, in advance of excavation, of a detailed plan showing
the design of shoring, bracing, sloping, or other provisions to be made for worker protection
from the hazard of caving ground during the excavation of such trench or trenches. If such ,
plan varies from the shoring system standards established by the Construction Safety Orders,
the plan shall be prepared by a registered civil or structural engineer.
"Nothing in this section shall be deemed to allow the use of a shoring, sloping, or protective
system less effective than that required by the Construction Safety Orders of the Division of
Industrial Safety.
"Nothing in this section shall be construed to impose tort liability on the awarding body or
any of its employees.
"The terms 'public works' and,'awarding body', as used in this section shall have the same '
meaning as in Labor Code Section 1720 and 1722 respectively."
CAWINDOWS\Desktop''FS#10TS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-2 '
DIVISION F. GENERAL CONDITIONS (Continued)
SECTION 3. Patents and Royalties:
' A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use
and operation of any of the equipment or specialties used in the work. Certificates showing
the payment of any such licenses or royalties, and permits for the use of any patented or
copyrighted devices shall be secured and paid for by the Contractor and delivered to the
County on completion of the work, if required.
' SECTION 4. Contractor's Responsibility for Work and Public Utilities:
A. The Work: Until the formal acceptance of the work by the County, the Contractor shall have
' the charge and care thereof and shall bear the risk of injury or damage to any part of the work
by the action of the elements or from any other cause except as provided in Section 23.
' The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all such
damages to any portion of the work occasioned by any of such causes before its acceptance.
B. Public Utilities:
1. The Contractor shall send proper notices, make all necessary arrangements, and perform
all other services required in the care and maintenance of all public utilities. The
Contractor shall assume all responsibility concerning same for which the County may be
liable.
2. Enclosing or boxing in, for protection of any public utility equipment, shall be done by
' the Contractor. Upon completion of the work, the Contractor shall remove all enclosures,
fill in all openings in masonry, grouting the same watertight, and leave in a finished
condition.
3. All connections to public utilities shall be made and maintained in such manner as not to
interfere with the continuing use of same by the County during the entire progress of the
work.
SECTION 5. Bonds and Insurance:
A. The Contractor to whom the work is awarded shall within the time specified in Division B;
Instructions to Bidders, enter into a contract with the owner on the Contra Costa County
1 Standard Form for the work in accordance with the drawings and Specifications, and shall
furnish and file at the same time payment and performance bonds as set forth in the
advertisement for bids, on forms set forth in Division D of these Specifications.
t
1
CAWINDOWS\.Desktop\FS#10TS#10 Boiler PlateTS#10-Division F.doc DIVISION F-3
i
DIVISION F. GENERAL CONDITIONS (Continued)
B. Compensation Insurance:
The Contractor shall take out and maintain during the life of this Contract, adequate Workers' '
Compensation Insurance for all his employees employed at the site of the project, and in case
any work is sublet, the Contract shall require the subcontractor similarly to provide Workers'
Compensation Insurance for the latter's employees, unless such employees are covered by the
protection afforded by the Contractor.
In case any class of employee engaged in hazardous work under the Contract at the site of the '
project is not protected under the Workers' Compensation statute, or in case there is no
applicable Workers' Compensation statute, the Contractor shall provide, and shall cause each
subcontractor to provide, adequate insurance for the protection of his employees not '
otherwise protected.
C. Public Liability and Property Damage Insurance: ,
The Contractor, at no cost to Public Agency, shall obtain and maintain during the term
hereof, Comprehensive Liability Insurance, including Broad Form Property Damage and
Blanket Contractual Liability, with a minimum combined single-limit coverage of '
$1,000,000.00, and coverage for owned and non-owned automobiles, with a minimum
combined single-limit coverage of$500,000.00 for all damages due to bodily injury, sickness
or disease, or death to any person, and damage to property, including the loss of use thereof, '
arising out of each accident or occurrence. Contractor shall furnish evidence of such
coverage, naming Public Agency, its officers, and employees as additional insureds, and
requiring 30 days' written notice of policy lapse or cancellation.
D. Fire Insurance:
The Public Agency will be responsible for Fire Insurance.
E. Certificates of Insurance:
Certificates of such NVorkers' Compensation, Public Liability, and Property Damage
Insurance, shall be filed with the County and shall be subject to County approval for
adequacy of protection. All certificates shall indicate that Contra Costa County has been '
named as an additional insured. These certificates shall contain a provision that coverage
afforded under the policies will not be cancelled until at least thirty days prior written notice
has been given to Contra Costa County.
F. Performance Bond: ,
One bond shall be in the amount of one hundred percent (100%) of the Contract, and shall ,
insure the Owner during die He of the Contract and for the term of one year from the date of
acceptance of the work against faulty or improper materials or workmanship that may be
discovered during that time. Said bond shall be issued on the form set forth in Division D of '
these Specifications.
G. Payment Bond:
One bond shall be in the amount of one hundred percent (100%) of the Contract price, and
shall be in accordance with the laws of the State of California to secure the payment of all
claims for labor and materials used or consumed in the performance of this contract and of all
amounts under the Unemployment Insurance Act. Said bond shall be issued on the form set
forth in Division D of these Specifications.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-4
DIVISION F. GENERAL CONDITIONS (Continued)
SECTION 6. Subcontracting:
A. The Contractor shall be responsible for all work performed under this contract, and no
subcontractor will be recognized as such. All persons engaged in the work will be
1 considered as employees of the Contractor.
B. The Contractor shall give his personal attention to the fulfillment of this contract and shall
keep the work under his control. When any subcontractor fails to prosecute a portion of the
' work in a manner satisfactory to the Architect or Engineer, the Contractor shall remove such
subcontractor immediately upon written request of the Architect or Engineer and he shall not
again be employed on the work.
' C. Although the specification sections of this contract may be arranged according to various
trades, or general grouping of work, the contractor is not obligated to sublet the work in such
manner. The County will not entertain requests to arbitrate disputes among subcontractors or
between the Contractor and one or more subcontractors concerning responsibility for
performing any part of the work.
D. Subletting or subcontracting any portion of the work as to which no subcontractor was
designated in the original bid shall be permitted only in case of public emergency or
necessity, and then only after a finding reduced to writing as public record of the awarding
1 authority setting forth the facts constituting such emergency or necessity.
E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in
1 place of a subcontractor listed in his bid proposal without the written approval of the County.
Substitution of subcontractors must be in accordance with the provisions of the "Subletting
and Subcontracting Fair Practices Act" beginning with Section 4100 of the Public Contract
Code. Violations of this Act by the Contractor may subject him to penalties which may
include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and
disciplinary action by the Contractors' State License Board.
SECTION 7. Time of Work and Damm:
A. The County will designate the starting day of the contract on which the contractor shall
immediately begin and thereafter diligently prosecute the work to completion. The
Contractor obligates himself to complete the work on or before the date, or within the
number of calendar days, set forth in the Proposal (Bid Form) for completion, subject only to
' such adjustment of time as may be set forth in this article or pursuant to Section 21.
B. If the work is not completed within the time required, damage will be sustained by the
County. It is and will be impracticable and extremely difficult to ascertain and determine the
actual damage which the County will sustain by reason of such delay; and it is therefore
agreed that the Contractor will pay to the County the sum of money stipulated per day in the
Specifications for each and every day's delay in finishing the work beyond the time
prescribed. If the Contractor fails to pay such liquidated damages the County may deduct the
amount thereof from any money due or that may become due the contractor under the
contract.
' C. The work shall be regarded as completed upon the date the County has accepted the same in
wnttn .
' D. Written requests for contract time extensions, along with adequate justification, shall be
submitted to the County not later than 10 calendar days following the delay.
CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-5
1
DIVISION F. GENERAL CONDITIONS (Continued)
i
E. Any money due, or to become due the Contractor, may be retained to cover said liquidated
damages and should such money not be sufficient to cover such damages, the County shall
have the right to recover the balance from the Contractor or his sureties.
F. Should the County, for any cause, authorize a suspension of work, the time of such
suspension will be added to the time allowed for completion. Suspension of work by order
of the County shall not be deemed a waiver of the claim of the County for damages for non-
completion of the work after the adjusted time as required above.
SECTION 8. Progress Schedule: ,
Prior to beginning work the Contractor shall submit to the County a practicable progress schedule
of operations on a chart form approved by the County. The schedule of operations shall show the
order in which the Contractor proposes to carry out the work, the dates on which he will.start each
major subdivision of the work, and the contemplated dates of completion of such subdivision. The
Contractor shall submit an adjusted progress schedule on the approved form to reflect changed
conditions. (Normally, a new schedule will be requested when schedule is more than thirty (30)
days in error).
SECTION q. Temuorary Utilities and Facilities:
A. All water used on the work will be furnished and paid for by the Contractor. The Contractor
shall furnish the necessary temporary piping from the distribution point to the points on the i
site where water is necessary to carry on the work and upon completion of the work shall
remove all temporary piping.
B. The Contractor, at his own cost, shall furnish and install all meters, all electric light and '
power equipment and wiring, all gas meters, gas equipment and piping that is necessary to
perform his work and shall remove the same upon the completion of the work. The
Contractor shall pay for all power, light and gas used in the construction work.
C. The Contractor shall furnish, wire for, install and maintain temporary electric light wherever
it is necessary to provide illumination for the proper performance and/or inspection of the '
work. The lighting shall provide sufficient illumination and shall be so placed and
distributed that these Specifications can be easily read in every place where said work is
being performed. This temporary lighting equipment may be moved about but shall be
maintained throughout the work, available for the use of the Engineer, Project Inspector, or
any other authorized representative of the County whenever required for inspection.
D. The Owner shall provide and maintain for the duration of the work, temporary toilet facilities ,
for the workers. These facilities shall be of an approved type conforming to the requirements
of the County Health Department, and shall be weathertight structures with raised floors. .
E. The Count will a directly to the utility companies connections fees annexation fees,
Y �X Y Y p
permit fees, acreage fees, and all other fees required by the utility companies and associated
with the permanent utility services. If additional fees associated with the temporary services
are required they will be paid by the Contractor.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-6
DIVISION F. GENERAL CONDITIONS (Continued)
County will not pav_ for water, gas, telephone and electricity consumed on the project until
after the County makes written request to the utility companies that billings be sent to the
County. ("Normally, the County will make these requests after the project is accepted as
complete.,)
F. See Supplementary General Conditions for Variations to the above requirements.
SECTION 10. Permits:
The Contractor shall make application for all permits that are required for the performance of his
work by all laws, ordinances, rules, regulations, or orders, of any body lawfully empowered to
make or issue the same and having jurisdiction, and shall give all notices necessary in connection
therewith. The Contractor is not required to pay any charges associated with permits except for
reinspection charges.
SECTION 11. Conduct of Work:
A. The Contractor shall observe that the County reserves the right to do other work in
connection with the project by Contract or otherwise, and he shall at all times conduct his
work so as to impose no hardship on the County or others engaged in the work. He shall
adjust, correct and coordinate his work with the work of others so that no discrepancies shall
1 result in the whole work.
B. The Contractor shall provide an adequate work_ force, materials of proper quality, and
equipment to properly carry on the work and to insure completion of each part in accordance
with his schedule and with the time agreed.
C. The Contractor shall personally superintend the work and shall maintain a competent
superintendent or foreman at all times until the job is accepted by the County. This
superintendent shall be empowered to act in all matters pertaining to the work.
' D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and
submitted weekly.
E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site
ready for the construction. He shall verify dimensions and scale of plot plans, and shall
check all dimensions, levels, and construction.
F. Where work of one trade joins, or is on other work, there shall be no discrepancy or
incomplete portions when the total project is complete. In engaging one kind of work with
another, marring or damaging same will not be permitted. Should improper work of any
trade be covered by another which results in damage, or defects, the whole work affected
shall be made good by the Contractor without expense to the County..
G. The Contractors shall anticipate the relations of the various trades to progress of the work
and shall see that required anchorage or blocking is furnished and set at proper times.
Anchorage and blocking for each trade shall be a part of same, except where stated
otherwise.
! H. Proper facilities shall be provided at all times for access of the County representatives to
conveniently examine and inspect the work.
1. Watchmen, at Contractor's option, shall be maintained during the progress of the work as
required, at the expense of the Contractor.
CAWINDOWS\Desktop�FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-7
DIVISION F. GENERAL CONDITIONS (Continued)
J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be
incompetent or to act in a disorderly or improper manner, he shall be discharged immediately
on the written request of the Engineer/Architect, and such person shall not again be
employed on the work.
K. Once having started the work, the Contractor shall proceed with dispatch and without
interruption until the project is completed.
L. Precautions shall be exercised at all times for the protection of persons (including employees)
and property. The safety provisions of applicable laws, building and construction codes shall
be observed. Machinery, equipment, and all hazards shall be guarded or eliminated in accord
with recommended safety provisions established by the Associated General Contractors of '
America, to the extent that such provisions are not in contravention of applicable law. The
Contractor shall protect hazards with adequately constructed guard rails and/or barricades
and shall provide lanterns, warning lights, and the like, as necessary. The Contractor shall
eliminate attractive nuisances from the work and from the site. To this end he shall so
dispose, store, guard, and protect the premises and all work, materials, equipment and both
permanent and temporary construction as to preclude the unauthorized use thereof by
children or others and particularly to eliminate possible consequent injury to unauthorized
persons.
M. Activities which are inherently loud and which might disturb neighbors (such as use of ,
helicopters to hoist materials and equipment; use of earth moving equipment; use of pile
driving equipment) shall not begin before 8:00 a.m. and shall not continue past 6:00 p.m.
N. In no case shall the County or Architect be responsible for construction means, methods,
techniques, sequences or procedures or for safety precautions and programs in connection
with the other work nor shall the County or Architect be responsible for Contractor's failure
to employ proper safety procedures. '
SECTION 12. Responsibility For Site Conditions:
The following shall constitute exceptions, and the sole exceptions, to the responsibility of the '
Contractor set forth in Section 3, in the Instructions to Bidders:
A. If, during the course of the work, the Contractor encounters active utility installations which
are not shown or indicated in the plans or in the specifications, or which are found in a
location substantially different from that shown, and such utilities are not reasonably
apparent from visual examination, then he shall promptly notify the County in writing.
Where necessary for the work of the contract, the County shall issue a written order to the
Contractor to make such adjustment, rearrangement, repair, removal, alteration, or special
handling of such utility, including repair of the damaged utility. For the purposes of the
foregoing, "active" shall mean other than abandoned, and "utility installations" shall include
the following: Steam, petroleum products, air, chemical, water, sewer, storm water, gas,
electric, and telephone pipe lines or conduits.
The Contractor shall perform the work described in such written order and compensation
therefor will be made in accordance with Section 21, relating to changes in the work. Except
for the items of cost specified in such Sections, the Contractor shall receive no compensation
for any other cost, damage or delay to him due to the presence of such utility. If the
Contractor fails to give the notice specified above and thereafter acts without instructions
from the County, then he shall be liable for any or all damage to such utilities or other work '
of the contract which arises from his operations subsequent to discovery thereof, and he shall
repair and make good such damage at his own cost.
CAWINDDWS\DesktopTS#10\FS 010 Boiler Plate\FS#10-Division F.doc DIVISION F-8
DIVISION F.- GENERAL CONDITIONS (Continued)
1
B. If the contract requires excavation or other work to a stated limit of excavation beneath the
surface, and if during the course of the work the County orders a change of depth or
dimensions of such subsurface work due to discovery of unsuitable bearing material or for
any other cause, then adjustment to contract price for such change will be made in
accordance with Section 21. Except for the items of cost specified therein, the Contractor
shall receive no compensation for any other cost, damage, or delay to him due to the presence
of such unsuitable bearing material or other obstruction.
1 SECTION 13. Inspection:
A. The Contractor shall at all times permit the County and their authorized agents to visit and
' inspect the work or any part thereof and the shops where work is in preparation. This
obligation shall include maintaining proper facilities -and safe access for such inspection.
Where the contract requires work to be tested, it shall not be covered up until inspected and
approved by the County, and the Contractor shall be solely responsible for notifying the
County where and when such work is in readiness for inspection and testing. Should any
such work be covered without such test and approval, it shall be uncovered at the
Contractor's expense.
B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday,
he shall give notice to the County of such in at least two working days prior to
performing such work, or such other period as may be specified, so that the County may
make necessary arrangements.
C. The inspection of the work or materials shall not relieve the Contractor of any of his
obligations to fulfill his contract as prescribed. Work and materials not meeting such
requirements shall be made good and unsuitable work or materials may be rejected,
notwithstanding that such work or materials have been previously inspected or that payment
1 has been made.
D. Construction review of the Contractor's performance by the County is not intended to include
the review of the adequacy of the contractor's safety measures, in, on, or near the
construction site.
SECTION 14. Rejection of Materials:
A. The Contractor shall promptly remove from the premises all materials condemned by the
County as failing to conform to the Contract, whether incorporated in the work or not, and
j the Contractor shall promptly replace and reexecute his own work in accordance with the
Contract and without expense to the County and shall bear the expense of making good all
work of other Contractors destroyed or damaged by such removal.
jB. If the Contractor does not remove such condemned work and materials within reasonable
time, fixed by written notice, the County may remove them and may store the materials at the
expense of the Contractor. If the Contractor does not pay the expenses of such removal
within ten (10) days thereafter. the County may upon ten (10) days written notice, sell such
materials at auction or at private sale and shall account for the net proceeds thereof after
deducting all costs and expenses that should have been borne by the Contractor.
s
i
CAWlNDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-9
DIVISION F. GENERAL CONDITIONS (Continued)
SECTION 15. Interpretation of Contract Requirements:
A. Correlation: The contract documents shall be interpreted as being complementary in t
requiring a complete work ready for use and occupancy or, if not to be occupied, operation.
Anv requirement occurring in any one of the documents is as binding as though occurring in
all.
B. Conflicts in the Contract Documents: In case of discrepancies or conflicts in information or
requirements within the drawings, within the specifications, or between the drawings and the
specifications, the most expensive requirement shown or specified shall be the basis of the
contract.
C. Omissions: If the contract documents are not complete as to any minor detail of a required 1
construction system or with regard to the manner of combining or installing of parts,
materials, or equipment, but there exists an accepted trade standard for good construction,
such detail shall be deemed to have been impliedly required by the contract documents in
accordance with such standard.
1. "Minor detail" shall include the concept of substantially identical components, where the
price of each such component is small even though the aQQreeate cost or importance is
substantial, and shall include a single component which is incidental, even though its cost
or importance may be substantial.
2. The quality and quantity of the parts or material so supplied shall conform to trade
standards and be compatible with the type, composition, strength, size, and profile of the
parts or materials otherwise set forth in the contract documents.
SECTION 16. Clarifications and Additional Instruction:
A. Notification by Contractor: Should the Contractor discover any conflicts, omissions, or ,
errors in the contract documents or have any question concerning interpretation or
clarification of the contract documents, or if it appears to him that the work to be done or any
matters relative thereto are not sufficiently detailed or explained in the contract documents, '
then, before proceeding with the work affected, he shall immediately notify the County in
writing through the Construction Supervisor, and request interpretation, clarification or
furnishing of additional detailed instructions concerning the work. All such questions shall
be resolved and instructions to the Contractor issued within a reasonable time by the County,
whose decision shall be final and conclusive.
Should the Contractor proceed with the work affected before receipt of instructions from the
County, he shall remove and replace or adjust any work which is not in accordance therewith
and he shall be responsible for any resultant damage, defect or added cost.
B. Supplemental Instructions: During the course of the work the Architect and/or Engineer may
issue Supplemental Instructions regarding the work. These Supplemental Instructions will
supplement the Plans and Specifications in order to clarify the intent of the contract
documents by adjustment to meet field conditions or to make the various phases of the work
meet and join properly. A Supplemental Instruction involves no change to contract time or
price. Performance, partially or in full, of a Supplemental Instruction shall constitute a
waiver of claim for a change in contract time or price for the work covered by the
Supplemental Instruction, unless a Change Order has been issued.
C. Change Orders: See Section 21.
C:\WlNDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-10
DIVISION F. GENERAL CONDITIONS (Continued)
SECTION 17. Product and Reference Standards:
A. Product Designation: When descriptive catalogue designations, including manufacturer's
name, product brand name, or model number are referred to in the contract documents, such
designations shall be considered as being those found in industry publications of current
' issue at date of first invitation to bid.
B. Reference Standards: When standards of the Federal Government, trade societies, or trade
associations are referred to in the contract documents by specific date of issue, these shall be
considered a part of this contract. When such references do not bear a date of issue, the
current published edition at date of first invitation to bid shall be considered as part of this
contract.
SECTION 18. Substitutions, Materials, Articles, and Equipment:
IA. Within fifteen (15) days after the signing of the Contract, the Contractor shall submit for
approval to the County a complete list of all materials it is proposed to use under this
contract, which differ in any respect from materials specified. This list shall include all
materials which are proposed by the Subcontractors as well as by himself for use in work of
his Contract and which are not specifically mentioned in the Specifications.
B. Substitutions: Wherever the name or brand of a manufacturer's article is specified herein, it
is used as a measure of quality and utility or a standard. If the Contractor desires to use any
other brand or manufacture of equal quality and utility to that specified, he shall make
application to the County in writing for any proposed substitutions. Failure to propose the
substitution of any article within thirty-five (35) days after the signing of the Contract may be
deemed sufficient cause for the denial of request for substitution. Such proposed substitution
shall be accompanied by evidence satisfactory to the County that the material or process is
' equal to that specified. Request for substitution shall be made in ample time for the County's
consideration as no delay or extra time will be allowed on account thereof. Evidence
furnished to the County by the Contractor shall consist of adequate size samples of material,
testing laboratory reports on material or process, manufacturer's specification data, field
reports on product's approval and use by other public agencies, material costs, and
installation costs and maintenance provisions and experience or other data as required by the
County. The County's decision concerning the refusal or acceptance of proposed substitute
for that specified shall be accepted as final. Failure to submit competent evidence as required
and requested by County shall be considered grounds for refusal of substitution.
1. No such proposal will be considered unless accompanied by complete information and
descriptive data necessary to determine the equality of the offered materials, articles, or
equipment. Samples shall be provided when requested by the County.
2. The Contractor shall note that the burden of proof as to the comparative quality or
suitability of the offered materials, articles, or equipment shall be upon the Contractor.
The County shall be the sole judge as to such matters. In the event that the County
rejects the use of such substitute materials, articles, or equipment, then one of the
particular products designated by brand name shall be furnished.
C. Material shall be new and of quality specified. When not particularly specified, material
shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory
evidence as to the kind and quality of material. Price, fitness and quality being equal,
preference shall be given to products made in California, in accordance with Section 4380 et.
seq., of the government Code, State of California.
C:\WrNDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-I I
DIVISION F. GENERAL CONDITIONS (Continued)
D. Mechanical equipment, fixtures and materials shall be delivered in original shipping crates to
the job site and the County shall be notified of the receipt of such equipment, fixtures and
material before uncrating. The County will, when desired, inspect such equipment, fixtures
or material to determine any damage or deviation from that specified. Items damaged during
delivery shall be rejected.
E. All materials shall be delivered so as to insure a speedy and uninterrupted progress of the ,
work. Same shall be stored so as to cause no obstruction, and so as to prevent overloading of
any portion of the structure, and the Contractor shall be entirely responsible for damage or
loss by weather or other cause.
F. Installation. Unless otherwise noted, all manufactured materials, products, processes,
equipment or the like shall be installed in accordance with manufacturer's printed instructions
or specifications.
SECTION 19. Shop Drawings, Descriptive Data, Samples:
A. The Contractor shall submit promptly to the County, so as to cause no delay in the work, all
shop drawings, descriptive data and samples for the various trades as required by the
specifications, and offers of alternatives, if any. Such Submittals shall be checked and
coordinated by the Contractor with the work of other trades involved before they are
submitted to the County for examination.
B. The Contractor shall submit to the County shop or.diagram drawings in the number of copies
as required in submittal schedule, or nine (9) copies if no schedule is included in these
documents. The drawings shall show completely the work to be done; any error or omission 1
shall be made good by the Contractor at his own expense, even though the work be installed
before same becomes apparent, as approval by the County covers general layout only.
Fabrication, details and inspection shall conform to approved Contract Drawings.
C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the
specifications in the number of copies as required in submittal schedule, or nine (9) copies if
no schedule is included in these documents. The County will examine such submittals,
noting thereon corrections, and return three copies with a letter of transmittal indicating
actions taken by the County or required of the Contractor.
D. Samples: Submit samples of articles, materials or equipment as required by the '
specifications. The work shall be in accordance with the approval of the samples. Samples
shall be removed from County property when directed. Samples not removed by the
Contractor, at the County's option, will become the property of the County or will be
removed or disposed of by the County at Contractor's expense.
E. The County will examin.- submittals, with reasonable promptness. Return of submittals to '
the Contractor shall not relieve the Contractor from responsibility for deviations and
substitutions .from the contract plans and specifications, nor shall it relieve him from
responsibility for errors in the submittals. A failure by the Contractor to identify, in his letter
of transmittal, material deviations from the plans and specifications shall void the submittal _
and any action taken thereon by the County. When specifically requested by the County, the
Contractor shall resubmit such shop drawings, descriptive data, and samples as may be
required.
C:\WINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-12
DIVISION F. GENERAL CONDITIONS (Continued)
F. If any mechanical, electrical, structural, or other changes are required for the proper
installation, support or fit of substitute materials, articles, or equipment, or because of
i deviations from the contract plans and specifications, such changes shall not be made without
the consent of the County and shall be made without additional cost to the County.
SECTION 20. Samples and Tests:
The County reserves the right, at its own expense, to order tests of any part of the work. If, as a
result of any such test, the work is found unacceptable, it will be rejected and any additional test
required by the County shall be at Contractor's expense. Unless otherwise directed, all samples for
testing will be taken by the County from the materials, articles or equipment delivered, or from
1 work performed, and tests will be under the supervision of, or directed by, and at such places as
may be convenient to the County. Materials, articles, and equipment requiring tests shall be
delivered in ample time before intended use to allow for testing, and none may be used before
receipt of written approval by the County. Any sample delivered to the County or to the premises
for examination, including testing, shall be disposed of by the Contractor at his own expense within
not more than ten (10) days after the Contractor acquires knowledge that such examination is
concluded, unless otherwise directed by the County.
SECTION 21. Change Orders:
I The County reserves the right to order in writing changes in the plans and specifications, without
voiding the contract, and the Contractor shall comply with such order. No change or deviation from
the plans and specifications will be made without authority in writing from the County.
Changed work shall be performed in accordance with the original requirements of the Contract
Documents and previous fully executed Change Orders.
A Change Order may adjust the contract price either upward or downward in accordance with one,
or a combination, of the following bases, as the County may elect:
A. On a lump sum basis as supported by breakdown of estimated costs.
B. On a unit price basis.
C. On a cost-plus basis in accordance with the following conditions:
1. Mark-ups:
a) For work performed by the General Contractor an amount equal to the direct cost (as
defined herein) of the work plus 15% of the direct costs for overhead and profit.
jb) For work performed by a sub-contractor an amount equal to the direct costs (as
defined herein) of the work plus 20% of the direct costs for overhead and profit.
(Suggested breakdown: 15% to the sub-contractor, 5% to General Contractor.)
c) For work performed by a sub-sub-contractor an amount equal to the direct costs (as
defined herein) of the work plus 25% of the direct costs for overhead and profit.
(Suggested breakdown: 15% to sub-sub-contractor, 5% to sub-contractor, 5% to
General Contractor.)
d) In no case will the total mark-up be greater than 25% of the direct costs
notwithstanding the number of contract tiers actually existing.
CAW INDOWS\DesktopU-S#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-13
DIVISION F. GENERAL CONDITIONS (Continued)
e) For deleted work the mark-up shall be 10% of the direct costs or the agreed upon
estimate thereof.
2. Direct Costs:
a) Labor: The costs for labor shall include any employer payments to or on behalf of the ,
workers for health and welfare, pension, vacation and similar purposes. Labor rates
will not be recognized when in excess of those prevailing in the locality and time the
work is being performed.
b) Materials: The actual cost to the Contractor for the materials directly required for the
performance of the changed work.
Such cost of materials may include the cost of procurement, transportation and
delivery if necessarily incurred.
If a trade discount by the actual supplier is available to the Contractor, it shall be
credited to the County. If the materials are obtained from a supply or source owned
wholly or in part by the Contractor, payment therefore will not exceed the current
wholesale price for such materials. The term "trade discount" includes the concept of
cash discount. '
If, in the opinion of the County, the cost of materials is excessive, or if the Contractor t
fails to furnish satisfactory evidence of the cost to him from the actual supplier
thereof, then in either case the cost of the materials shall be deemed to be the lowest
current wholesale price at which similar materials are available in the quantities
required. The County reserves the right to furnish such materials as it deems
advisable, and the Contractor shall have no claims for costs or profits on material
furnished by the County.
c) Equipment: The actual cost to the Contractor for the use of equipment directly
required in the performance of the changed work. In computing the hourly rental of
equipment, any time less than 30 minutes shall be considered one half hour. No
payment will be made for time while equipment is inoperative due to breakdowns or
for non-working days. In addition, the rental time shall include the time required to
move the equipment to the work from the nearest available source for rental of such '
equipment, and to return it to the source. If such equipment is not moved by its own
power, then loading and transportation costs will be paid in lieu of rental time
therefor. However, neither moving time nor loading and transportation costs will be
paid if the equipment is used on the project in any other way than upon the changed
work. Individual pieces of equipment having a replacement value of$1,000 or less
shall be considered to be tools or small equipment, and no payment will be made
therefor. '.
For equipment owned, furnished, or rented by the Contractor, no cost therefor shall be
recognized in excess of the rental rates established by distributors or equipment rental
agencies in the locality where the work is performed.
The amount to be paid to the Contractor for the use of equipment as set forth above
shall constitute full compensation to the Contractor for the cost of fuel, power, oil,
lubrication, supplies, small tools, small equipment, necessary attachments, repairs and
maintenance of any kind, depreciation, storage, insurance, labor (except for
equipment operators), and any and all costs to the Contractor incidental to the use of
such equipment.
CAW IN DO WS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-14
DIVISION F. GENERAL CONDITIONS (Continued)
1
3. Allowable Time Extensions:
For any change in the work, the Contractor shall be entitled only to such adjustments in
time by which completion of the entire work is delayed due to performance of the
changed work. Each estimate for a change in the work submitted by the Contractor shall
state the amount of extra time that he considers should be allowed for making the
requested change.
4. Records and Supportive Information:
a) The Contractor shall maintain his records in such a manner as to provide a clear
distinction between the direct costs of extra work paid for on a cost-plus basis and the
costs of other operations.
b) Contractor shall maintain daily records showing man hours and material quantities
required for cost plus work. The Contractor shall use a form approved or provided by
the County. The forms will be filled out in duplicate and the County's Inspector will
review and attach his approving signature to the form on the day the work is
performed.
c) Rental and material charges shall be substantiated by valid copies of vendor's
1 invoices.
d) The Contractor's cost records pertaining to cost-plus work shall be open to inspection
or audit by the County.
5. Failure to Aaree as to Cost:
Notwithstanding the failure of the County and the Contractor to agree as to cost of the
proposed change order, the Contractor, upon written order from the County, shall proceed
immediately with the changed work. Daily job records shall be kept as indicated in
Paragraph 4 above and, when agreed to by the Contractor and the construction inspector,
it shall become the basis for payment of the changed work. Agreement and execution of
the daily job record by the construction inspector shall not preclude subsequent
adjustment based upon a later audit by the County.
SECTION 22. Labor
Every part of the work shall be accomplished by workers, laborers, or mechanics especially skilled
in the class of work required and workmanship shall be the best.
SECTION 23. Occupancy by the County Prior to Acceptance:
The County reserves the right to occupy all or any part of the project prior to completion of the
work, upon written order therefor. In such event, the Contractor will be relieved of responsibility
' for any injury or damage to such part as results from such occupancy and use by the County.
Such occupancy does not constitute acceptance by the County of the work or any portion thereof,
nor will it relieve the Contractor of responsibility for correcting defective work or materials found
at any time before the acceptance of the work as set forth in Section 26 or during the guaranty
period after such acceptance, as set forth in Section 28.
SECTION 24. Preservation and Cleaning:
CAW IN DO WS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-15
DIVISION F. GENERAL CONDITIONS (Continued)
A. The Contractor shall protect and preserve the work from all damage or accident, providing
any temporary roofs, window and door coverings, boxings or other construction as required
by the County. This shall include any adjoining property of the County and others.
B. The Contractor shall properly clean the work as it progresses. As directed during
construction, rubbish shall be removed, and at completion the whole work shall be cleaned ,
and all temporary construction, equipment and rubbish shall be removed from the site, all
being left in a clean and proper condition satisfactory to the County.
C. Contractor shall clean, repair, replace and restore County property marred, damaged or ,
defaced by the contractor or his Subcontractors.
SECTION 25. Payment of Federal or State Taxes:
Any Federal, State or local tax payable on articles furnished by the Contractor, under the Contract,
shall be included in the Contract price and paid by the Contractor. The County will furnish Excise
Tax Exemption Certificates to the Contractor for any articles which are required to be furnished
under the Contract and which are exempt from Federal Excise Tax.
SECTION 26. Acceptance: '
A. The work shall be accepted in writing only when it shall have been completed satisfactorily
to the County. Partial payments shall not be construed as acceptance of any part of the work.
B. In judging the work no allowance for deviations from the drawings and Specifications will be
made, unless already approved in writing at the time and in the manner as called for
heretofore. ,
C. County shall be given adequate opportunity to make any necessary arrangements for fire
insurance and extended coverage.
D. Final acceptance of the Contract will not be given until all requirements of the contract
documents are complete and approved by the County. This shall include, but is not limited
to, all construction, guarantee forms, parts list, schedules, tests, operating instructions, and
as-built drawings - all as required by the contract documents.
SECTION 27. Final Payment and Waiver to Claims:
After the official acceptance of the work by the County, the Contractor shall submit to the County,
on a form acceptable to the County, a request for payment in full (i.e. release of retention) in
accordance with the contract. The form, "Statement to Accompany Final Payment," shall be
completed, signed by the Contractor, and submitted to the County with the invoice for release of
retention.
SECTION 28. Guarantee Period:
A. The Contractor hereby unconditionally guarantees that the work will be done in accordance
with requirements of all contract documents, and further guarantees the work of the contract
to be and remain free of defects in workmanship and materials for a period of one year from
the date of acceptance of the contract, unless a longer guarantee period is specifically called
for. The Contractor hereby agrees to repair or replace any and all work, together with any
other adjacent work which may be displaced in so doing, that may prove to be not acceptable
in its workmanship or material within the guarantee period specified, without any expense
whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted.
CAWINDOWS\Desktop''FS#IOTS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-16
1
DIVISION F. GENERAL CONDITIONS (Continued)
B. The Contractor further agrees that within ten (10) calendar days after being notified in
writing by the County of any work not in accordance with the requirements of the contract or
any defects in the work, lie will commence and prosecute with due diligence all work
necessary to fulfill the terms of this guarantee, and to complete the work within a reasonable
period of time, and in the event he fails to so comply, he does hereby authorize the County to
proceed to have such work done at the Contractor's expense and he will pay the cost thereof
upon demand. The County shall be entitled to all costs, including reasonable attorney's fees,
necessarily incurred upon the Contractor's refusal to pay the above costs.
Notwithstanding the foregoing paragraph, in the event of an emergency constituting an
immediate hazard to the health or safety of the County's employees, property, or licensees,
the County may undertake, at the Contractor's expense without prior notice, all work
necessary to correct such hazardous conditions when it-was caused by work of the Contractor
not being in. accordance with the requirements of this contract.
C. The General Contractor and each of the listed sub-contractors shall execute and furnish the
County with the standard guarantee form.
D. Contractor's obligations under this Section 28 are in addition to and not in limitation of any
other obligation of Contractor under the Contract Documents. Enforcement of Contractor's
express warranties and guarantees to repair contained in the Contract Documents shall be in
addition to and not in limitation of any other rights or remedies the Public Agency may have
under the Contract Documents or at law or in equity for defective work. Nothing contained
in this Section 28 shall be construed to establish a period of limitation with respect to other
obligations of Contractor under the Contract Documents. Establishment of the Guarantee
Period relates only to specific obligations of Contractor to correct the Work and in no way
limits either Contractor's liability for defective work or the time within which proceedings
may be commenced to enforce Contractor's obligations under the Contract Documents.
SECTION 29. Wase Rates:
Pursuant to Labor Code- Section 1773.2 the governing body of the Public Agency has ascertained
the general prevailing rates of wages per diem for each craft, classification, or type of worker and
said rates are specified in the Notice to Contractors for this work. Said rates are on file with the
Public Agency and copies of said rates are available to any interested party on request. Pursuant to
Labor Code Section 1773.2, said rates shall be posted at the job site.
SECTION 30. Underground Service Alert:
The Contractor shall notify Underground Service Alert (800) 642-2444, 48 hours prior to any
excavation.
SECTION 31. Archaeological Materials:
If archaeological materials are uncovered during grading, trenching, or other onsite excavation,
earthwork within 100 feet of these materials shall be stopped until a professional archaeologist who
is certified by the Society of California Archaeology (SCA) and/or the Society of Professional
Archaeology (SOPA) has.had an opportunity to evaluate the significance of the "find" and suggest
appropriate mitigation measures, if they are deemed necessary.
SECTION 32. Payment of Withheld Funds:
Upon the Contractor's request, the County will make payment of funds withheld to ensure
performance under this Contract if the Contractor complies with the requirements of Public
CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-17
DIVISION F. GENERAL CONDITIONS (Continued)
Contract Code Section 22300. Contractor shall deposit in escrow with the Treasurer-Tax Collector
or with a bank acceptable to the County, securities eligible for the investment of funds under
Government Code Section 16430 or bank or savings and loan certificates of deposit, upon the
following conditions:
A. The Contractor shall bear the expense of the County and the escrow agent, either the County
Treasurer-Tax Collector or the bank, in connection with the escrow deposit made.
B. Securities or certificates of deposit to be placed in escrow shall be of a value at least
equivalent to the amounts withheld from the Contractor pursuant to this section. Securities ,.
shall be valued by the County Treasurer-Tax Collector, whose decision shall be final.
C. The Contractor shall enter into an escrow agreement substantially similar to the form set ,
forth in Section 22300 of the Public Contract Code, except the form will include provisions
governing inter alia any decrease in the value of securities on deposit. The form will be
furnished by the County, on written request by the Contractor.
D. The Contractor shall obtain the written consent of the surety to such agreement.
E. If the securities are not listed as eligible under Government Code Section 16430, Contractor '
shall have obtained approval of the securities by the County Treasurer-Tax Collector before
bid opening."
SECTION 33. Disputes: ,
Disagreements between the County and Contractor concerning the meaning, requirements, or
performance of this contract shall be subject to final determination in writing by the Fire Chief, or
in accordance with the applicable procedures (if any) required by the State or Federal Government.
SECTION 34. Claims by Contractor: ,.
Pursuant to Public Contract Code Section 20104(a), all claims by Contractor of$375,000 or less are
subject to Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3 of the Public
Contract Code, which is incorporated into the contract and which provides as follows:
ARTICLE 1.5
Resolution of Construction Claims
§20104. (a) (1) This article applies to all public works claims of three hundred seventy-five
thousand dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a '
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code,
except that "public work" does not include any work or improvement contracted for by the state or
the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-18
i
DIVISION F. GENERAL CONDITIONS (Continued)
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local
agency.
(c) The provisions of this article or a summary thereof shall be set forth 1n the plans or
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
§20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended
to extend the time limit or supersede notice requirements otherwise provided by contract for the
filing of claims.
(b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in
writing to any written claim within 45 days of receipt of the claim, or may request, in writing,
within 30 days of receipt of the claim, any additional documentation supporting the claim or
1 relating to defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
1 this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local airency's written response to the claim, as. further documented, shall be submitted to
the claimant within 15 days after receipt of the further documentation or within a period of time no
greater than that taken by the claimant in producing the additional information, whichever is
greater.
1 (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt
of the claim, any additional documentation supporting the claim or relating to defenses to the claim
the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as.further documented, shall be submitted to
the claimant within 30 days after receipt of the further documentation, or within a period of time no
greater 'than that taken by the claimant in producing the additional information or requested
documentation, whichever is greater.
' (d) If the claimant disputes the local agency's written response, or the local agency fails to
respond within the time prescribed, the claimant may so notify the local agency, in writing, either
within 15 days of receipt of the local agency's response or within 15 days of the local agency's
failure to respond within the time prescribed, respectively, and demand an informal conference to
meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall
schedule a meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter l (commencing with Section 900) and Chapter 2
' (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed
shall be tolled from the time the clamant submits his or her written claim pursuant to subdivision
C'\WlND0WS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-19
DIVISION F. GENERAL CONDITIONS (Continued)
(a) until the time that claim is denied as a result of the.meet and confer process, including any
period of time utilized by the meet and confer process.
This article does not 1 to tort claims and nothing in this article is intended nor shall
(� apply g
be construed to change the time periods for filing tort claims or actions specified by Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of ,
Division 3.6 of Title 1 of the Government Code.
§20104.4. The following procedures are established for all civil actions filed to resolve claims
subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the ,
court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both
parties. The mediation process shall provide for the selection within 1.5 days by both parties of a
disinterested third person as mediator, shall be commenced within 30 days of the submittal, and
shall be concluded within 15 days from the commencement of the mediation unless a time
requirement is extended upon a good cause showing to the court or by stipulation of both parties. If
the parties fail to select a mediator within the 15-day period, any party may petition the court to
appoint the mediator. ,
(b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant
to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil ,
Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article
3 (commencing with Section 2016).of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure)
shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to
J udicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators
appointed for purposes of this article shall be experienced in construction law, and, upon stipulation '
of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay
not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties,
except in the case of arbitration where the arbitrator, for good cause, determines a different division.
In no event shall these fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the
Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo
but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under
that chapter, pay the attorney's fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any'witnesses to participate in the mediation
or arbitration process.
§20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on
any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in
a court of law.
SECTION 35. Toxic and Hazardous Materials and Waste
A. Asbestos: Operations which may cause release of asbestos fibers into the atmosphere shall
meet the requirements of CAC Title 8, General Industrial Safety Orders, Section 5208. Some
operations which may cause such concentrations include sanding, grinding, abrasive blasting,
C:\W[NDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-20
1
DIVISION F. GENERAL CONDITIONS (Continued)
sawing, drilling, shoveling, or otherwise handling materials containing asbestos so that dust
will be raised. Such materials can include resilient flooring, existing gypsum wallboard,
asbestos-cement board, spray-on fiber-proofing for steel, cement plaster, asbestos pipe
insulation and acoustical sprays, tiles and boards.
B. Toxic Materials:
Operations which release toxic materials into the atmosphere shall meet the requirements of
CAC Title 8, General Industrial Safety Orders. Some operations which may release such
materials include use of adhesives, sealants, paint and other coatings.
C. Lead based paint: Do not use lead based paint. Lead based paint is defined as:
1. Any paint containing more than five-tenths of one per centum lead by weight (calculated
as lead metal in the total non-volatile content of the paint) or the equivalent measure of
lead in the dried film of paint applied or both; or
2. For paint manufactured after June 22, 1977, any paint containing more than six one-
hundredths of one per centum lead by weight (calculated as lead metal) in the total
content of the paint or the equivalent measure of lead in the dried film or paint already
applied.
' D. Hauling and disposal: Meet requirements of CAC Title 22, Division 4, Chapter 30,
"Minimum Standards for Management of Hazardous and Extremely Hazardous Wastes.
E. Asbestos Prohibited: No products or materials containing asbestos shall be incorporated into
the work without the prior written approval of the County.
SECTION 36. Equal Employment Opportunity:
To the extent prohibited by law, the contractor agrees not to discriminate against any employee,
subcontractor or applicant for employment on the basis of race, color, religion, religious creed,
national origin, ancestry, sex, age, physical handicap, medical condition, or marital status, and
agrees to comply with all laws, rules and regulations relating to equal employment opportunity.
The Contractor further agrees to include language in all subcontracts requiring the subcontractors to
the extent prohibited by law, not to discriminate against any employee, subcontractor or applicant
for employment on the basis of race, color, religion, religious creed, national origin, ancestry, sex,
age, physical handicap, medical condition, or marital status, and to comply with all laws, rules and
�. regulations relating to equal employment opportunity.
r
CAWINDOWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-21
GUARANTEE
We hereby guarantee to the County of Contra Costa the ,
(Type of Work)
which we have installed at Fire Station #6 2210 Willow Pass Road Concord California for one
year's use from date of acceptance of contract by the Board of Supervisors. We agree to repair
or replace to the satisfaction of the Public Agency any or all such work that may prove defective
in workmanship or materials within that period, ordinary wear and tear and unusual abuse or
neglect excepted, together with any other work which may be damaged or displaced in so doing.
If we fail to comply with the above mentioned conditions after being notified in writing, pursuant
to Section 28 in the General Conditions of the Contract, we, .collectively and separately, do
hereby authorize the owner to proceed to have the defects repaired and made good at our expense
and we will pay the costs and charges therefore immediately upon demand. This guarantee
covers and includes any special terms.. including time periods, specified for this work or
materials in the plans and specifications for this project.
Section 28 in the General Conditions of the Contract fully applies to this Guarantee. ,
SUBCONTRACTOR
Date: Affix Corporate Seal ,
GENERAL CONTRACTOR ,
Date: Affix Corporate Seal) ,
NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization
and the capacity and authority of the person signing the guarantee.
C AWINDDWS\Desktop\FS#10\FS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-22
1
STATEMENT TO ACCOMPANY
FINAL PAYMENT
To: Contra Costa County
County Administration Building
Martinez, CA 94553
Re: Final Payment
Project
Dear Sir:
The undersigned Contractor represents and agrees that the final payment includes all claims and
demands, of whatever nature, which he/she has or may have against the County of Contra Costa
in connection with the contract to construct the project designated above, and that final payment
by Contra Costa County shall discharge and release it from any and all claims.
The undersigned hereby certifies that all work, labor, and materials on this project have been
furnished and purchased in full compliance with the contract and with all applicable laws and
regulations.
The undersigned hereby agrees that the final contract sum shown below is true and correct:
Original Contract Price...................................... $
Net Change by Change Orders .......................... $
Less Forfeited Withheld Amounts..................... $
1 Less Liquidated Damages..................................($ )
FINAL CONTRACT PRICE............................. $
The undersigned states that his claim for final payment is true and correct, that no part has been
theretofore paid, and that the amount therein is justly due.
rI declare under penalty of perjury that the foregoing is true and correct.
Dated , at (City) , California.
i
CAWINDO«S\Desktop\FS#10TS#10 Boiler Plate\FS#10-Division F.doc DIVISION F-23
' DIVISION G SUPPLEMENTARY GENERAL CONDITIONS
1 1. The following supplements shall modify, delete, and/or add to Division F, General
Conditions. Where any section, article, paragraph, or subparagraph in the General
Conditions is supplemented by one of the following paragraphs, the provisions of such
section, article, paragraph, or subparagraph shall remain in effect and the supplemental
provisions shall be considered as added thereto. Where any section, article, paragraph, or
t subparagraph in the General Conditions is amended, voided, or superseded by and of the
following paragraphs, the provisions of such section, article, paragraph, or subparagraph not
so amended, voided, or superseded shall remain in effect.
2. Section 9. Temporary Utilities and Facilities - Delete Paragraphs A through F. Replace with
the following:
"A.Electric power and drinking water for personnel will be available at the site for use by the
Contractor for work on this project at no cost to the Contractor. Installation of approved
temporary connections to said utilities shall be provided by the Contractor, and same
shall be removed at completion of work.
B. Contractor's forces may use the restrooms at the facility and shall leave them in a clean
and orderly conditions."
' 3. Section 10. Permits - Add the following:
"A.Building permits have been obtained from the City of Concord Building Department.
B. Building inspection agencies, whether state, county or city, are separate entities from the
public agency referred to in the Contract and elsewhere in the bid documents. The
Contractor shall assume no special consideration will be given by the building inspection
agency having jurisdiction simply because the Contract is with a public agency.
C. Contractor shall be responsible for determining all inspection requirements of any
building inspection, utility, fire district or other permitting agency having jurisdiction
over the work and shall include in the progress schedule required by Division F General
Conditions, Section 8 "Progress Schedule", time periods for activities including, but not
limited to: inspections by building inspection departments and fire districts, elevator
inspections, boiler inspections, balancing of mechanical systems, and any inspections
required to obtain permanent utilities including but not limited to water, gas, and
electricity."
END OF SUPPLEMENTARY CONDITIONS
I':"WINDOWS\Desktop\FS#10\FS 410 Boiler PlawlFS#10-Division G.dot DIVISION G — 1
t
\SECTION 01000
' GENERAL REQUIREMENTS
PART1 GENERAL
1.01 GENERAL
A. These Special Provisions are additions or revisions of the General Provisions and
Technical Provisions as contained in the County Standard Specifications required to
1 properly define or delineate this particular project. Therefore, any part of the
Standard Specifications not specifically referenced within these Special Provisions
shall remain in force, unmodified, as set forth in the text of the General Provisions.
B. The following items shall apply:
1. City of Concord "City",
2. Contra Costa County Fire Protection District"District, "Owner"
3. Contra Costa County"County"
4. Luk &Associates. "Engineer"
5. Stewart Enterprises II"Construction Manager"
1.02 CONTRACT BONDS
A. The Contractor shall, simultaneously with execution of the contract, furnish a
combined surety bond in favor of Contra Costa County to secure the faithful
performance of the contract and payment for labor, materials, equipment and
supplies furnished for the work, each in an amount equal to one hundred (100)
percent of the total contract bid price. In lieu of a combined surety bond, separate
bonds in amounts equal to one hundred (100) percent of the total contract bid price
for faithful performance and one hundred (100) percent of the total contract bid price
for payment of labor, materials, equipment and supplies furnished for the work may
be substituted.
1.03 CONTRACT DOCUMENTS
1 A. The following documents are considered to be a part of these Contract Documents:
I. Notice to Contractors
2. Contract Proposal
B. The following drawings are considered to be a part of these Contract Documents:
' 1. Contract Drawings
2. State Standard Details
' C. The following specifications are considered to be a part of these contract documents:
1. Special Provisions:
2. City of Concord Standard Specifications
3. State of California Department of Transportation Standard Plans &
Specifications, dated July 1992.
FIRE STATION#10
2955 TREAT BLVD,
CONCORD,CA 01000/1
GENERAL REQUIREMENTS
SECTION 01000
1.04 PRECEDENCE OF CONTRACT DOCUMENTS
A. Precedence of Contract Documents shall be as follows:
1 Drawing as in the matter of dimensions or quantity ,
2. Specifications in matters of materials or finishes
3 In case of discrepancies or conflicts in information or requirements within the
drawings, the most expensive requirement shown or specified shall be the basis ,
of the contract.
1.05 CHANGES IN WORK
A. Except for the purpose of affording protection against any emergency endangering
health, life or property, the Contractor shall make no change in the work, or supply
additional labor, services or materials beyond that actually required for the execution
of this Contract, unless pursuant to a written order from the Construction
Manager authorizing the change. No claim for an adjustment of the Contract price
will be paid, unless so ordered.
1.06 TERMLNATION OF CONTRACT ,
A. If the Contractor refuses or fails to prosecute the work with such diligence as will
ensure its completion within the time specified, plus any extensions thereof, the
County, by written notice to the Contractor, may terminate this Contract and the
Contractor's right to proceed with the work.
Upon such termination, the County may take over the work and prosecute the same
to completion, and the Contractor shall be liable to the County for any additional
cost incurred by the County in its completion of the work, and the Contractor shall
also be liable to the County for liquidated damages for any delay in the completion
of the work. If the Contractor's right to proceed is terminated, the County may take
possession of, and utilize in completing the work, such materials, tools and
equipment as may be on the site of the work necessary therefor.
1.07 TIME OF COMPLETION ,
A. The Contractor shall complete the work called for under this Contract within sixty ,
(60) calendar days from the date indicated in the Notice to Proceed.
1.08 LIQUIDATED DAMAGES ,
A. If the work items are not completed by the date specified, including any extension of
time for excusable delays, as provided herein, the District shall deduct from the
Contract price Five Hundred Dollars (5500.00) for each working day of delay
beyond the date of completion until the work is completed, as authorized per Public
Contract Code Section 10226. ,
FIRE STATION#10
2955 TREAT BLVD.
CONCORD, CA 01000/2
1 GENERAL REQUIREMENTS
SECTION 01000
1.09 INSURANCE
A. Insurance Requirements for Contractors
The Contractor shall procure and maintain for the duration of this Contract:
1. Insurance against claims for injuries to persons or damages to property
which may arise from or in connection with the performance of the work
hereunder by the Contractor, his agents, representatives, employees or
subcontractors.
The cost of such insurance shall be included in the Contractor's bid proposal.
B. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office General Liability coverage (occurrence form CG
0001).
2. Insurance Service Office form number CA 0001 (Ed. 1/87) covering
' Automobile Liability, code 1 (any auto); and
3. Workers' Compensation as required by the Labor Code of the State of
California and Employers' Liability Insurance.
4. Builder's Risk Insurance with a waiver of subrogation for the City and the
District as loss payees, provide an additional insured endorsement to the City
and the District and name the County and the District as additional insureds.
C. Minimum Limits of Insurance
Contractor shall maintain no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury,
and property damage. If Commercial General Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall
apply separately to this project/location or the general aggregate limit shall be
twice the required occurrence limit.
2. Automobile Liability: $500,000 per accident for bodily injury and property
damage.
3. Workers' Compensation and Employers' Liability: S1,000,000 per accident for
' bodily injury or disease.
D. Deductibles and Self-Insured Retentions
' An deductibles or self-insured retentions must be declared to and approved b the
Y PP Y
County. At the option of the County, either: the insurer shall reduce or eliminate
such deductibles or self-insured retentions as respects the County, its officers,
officials, employees, agents and volunteers; or the Contractor shall provide a
financial guarantee satisfactory to the County guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
FIRE STATION #10
2955 TREAT BLVD.
CONCORD, CA 01000/3
GENERAL REQUIREMENTS
SECTION 01000
E. Other Insurance Provisions
The general liability and automobile liability policies are to contain, or be endorsed
to contain, the following provisions: '
1. The County, its officers, officials, employees, agents and volunteers are to be
covered as insured with respect to liability arising out of automobiles owned,
hired or borrowed by or on behalf of the contractor; and with respect to
liability arising out of work or operations performed by or on behalf of the
contractor including materials, parts or equipment furnished in connection
with such work or operations. General liability coverage can be provided in
the form of an endorsement to the contractor's insurance, or as a separate
owner's policy.
2. For any claims related to this project, the Contractor's insurance coverage
shall be primary insurance as respects the County, its officers, officials,
employees, and volunteers. Any insurance or self-insurance maintained by ,
the County, its officers, officials, employees, or volunteers shall be excess of
Contractor's insurance and shall not contribute with it.
3. Each insurance policy required by this clause shall be endorsed to state that ,
coverage shall not be suspended, voided, canceled by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested, has been given to the County.
Workers' Compensation& Employers' Liability Coverage
1. The insurer shall agree to waive all rights of subrogation against the County, ,
its officers, officials, employees, and volunteers for losses paid under the
terms of the employers' liability policy which arise from work performed by
the Named Insured for the County.
2. The insurance shall not be suspended, voided, canceled by either party,
reduced in coverage or in limits except after thirty (30) days' prior written
notice by certified mail, return receipt requested, has been given to the City. ,
F. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less
than A:VII.
G. Verification of Coverage
'
g
The Contractor shall furnish the County with original certificates and amendatory
endorsements affecting coverage required by this clause. The endorsements are to
be on forms provided by the County or on other than the County's forms, provided ,
those endorsements are to be received and approved by the County before work
commences. All endorsements are to be received and approved by the County
before work commences. The County reserves the right to require complete, ,
FIRE STATION #10
2955 TREAT BLVD.
CONCORD, CA 01000/4
GENERAL REQUIREMENTS
SECTION 01000
certified copies of all required insurance policies, including endorsements effecting
the coverage required by these specifications at any time.
H. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall
furnish separate certificates and endorsements for each subcontractor. All coverage
for subcontractors shall be subject to all of the requirements stated herein.
1.10 PERSONAL LIABILITY
A. Neither the Engineer, nor any other officer or authorized employee or agent of the
County, nor any authorized officer or employee of the State, County or any District
shall be personally responsible for any liability arising under or by virtue of this
Contract.
1.11 CLAIMS &DAMAGES
A. The Contractor shall protect, hold free and harmless, and indemnify the County and
the District (including their officers, agents and employees) from all liability,
penalties, costs, losses, damages, expenses (including attorney's fees) resulting from
any personal injury or death sustained by any person (including contractor's
employees) or damage to property of any kind, whether tangible or intangible, which
injury, death or damage arises directly or indirectly out of or is in any way connected
' with the performance of this Contract. Upon demand of County, the Contractor shall
also defend and protect County and the District from all claims, demands, charges
and causes of action by employing competent counsel and paying all costs and fees,
therefor. This indemnity agreement shall be enforced to the fullest extent permitted
by law, but nothing herein shall be construed as indemnifying the County against its
willful misconduct or sole negligence performed under a construction contract as
defined in California Code of Civil Procedure Section 2782.
1.12 INSPECTION/TESTING/ACCESS TO SITE
A. The Engineer, or his authorized representative, shall, at all times, have access to, and
be permitted to observe and review all work, materials, equipment and other relevant
data and records pertaining to this Contract.
When the work is substantially complete, the Contractor shall notify the Engineer
1 that the work is ready for final inspection. Otherwise, the final inspection will be
made on the working day prior to the completion of the Contract.
The Engineer, or his authorized representative, may inspect the production of
material or the manufacture of products, at the source of supply. Plant inspection,
however, will not be undertaken until the Engineer is assured of the cooperation and
assistance of both the contractor and the material producer. The Engineer, or his
FIRE STATION#10
2955 TREAT BLVD,
CONCORD,CA 01000/5
GENERAL REQUIREMENTS
SECTION 01000
authorized representative, shall have free entry at all times to such parts of the plant
as concern the manufacture or production of the materials. The Engineer assumes
no obligation to inspect materials at the source of the supply. The responsibility of
incorporating satisfactory materials in the work rests entirely with the Contractor,
notwithstanding any prior inspections or tests. ,
Unless otherwise provided, all initial testing for compaction and materials shall be at
no expense to the Contractor and shall be performed by the County's laboratory or in
a laboratory designated by the County. Any re-testing required due to failed test or
defective material or sample shall be at the Contractor's expense. When required by
the Contract or the County, the Contractor shall furnish, at no extra charge,
certificates of tests of materials and equipment made at the point of manufacture by
a recognized testing laboratory.
1.13 LAWS
A. The Contractor shall strictly adhere to the provisions of the Labor Code regarding
minimum wages, the eight-hour day and forty-hour week, overtime, Saturday,
Sunday and holiday work, and non-discrimination because of race, color, national ,
origin, ancestry, religion, physical handicap, medical condition, marital status or sex
and other characteristics specified in Government Code Section 12940 and in the
Labor Code.
1.14 APPRENTICES
A. The Contractor shall comply with Section 1777.5 of the Labor Code relating to the ,
employment of registered apprentices on work to be performed hereunder.
1.15 ENVIRONMENTAL REQUIREMENTS ,
A. The Contractor shall comply with all air pollution and environmental control rules, '
regulations, ordinances and statutes which apply to the project and any work
performed pursuant to the Contract.
1.16 AFFIRMATIVE ACTION AND EQUAL OPPORTUNITY
A. The County has adopted affirmative action requirements for all projects to be '
constructed in Contra Costa County and all requirements set forth therein shall be
deemed as part of the Contract Documents.
B. There shall be no discrimination against any employee who is employed in the work ,
covered by such contracts or against any applicant for such employment because of
sex, race, religion, color, age, national origin or physical handicap, and that such
provisions shall include but not be limited to: employment, upgrading, promotion or
transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or '
other forms of compensation, and selection for training including apprenticeship.
FIRE STATION#10
2955 TREAT BLVD.
CONCORD,CA 01000/6
GENERAL REQUIREMENTS
SECTION 01000
1.18 EXISTING UTILITIES
A. If the Contractor discovers subsurface installations not indicated in the Contract
' Drawings or Specifications, it shall immediately notify the Engineer and the owner
of the installation. Such subsurface installations shall be located and protected from
damage as directed by the owner. The Contractor shall bear full responsibility for
damage to existing subsurface installations where the Contractor fails to comply
with the requirements of the Government Code, California Administrative Code, or
the Contract Drawings and Specifications to provide notification to the owners of
subsurface installations.
1.19 NOTIFICATION TO UTILITIES / OWNERS OF SUBSURFACE
1 INSTALLATIONS
A. The Underground Service Alert (U.S.A.) is a regional notification center established
to provide owners of subsurface installations advanced notification of proposed
excavation and allow an owner that receives such notification to locate and field
' mark the approximate location of any affected subsurface installations. A minimum
of two (2) working days prior to the commencement of any excavation, the
Contractor shall contact U.S.A. by calling l-800-227-2600. Contacting U.S.A. does
not relieve the Contractor from its responsibility to determine the exact location and
depth of subsurface installations.
1.20 ADVICE TO CONTRACTOR ON SPECIAL CONDITIONS
A. The Contractor is required to maintain and promote safe project site conditions and a
neat project site appearance at all times in connection with this Contract.
Accordingly, strict interpretation of these specifications will be made toward that
end and the Contractor is advised of the following special conditions:
1. The Contractor shall provide the Construction Manager with the telephone
number of one superintendent and two appointed alternates for after hours
emergencies.
2. Hazardous work conditions shall be adequately barricaded and illuminated at
all times. Should the work become improperly barricaded and/or illuminated
after hours, the Contractor will be called upon to restore the work to a safe
passable condition, as determined by the Construction Manager.
B. Work marred or defaced by vandalism, or accidentally damaged by the public shall
be removed and replaced at no additional cost or expense to the Agency. Defaced
improvements shall be restored and or repaired to the satisfaction of the
Construction Manager.
FIRE STATION#10
2955 TREAT BLVD.
CONCORD,CA 01000/7
GENERAL REQUIREMENTS
SECTION 01000
C. Where the trackage or spillage of oils, solvents, paints and or other products causes
objectionable markings on and or damage to City owned facilities, such markings
shall be removed and such damage shall be restored, prior to acceptance of the
contract by the Agency as complete. All such facilities marked or damaged shall be
cleaned, restored, or repaired in a manner acceptable to the Construction Manager. '
END OF SECTION '
FIRE STATION #10
2955 TREAT BLVD.
CONCORD,CA 01000/8
SECTION 0 10 15
GEOTECHNICAL INFORMATION
PART1 GENERAL
1.01 GENERAL
A. Geotechnical information was obtained only for the Owner's use and is not a part of the
Contract Documents.
B. Bidders should visit the site and acquaint themselves with all existing conditions. Prior
to bidding, and as necessary during construction, bidders may make their own geo-
technical investigations and survey. Prior to the bid opening, such investigations shall
1 be performed under time schedules and arrangements reviewed in advance by the
District.
1.02 INFORMATION
' A. A Geotechnical Investigation, Job No. 43-1295-O1.GEO, has been prepared by
Kleinfelder, Inc. of Pittsburg, California.
PART 2 PRODUCTS
Not Used.
' PART 3 EXECUTION
Not Used.
END OF SECTION
i
1
1
1
FIRE STATION#10
2955 TREAT BLVD.
CONCORD,CA 01015/1
SECTION 01025
MEASUREMENT AND PAYMENT
PARTI GENERAL
1.01 BID PRICES
A. The bid prices paid for the various items of work included in the Contract Proposal,
shall be considered as full compensation for all labor, materials, equipment, tools,
and incidentals to the items of work described to complete all items of work
specified in accordance with the Contract Documents for Contract and no additional
compensation will be allowed therefor.
B. Payment will be made according to the Schedule of Values in Section 01370,
1 Schedule of Values
1.02 PARTIAL PAYMENTS AND RETENTION
A. In accordance with the provisions of § 9203 Pub. Con. C.A., County shall make
progress payments to Contractor in the amount of 90% of the percentage of actual
' work completed plus a like percentage of the value of material installed.
B. By no later than the 25th day of each month, Contractor shall submit to
Construction Manager, a claim on the progress payment schedule furnished by
District for the total amount of the work. (Forms are attached at the end of this
section.)
C. The Construction Manager shall review Contractors monthly claim. If e claim is
g o y th
1 properly filed and the validity of the claim is not disputed or has been settled or
agreed upon, the Engineer shall approve Contractor's monthly claim.
D. Payment to Contractor shall be in accordance with the provisions of § 9202 Pub.
Con. C.A. As provided for in § 9203 Pub. Con. C.A., the County shall withhold 10
percent of the contract price until final completion and acceptance of the project.
County shall pay Contractor, the balance not retained, as aforesaid, after deducting
therefrom all previous payments and all sums to be kept or retained under the
provisions of the Contract or the Law.
E. No payment of such claim shall be construed as acceptance or approval of any part
of the work.
F. Pursuant to Section 22300 of the Public Contracts Code, the Contractor may (upon
request and at it's sole expense) substitute securities listed in Section 16430 of the
Government Code in-lieu of any money withheld by the County as described herein
above.
FIRE STATION E6
2210 WILLOW PASS ROAD
CONCORD, CA 01025/1
MEASUREMENT&PAYMENT
SECTION 01025
1.03 CHANGES IN WORK
A. Except in the event of urgent necessity for the purpose of affording protection ,
against any emergency endangering health, life or property, the Contractor shall
make no change in the work of this Contract, provide any extra or additional work,, '
or supply additional labor, services or materials beyond that actually required for the
execution of this Contract, unless pursuant to a written order from the Construction
Manager authorizing the change. I
It is presumed that all work performed by the Contractor under this contract is
included in the contract price unless the District has signed a written extra work
order directing the contractor to perform additional work and specifying the
consideration to be paid. No project engineer, inspector, superintendent, foremen or
other employee of the District is authorized to sign extra work orders. The only
persons authorized to sign extra work orders on behalf of the District are the Fire
Chief and the Assistant Chief for Support Services. No claim for an adjustment of
the Contract Price will be paid, unless so ordered.
1.04 PROPOSAL REQUEST '
A. When construction changes are necessary, they will be originate with a Proposal
Request issued by the Construction Manager to the Contractor.
B. The Proposal Request will be numerically sequential.
C. Proposal Requests may be issued due to changes requested in the project by the '
Construction Manager, the Owner or the Contractor.
D. Proposal Requests are not Change Orders; some requests may become Change
Orders.
E. The Contractor shall prepare suitable backup in response to the Proposal
Request as rapidly and accurately as possible.
1.05 CONTRACTOR'S BACKUP ,
A. Following receipt of a Proposal Request, the Contractor shall prepare a proposal
which, if accepted, will become backup for a Change Order.
B. The backup shall identify each item of work affected by the proposed change, ,
value of the change and a summary of overhead, profit and total cost.
C. Subcontractors' costs shall be substantiated by their labor and materials backup
with profit and overhead indicated separately.
FIRE STATION#G
2210 WILLOW PASS ROAD ,
CONCORD,CA 01025/2
MEASUREMENT R.PAYMENT
SECTION 01025
D. For proposals which increase the Contract Sum, Change Orders shall be computed
as follows:
1. The following markups shall be added to the contractor's costs and shall
constitute the markup for all overhead and profits.
On Labor, 20%
On Materials, 15%
On Equipment Rental, 15%
On Other Items and Expenditures 15%
2. To the sum of the costs and appropriate markups provided for in this
subsection, one percent shall be added as compensation for bond and
1 liability insurance.
3. 5% additional markup shall be made by reason of the performance of extra
work by a subcontractor or other forces.
E. For proposals which decrease the Contract Sum:
1. Use values for labor and materials only.
2. It is not required to reduce the Contract Sum with profit and overhead.
F. For proposals which combine an increase and decrease:
1. Identify each decrease value of labor and materials.
2. Identify each increase value of labor and materials.
' 3. Add decrease and increase values for each subcontractor; apply profit and
overhead to net increase only.
4. Add decrease and increase values for all work exgluding subcontractors'
profit and overhead values; apply contractors' profit and overhead to net
increase only.
' G. CHANGE ORDERS
1 1. Following receipt and acceptance of Contractors' Backup, the District will
prepare and issue Change Order forms.
Change Orders will adjust Contract Sum and Contract Time as applicable.
FIRE STATION#6
2210 WILLOW PASS ROAD
CONCORD, CA 01025/3
MEASUREMENT&PAYMENT
SECTION 01025
1
3. Upon execution by the Owner, the Change Order will be the official order to
change the Contract Documents.
4. Form of Change Order shall be District edition.
5. The Owner may authorize the Contractor to proceed with work covered by a '
Change Order while the Change Order is being processed.
H. SUPPLEMENTAL INSTRUCTIONS ,
1. From time to time it will become necessary for the Construction Manager to '
issue supplemental instructions to the Contractor for minor changes not
affecting Contract Sum or Contract Time.
2. Where change is considered to not be minor, or where the instructions affect ,
Contract Sum or Contract Time, it is incumbent upon the Contractor to
advise the District before proceeding with the work and request a Change '
Order.
1.06 FINAL PROGRESS PAYMENT, ACCEPTANCE AND RETENTION RELEASE ,
A. Upon completion of the work of the improvement work, Contractor shall submit a
final claim. The payment due the contractor for work performed and materials
furnished shall be determined from the final measurements approved by the
Construction Manager and the contract prices bid by the Contractor, including such '
extra work as may have been properly authorized. All prior partial quantities and
payments shall be subject to correction in the final payment, and no payment shall
be construed to be an acceptance of any work or materials. '
B. Release of withheld funds (retention) shall be in accordance with the provisions of
§7107 Pub. Con C.A. and §§3196-7-8-9 Civil Code. Upon the adoption of a '
resolution by the legislative body of the County accepting the improvement work as
complete, a notice of completion shall be filed with the Office of the Recorder of the
County of Contra Costa. No release of retention shall be made until a minimum of '
35 days have elapsed following the recording of a notice of completion. The final
payment of the work will be made to the Contractor, less any money required to be
withheld where a stop notice has been filed with the District in a proper and timely ,
manner in accordance with Civil Code §§ 3096, 3103, 3184.
1.07 CLAIMS
A. A request by the Contractor for the payment of any additional compensation for ,
any cause, an extension of time for the performance of work or any other relief
with reference to the terms of the Contract, including any dispute or question
FIRE STATION#6
2210 WILLOW PASS ROAD '
CONCORD, CA 01025/4
MEASUREMENT&PAYMENT
SECTION 01025
relative to the Contract Documents, is a "claim" which must first bep resented in
writing by the Contractor to the Engineer for consideration.
B. There is no dela unless there is a dela to the critical path and the project
Y Y P p Je
completion is delayed beyond the contract completion date. Except for the
additional compensation provided for in Section 01025, 1.07 "Claims", the
Contractor shall have no claim for damage or compensation for any delay or
' hindrance. It is recognized that changes to the Contract are expressly within the
contemplation of the parties.
1 C. Notices of potential claim are not acceptable for the purpose of timely notice to
the District of a claim.
D. Any and all such claims by Contractor must be presented prior to the time the
contractor shall have performed the work giving rise to the claim when based on
an act or failure to act by the District, its agents, employees or representatives. In
all other instances such claims must be presented in writing within ten (10) days
after the occurrence of the event giving rise to the claim.
E. All claims shall contain sufficient detail to enable the Construction Manager to
evaluate the basis, validity and computation of each such claim including, but not
limited to, evidence supporting the alleged claim and a current schedule showing
the affect of the occurrence on the critical path. Contractor's noncompliance with
any of the time and notice requirements contained in this section shall render the
claim or claims invalid.
F. All claims submitted to the District must be certified as follows:
1, , being the
(must be an officer) of (General Contractor),
declare under penalty of perjury under the laws of the state of California, and do
personally certify and attest that: I have thoroughly reviewed the attached claim
for additional compensation and/or extension of time, and know its contents, and
said claim is made in good faith; the supporting data is truthful and accurate; that
' the amount requested accurately reflects the contract adjustment for which the
Contractor believes the District is liable; and further, that I am familiar with
California Penal code Section 12560, et seq, pertaining to false claims, and further
' know and understand that the submission or certification of a false claim may lead
to fines, imprisonment and/or other severe legal consequence.
G. Submittal of a claim properly certified, with all required supporting
documentation, and written rejection or denial of all or part of the claim by the
District, is a condition precedent to any action, proceeding, litigation, suit or
demand for arbitration by the Contractor.
' FIRE STATION#6
2210 WILLOW PASS ROAD
CONCORD, CA 01025/5
MEASUREMENT&PAYMENT ,
SECTION 01025
H. Contractor shall include these provisions in all subcontracts.
The Contractor and the District contemplate that the completion of the work may '
be delayed by weather, force, major, minor changes in plans and drawings, and
actions of utilities and other third parties. The Contractor shall have no claim for ,
damages or compensation for delay in completion of the work caused by any
person or entity other than the city or due to any reason beyond the complete
control of the District. Further, the Contractor shall have no claim for damages or ,
compensation for delay in completion of the work caused by the District unless
the delay is unreasonable under the circumstances involved. Any such delay shall
be presumed not to be unreasonable unless the delay results from a cause which '
was reasonably foreseeable to the District and the District negligently or through
willful misconduct failed to prevent such delay. Further, the Contractor shall
have no claim for damages or compensation for delay in completion of the work if ,
the work is completed within the number of work days stated in the special
provisions and in any change orders, regardless of whether the Contractor's
schedule indicated an earlier completion date. Further, the Contractor shall have
no claim for damages or compensation for delay in completion of the work
resulting from a change order. Further, the Contractor shall have no claim for
damages or compensation for delay in completion of the work if there was no
delay in the critical path of the work. If the Contractor is entitled to bring a claim
for delay pursuant to this section, any compensation or damages shall be limited
to the actual loss incurred by the Contractor. Actual loss shall not include any ,
item of expense other than idle time of equipment, necessary payments for idle
time of day labor, the cost of extra moving of equipment and the cost of longer
hauls. Compensation, if any, for idle equipment and day labor shall be
determined pursuant to Section 8-1.09 of the State of California Standard
Specifications. In no event shall the Contractor be entitled to compensation or
damages which include profit, mark-ups, overhead (including but not limited to
central office overhead and salaries of salaried employees), and costs for no-
working days. '
END OF SECTION
FIRE STATION#6
2210 WILLOW PASS ROAD ,
CONCORD, CA 01025/6
rMEASUREMENT&PAYMENT
SECTION 01025
r
w
a� °
O W N y
LL Q
rZ Q 0 c m L n.
Zc D r to m p O a c LL
W W a� E '� c
i p °' N
c
Q � �, auofU � E O
Q a > cu 15
oZS U U O d = Q
(L U ° °
' N o > d O w
" Ua) U t c �- m <
�
co _0 -al- o -o- O
�a c -
. co vi c In
U
r OLU
aF°— ..� f—° c°� � c� � cn � F°- m
a
1
rL)
cn
o � o �
o o w o
F-LU w `° �
V co Q aci E U c E
° a) a>
U U E E -0
r
O O LL ca cq W c0 <n� LU0
r
U
m
W w m a`) (n o F- om
�,
' < UCL c
ca a
O v
U1 Z ° c
Z Z E O W •c'm Q ani =' W ani
' = V Z 'C U °o) o m 0 c 0 °
O m z " -o O u- ` � a�
V L- y c Ow O > a) U Q � Y
t Q � �. r- p co _ i�
co
O O w 0 U C O c/) L C O .
' U) L
0
0 Q ro L T N N O L T fUUO U
O w � U E U Q E
Q O
Z �EU O ZE c
U a) c O icO O Ou ° a0 � O
O o0 U -0 mn L)
mU
Z U
O
1 �
FIRE STATION .#6
2210 WILLOW PASS ROAD
CONCORD, CA 01025/7
MEASUREMENT&PAYMENT
SECTION 01025
... ..................
E E
<
C5 �`� r
Z F LL
0
C-4
Z `_° r
W w
E co E
a r
(n
w
0
ct
0-
E E
O 0 <
m p Vi m 0 6A r
CL
E (D c E
0 a. 5 1 0 a. 5
A 0 U u, 0
E E
< <
7i � r
.2 .2c r>
U2
>
(D 0L E
0
cn E a.
5 < <
z
0
0
cc <E �o
0:
(L
W
lL
Z
0 CL
F-
0 06
E
o 0 0 0 0
-.= E
cn CD ;5
> LT 0
0 6 0 0 a) 0 E w <
II U) E (D Im
> —
L) Z o o o L-
CD t x r- 0
< W an d w L) L) (n 0
u --T— ---- --- m o s Q
0
x ( z
0
z co im 04 cl) Lr) cy) CN co "E
Z c: "E
E 0
0 o
FIRE, STATION#6
2210 WILLOW PASS ROAD 01025/8
CONCORD,CA
i
' SECTION 01030
ALTERNATES
' PART1 GENERAL
1.01 SECTION INCLUDES
A. General Conditions.
B. Submission procedures.
' C. Documentation of changes to Contract Sum/Price.and Contract Time.
1.02 RELATED SECTIONS
' A. Section 01300 - Work schedule affected by Alternates.
' B. Section 01600 - Material and Equipment: Product options and substitutions.
1.03 REQUIREMENTS
' A. Alternatesuoted on Bid Forms will be reviewed and accepted or rejected at Owner's
q p J
option. Accepted Alternates will be identified in the Owner-Contractor Agreement.
B Coordinate related work and modify Coor aty surrounding work to integrate the Work of each
Alternate. I
1
END OF SECTION
FIRE STATION#10
' 2955 TREAT BLVD.
CONCORD,CA 01030/1
SECTION 01040
COORDINATION/COOPERATION
PART1 GENERAL
1.01 COORDINATION/COOPERATION WITH OTHER'S WORKFORCES
A. During the course of construction, if there should be construction underway by other
forces or by other contractors within or adjacent to the limits of work specified or
should work of any other nature be under way by other forces within or adjacent to
said limits, the Contractor shall cooperate with all such other contractors or other
forces to the end that any delay or hindrance to either work be avoided.
' B. The right is reserved to perform other or additional work at or near the sites
(including material disposal) at any time, by the use of other forces.
C. When two or more contractors are employed on related or adjacent work, or obtain
materials from the same material source, each shall conduct his operations in such a
' manner as not to cause any unnecessary delay or hindrance to the other. Each
contractor shall be responsible to the other for all damage to work, to persons or
property caused to the other by his operations, and for loss caused the other due to
his unnecessary delays or failure to finish the work within the time specified for
completion.
D. The Contractor shall make all such notifications to the public as required by these
Special Provisions. See section 6 "Permits, Notifications and Licenses" and section
12 "Traffic Control"of these special provisions.
1.02 COORDINATION/COOPERATION OF OWN WORKFORCES
' A. Coordinate work of the various Sections of Specifications to assure efficient and
orderly sequence of installation of construction elements, with provisions for
accommodating items installed later.
B. Verify characteristics of elements of interrelated operating equipment are
' compatible; coordinate work of various Sections having interdependent
responsibilities for installing, connecting to, and placing in service, such
equipment.
' C. Coordinate space requirements and installation of mechanical and electrical
work which are indicated diagrammatically on Drawings. Follow routing
shown for pipes, ducts, and conduits, as closely as practicable; make runs
parallel with lines of building. Utilize spaces efficiently to maximize
accessibility for other installations, for maintenance, and for repairs.
1
FIRE STATION#10
2955 TREAT BLVD,
CONCORD, CA 01040/1
COORDINATION/COOPERATIOI\
SECTION 01040
D. In finished areas conceal pipes, ducts, and wiring in the construction. ,
Coordinate locations of fixtures and outlets with finish elements.
E. Execute cutting and patching to integrate elements of Work, uncover ill-timed,
defective, and non-conforming work, provide openings for penetrations of
existing surfaces, and provide samples for testing. Seal penetrations through
floors, walls, and ceilings. '
1.03 ACCESS PANELS
Not Used ,
1.04 REFERENCE STANDARDS ,
A. For products specified by association or trade standards, comply with
requirements of the standard, except when more rigid requirements are specified '
or are required by applicable codes.
B. The date of the standard is that in effect as of the Bid date, except when a '
specific date is specified.
C. Obtain copies of standards when required by Contract Documents. Maintain ,
copy at job site during progress of the specific work.
END OF SECTION
1
FIRE STATION#10
2955 TREAT BLVD. ,
CONCORD, CA 01040/2
' SECTION 01045
CUTTING AND PATCHING
PART1 GENERAL
' 1.01 REQUIREMENTS INCLUDED
' A. Requirements and limitations for cutting and patching of work.
1.02 RELATED REQUIREMENTS
A. Section 01600 - Materials and Equipment: Substitutions.
' B. Individual Specifications Sections:
1. Cutting and patching incidental to work of the section.
' 2. Limitations on cutting structural members.
' 1.03 SUBMITTALS
A. Submit written request in advance of cutting or alteration which affects:
1. Structural integrity of any element of project.
2. Integrity of weather-exposed or moisture-resistant element.
' 3. Efficiency, maintenance, or safety of any operational element.
4. Visual qualities of sight-exposed elements.
5. Work of owner or separate contractor.
B. Include in request:
1. Identification of project.
2. Location and description of affected work.
3. Necessity for cutting or alteration.
4. Description of proposed work, and products to be used.
5. Alternatives to cutting and patching.
6. Effect on work of Owner or separate contractor.
7. Written permission of affected separate contractor.
S. Date and time work will be executed.
PART 2 PRODUCTS
2.01 MATERIAL
A. Those required for original installation.
q
FIRE STATION#10
2955 TREAT BLVD.
CONCORD, CA 01045/1
CUTTING AND PATCHING '
SECTION 01045
B. For any chane in materials, submit request for substitution under provisions of Section '
g q
01300.
C. PART 3 EXECUTION '
3.01 GENERAL ,
A. Execute cutting, fitting, and patching, including excavation and fill, to complete work, ,
and to:
1. Fit the several parts together, to integrate with other work. '
2. Uncover work to install ill-timed work.
3. Remove and replace defective and non-conforming work.
4. Remove samples of installed work for testing.
5. Provide openings in elements of work for penetrations of mechanical and '
electrical work.
3.02 INSPECTION
A. Inspect existing conditions, including elements subject to damage or movement during '
cutting and patching.
B. After uncovering, inspect conditions affecting performance of work. '
C. Beginning of cutting or patching means acceptance of existing conditions.
3.03 PREPARATION '
A. Provide supports to assure structural integrity of surroundings; devices and methods to '
protect other portions of project from damage.
B. Provide protection from elements for areas which may be exposed by uncovering work. '
3.04 PERFORMANCE
A. Execute work b methods to avoid damage to other work and which will provide
Y g �
proper surfaces to receive patching and finishing.
B. Restore work with new products in accordance with requirements of Contract
Documents. '
C. Employ original installer to perform cutting and patching for weather exposed and
moisture resistant elements, and sight exposed surfaces. ,
FIRE STATION#10
2955 TREAT BLVD.
CONCORD, CA 01045/2 '
' CUTTING AND PATCHING
SECTION 01045
' penetrations of fire-rated wall -
D. At pen s or ceiling, completely seal voids with approved fire
rated material, full thickness of the construction element.
1
E. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to
nearest intersection; for an assembly, refinish entire unit.
F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed
without prior approval.
' END OF SECTION
1
1
1
1 ..
1
FIRE STATION#10
1 2955 TREAT BLVD.
CONCORD,CA 01045/3
1
' SECTION 01050
CONSTRUCTION LAYOUT & STAKING
PARTI GENERAL
' 1.01 INCLUDED WORK
A. The work in this section includes the furnishing of all labor, equipment, materials,
' tools, and incidentals and performing all operations in connection with construction
survey and layout and all work necessary to provide for proper layout of the work.
1.02 RELATED WORK
A. Contract Drawings and Specifications, the City Standard Specifications and Division
' 1 Specifications apply to the work of this section.
PART 2 PRODUCTS
tNot Applicable
' PART 3 EXECUTION
3.01 GENERAL
' A. Thea ose of this section is to state the degree and detail necessary to define
P �P �' ry
construction layout and staking requirements of this project.
' 3.02 CONSTRUCTION STAKING
' Construction staking provided by Contractor at Contractor's expense is as follows:
' A. Rough Grade
1. Certify the existing elevation of the Engineer's drawings. Stake as necessary to
' achieve Engineer's Improvement Plan
B. Storm Drain
' 1. Provide one set of stakes for storm drain pipe, catch basins and tie in to man hole.
PART 4 MEASUREMENT &PAYMENT
4.01 CONSTRUCTION STAKING
' A. The Contractor will pay for staking of paragraph 3.02, items A and B above.
END OF SECTION
FIRE STATION#10
' 2955 TREAT BLVD.
CONCORD, CA 01050/1
1
' SECTION 01060
PERMITS, NOTIFICATIONS AND LICENSES
PART 1 GENERAL
' 1.01 PERMITS. The Contractor will be required to obtain any and all permits required
by the City of Concord to do the work in connection with the Contract.
A. ENCROACHMENT PERMIT:
1 1. Encroachment Permit: Contractor shall apply to the City Engineering Division
for an encroachment permit prior to commencing with any work. The
encroachment permit will be issued at no cost to Contractor.
' B. BUILDING PERMITS
1. The General Building Permit and Plan Check Fee: Paid by the Owner; the
' Contractor shall not include such fees in Contract Sum.
Other permit fees, including electrical, mechanical and plumbing permit fees
shall be paid by the Owner, the Contractor shall not include such fees in
Contract Sum.
' 1.02 LICENSES
A. The Contractor and each subcontractor will be required to obtain a City Business
License, at their sole cost and expense, prior to commencing any work covered by
this Contract.
1.03 NOTIFICATIONS
' A. The Contractors shall be responsible for notification of residences and businesses in
advance of construction work. See "Traffic Control" sections J and K, and "Traffic
Control Plan", Section D, of these special provisions for specific requirements.
1.04 UTILITY FEES
1. Utility connection fees, meter fees, lateral fees, utility structure changes and
tariffs, inspection fees and the like shall be paid by the Owner; the
Contractor shall not include such fees in Contract Sum.
PART 2 PRODUCTS
None this Section
FIRE STATION #10
2955 TREAT BLVD,
CONCORD, CA 01060/1
PERINMITS,NOTIFICATIONS
AND LICENSES
SECTION 01060
PART 3 EXECUTION i
3.01 COMPLIANCE '
A. The Contractor shall at all times comply with the terms and conditions of any permit
or license required by the City or other authority during the performance of the work '
of this contract.
PART 4 MEASUREMENT & PAYMENT '
4.01 PERMITS AND LICENSES
A. Payment for obtaining all required permits and licenses shall be considered as
included in the contract price bid for "Mobilization" and no additional compensation
shall be made therefor. '
4.02 CONSTRUCTION WATER USAGE
A. Payment for hydrant meter rental and construction water usage shall be considered '
as included in the contract prices bid for the various items of contract work and no
additional compensation shall be made therefor. '
END OF SECTION '
1
FIRE STATION #10
2955 TREAT BLVD.
CONCORD, CA 01060/2
1 �
SECTION 01_00
' PROJECT MEETINGS
PARTI GENERAL
' 1.01 Related Documents
1 A. The project plans and specification, which include Division 1 of these special provisions,
apply to the work of this section.
1.02 DESCRIPTION OF WORK.
A. The work includes the administration of project meetings.
1.03 RELATED SPECIFICATIONS.
A. Special Provisions — Coordmation/Cooperation
B. Special Provision — Mobilization.
PART 2 PRODUCTS
' None in this Section
PART 3 EXECUTION
' 3.01 COMPLIANCE
' A. The Owner shall be responsible for physical arrangements of the weekly progress
meetings, and specially called meetings throughout the progress of the work. This shall
include:
' 1. Provide meeting room with table and seating for six people..
2. Provide fax and telephone.
B. Representative of the contractors, subcontractors and suppliers attending meetings shall
be qualified and authorized to act on behalf of the entity each represents.
' C. The engineer may attend meetings to ascertain that work is expedited consistent with the
contract documents and construction schedules.
' 3.02 PROGRESS MEETINGS
A. Attend regular weekly meetings.
FIRE STATION #10
1 2955 TREAT BLVD.
CONCORD,CA 01200/1
PROJECT MEETINGS
SECTION 01200
B. Attend called meetings as required by progress of the work.
C. Location of the meetings: Project site.
D. Attendance:
1. The Construction Manager, and/or his representative. '
2. The Contractor
3. Subcontractors as appropriate to the agenda.
4. Suppliers as appropriate to the agenda. ,
E. Suggested Agenda:
1. Review, approval of minutes if previous meeting.
2. Review corrective measures requested at previous meeting.
3. Review of work progress since previous meeting.
4. Field observations, problems, conflicts. i
5. Problems which impede construction schedule.
6. Progress schedule during succeeding work period. '
7. Revisions to construction schedule.
8. Review submittal schedules; expedite as required.
PART 4 MEASUREMENT & PAYMENT '
4.01 PROJECT MEETINGS ,
A. The contractor price paid for "Mobilization" shall include full compensation for all
project meetings, and no additional compensation shall be made therefore.
END OF SECTION ,
FIRE STATION .=10
2955 TREAT BLVD.
CONCORD, CA 01200/2 ,
' SECTION 01300
SUBMITTALS
PART 1 GENERAL
1 1.01 REQUIREMENTS INCLUDED
' A. Procedures
B. Construction Progress Schedules
C. Shop Drawings
..
' D Product Data
F. Manufacturer's Instructions.
G. Manufacturers' Certificates.
H. Samples
I. Field Samples
1.02 RELATED REQUIREMENTS
A. General Conditions
1.03 PROCEDURES
A. Deliver submittals to Construction Manager at jobsite. The Construction Manager will
distribute as shown on the flow diagram at article 1.03L in this Section 01300.
B. Transmit each item tinder the Project Transmittal Form (attached at page 13000/6).
Identify Project, Contractor, subcontractor, major supplier; identify pertinent Drawing
sheet and detail number, and Specification Section number, as appropriate. Identify
deviations from Contract Documents. Provide space for Contractor and Construction
1 Manager t review stamps. Contractor shall also state that each submittal complies with
Part 2 "Products" of each specification Section for which the submittal is made. The
characteristics of Part 2 must be individually referenced in the submittal as conforming.
' C. The Contractor shall review, approve and submit to the Construction Manager Shop
PP g P
Drawings, Product Data, Samples and similar submittals required by the Contract
1 Documents with reasonable promptness and in such sequence as to cause no delay in
the Work or in the activities of the Owner or of separate contractors. Submittals made
FIRE STATION =10
' 2955 TREAT BLVD.
CONCORD, CA 01300/1
SUBMITTALS '
SECTION 01300
by the contractor which are not required by the Contract Documents may be returned
without action.
D. The Contractor shall perform no portion of the Work requiring submittal and review of
Shop Drawings, Product Data, Samples or similar submittals until the respective ,
submittal has been approved by the Engineer. Such Work shall be in accordance with
approved submittals.
E. By approving and submitting Shop Drawings, Product Data, Samples and similar '
submittals, the Contractor represents that the Contractor has determined and verified
materials, filed measurements and field construction criteria related thereto, or will do
so, and has checked and coordinated the information contained within such submittals
with the requirements of the Work and of the Contract Documents.
F. The Contractor shall not be relieved of responsibility for deviations from requirements
of the Contract Documents by the Engineer's approval of Shop Drawings, Product Data,
Samples or similar submittals unless the Contractor has specifically informed the
Architect in writing of such deviation at the time of submittal and the Architect has
given written approval to the specific deviation. The Contractor shall not be relieved of
responsibility for errors or omissions in Shop Drawings, Product Data, Samples or '
similar submittals by the Engineer's approval thereof.
G. The Contractor shall direct specific attention, in writing or on resubmitted Shop
Drawings, Product Data, Samples or similar submittals, to revisions other than those
requested by the Engineer on previous submittals.
H. Submit initial progress schedules and schedule of values in duplicate within 10 days
after date of Owner-Contractor Agreement. After review by Engineer, revise and
resubmit as required. Submit revised schedules with each application for payment,
reflecting changes since previous submittal.
I. Comply with progress schedule for submittals related to Work progress. Coordinate ,
submittal of related items.
J. After Engineer's review of submittal, revise-and resubmit, as required, identifying ,
changes made since previous submittal. Subsequent reviews or inspections made
necessary by Contractor's failure to correct any final inspection items noted shall be
paid for by the Contractor. The Engineer's, as well as his Consultant's invoices to the
Owner, will include a charge of$150.00 per hour, including travel time plus expenses.
Cost of any such invoices will be deducted from the Contractor's Final Payment.
K. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to
promptly report any inability to comply with provisions. ,
L. Flow Chart attached.
FIRE STATION#10
2955 TREAT BLVD. ,
CONCORD, CA 01300/2
' SUBMITTALS
SECTION 01300
1
FIRE STATION #10
' 2955 TREAT BLVD.
CONCORD, CA 01300/3
SUBMITTALS '
SECTION 01300
1.04 SHOP DRAWINGS
A. For all submittals, submit in the form of one reproducible and eight (8) prints.
B. After review, reproduce and distribute in accordance with requirements in Article on ,
Procedures, above.
1.05 PRODUCT DATA ,
A. Mark each copy to identify applicable products, models, options, and other data;
supplement manufacturers' standard data to provide information unique to the Work.
B. Submit the number of copies as required for shop drawings. '
C. Failure to submit as indicated in specification will result in withholding of project
payments. '
1.06 MANUFACTURER'S INSTRUCTIONS
A. When required in individual Specification Section, submit manufacturer's printed '
instructions for delivery, storage, assembly, installation, start-up, adjusting, and
finishing, in quantities specified for shop drawings.
B. Failure to submit as indicated in specification will result in withholding of project
payments.
1.07 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to
Engineer for review, in quantities specified for shop drawings.
B. Indicate material or Product conforms to or exceeds specified requirements. Submit
P q
supporting reference date, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on matenal or Product, but must be
acceptable to Engineer. '
D. Failure to submit as indicated in specification will result in withholding of project
payments.
1.08 SAMPLES
A. Submit full range of manufacturers' standard colors, textures, and patterns for Architect ,
selection. Submit samples for selection of finishes within 30 days after date of contract.
FIRE STATION#10
2955 TREAT BLVD. ,
CONCORD, CA 01300/4
SUBMITTALS
SECTION 01300
' B. Submit samples to illustrate functional characteristics of the product, with integral parts
and attachment devices. Coordinate submittal of different categories for interfacing
work.
C. Include identification on each sample, giving frill information.
' D. Submit the number specified in respective Specification section; one will be retained by
Engineer. Reviewed samples which may be used in the work are indicated in the
Specification Section.
E. Failure to submit as indicated in specifications will result in withholding of project
payments.
' 1.09 FIELD SAMPLES
A. Provide field samples of finishes at Project as required by individual Specifications
section. Install sample complete and finished. Acceptable samples in place may be
retained in completed work.
PART 2 PRODUCTS
L
Not Used
PART 3 EXECUTION
' Not Used
' PART 4 MEASUREMENT AND PAYMENT
' 4.01 SUBMITTALS
A. Measurement and payment for submittals shall be considered as included in the prices bid
for the various items in the Bid Proposal and shall be considered as full compensation for
all labor, materials, tools, and incidentals required.
END OF SECTION
1
r
FIRE STATION #10
2955 TREAT BLVD.
CONCORD, CA 01300/5
SECTION 0 13 10
' CONSTRUCTION SCHEDULE
PART 1 GENERAL
1.01 INCLUDED WORK
A. The work of this section includes the preparation of project schedules.
1.02 RELATED WORK
A. The Contract Drawings and Specifications, which include Division 1 of these
p
Special Provisions, apply to the work of this section.
B. Special Provisions - Coordination/Cooperation
P p
' C. Special Provisions - Mobilization
' D. Special Provisions—Order of Work
PART 2 PRODUCTS
Not Applicable
' PART ") EXECUTION
3.01 SCHEDULE
' A. Within ten (10) working days after receipt of "Notice to Proceed", the contractor
shall provide to the Construction Manager a schedule of performance of the work
' (the "Construction Schedule"), showing timely completion of the work as required
by the contract. Upon receipt of the initial Construction Schedule, Construction
Manager may accept or reject noting deficiencies. If schedule is rejected, the
deficiencies noted shall be corrected and a new schedule shall be submitted within
ten (10) working days. In any case, complete Construction Schedule must be
approved by the Construction Manager prior to any payments being made.
In the event Contractor falls behind the Construction Schedule, or otherwise fails to
progress properly towards timely completion of the work, Construction Manager
' shall have the right to require Contractor, without cost or expense to the County to
take all steps necessary to improve progress, including, without limitation, overtime
work and additional days of work, and to submit for approval a revised Construction
Schedule showing the manner in which the originally scheduled progress will be
restored and the work timely completed as required by the contract.
1
FIRE STATION #10
i
2955 TREAT BLVD.
CONCORD, CA 01310/1
CONSTRUCTION SCHEDULE '
SECTION 0 13 10
The following shall also apply to the Construction Schedule:
B. Each schedule shall be subject to review and approval by the Construction
Manager. Any changes requested by the Construction Manager shall be
incorporated by the Contractor and the revised schedule resubmitted to the
Construction Manager within 10 working days after receiving request for such
modification.
C. The Contractor shall immediately advise the Construction Manager of any proposed
changes in the construction schedule and shall fumish the Construction Manager a
revised schedule within ten (10)working days of the adoption of the change.
D. Revised Construction Schedules shall be submitted on a monthly basis, coinciding
with the time of that months progress payment estimate, and in addition thereto each '
monthly revised schedule shall incorporate any changes which took place in the
previous month in addition to the changes which show the net effect on the '
remainder of the schedule. In other words, the submitted schedule shall be kept
historically and futuristically accurate each time it is revised.
E. Three (3) copies of the schedule shall be submitted on paper of a reasonable and '
convenient size for handling. Language, symbols and notations shall be those
commonly used in construction scheduling. ,
F. The time for reporting constriction activity durations shall be a regular working day.
The schedule shall use calendar days, taking into consideration all non-working ,
days.
G. Failure of the Contractor to prepare, submit and update the schedules in accordance
with the specification shall be cause for the Construction Manager to withhold all or
part of any request for payment submitted by the Contractor.
3.02 DAILY REPORT '
A. The Contractor shall furnish the Construction;Manager weekly, signed written daily ,
progress report of all activities including subcontractors' work. The progress report
shall include as a minimum the following information:
1 the general description of the project such as the project name contract
number, date, day of the week, hours of work, report number, weather, and '
rain amount.
2) the number and class of personnel employed (include name of employer
contractor/ subcontractor).
FIRE STATION#10
2955 TREAT BLVD.
CONCORD, CA 01310/2
r
CONSTRUCTION SCHEDULE
SECTION 0 13 10
3) a description of each major equipment on the project and amount of use
i (including description of equipment, make/model and size/capacity).
4) a description of work accomplished.
5) the signature of superintendent or person preparing report and date.
A cope of each daily progress report shall be submitted to the Construction
Manager on a daily basis.
PART 4 MEASUREMENT AND PAYMENT
4.01 CONSTRUCTION SCHEDULE
A. The contract price paid for "Mobilization" as shown in the schedule of values shall
include full compensation for all construction scheduling and daily progress reports
' and no separate payment shall be made therefor.
B. 2501,/0 of the mobilization amount is reserved for demobilization.
END OF SECTION
i
1 .
I
1
1
1
FIRE STATION =I 0
1 2955 TREAT BLVD.
CONCORD, CA 01310/3
i
SECTION 01370
SCHEDULE OF VALUES
PARTI GENERAL
1.01 REQUIREMENTS INCLUDED
IA. Within 10 days of award of bid, submit to the Construction Manager a Schedule of
Values allocated to the various portions of the Work.
B. Upon request of the Construction Manager, support the values with data which will
substantiate their correctness.
C. The Schedule of Values, unless objected to by the Constriction Manager, shall be used
as the basis for the Contractor's Applications for payment.
1.02 RELATED REQUIREMENTS
' A. General Conditions.
1.03 FORM AND CONTENT OF SCHEDULE OF VALUES
A. Type schedule on District Progress Pavment Sheet; Contractor's standard 8-1/2 inch x
1 1 inch forms of automatic printout will be considered by the Construction Manager
upon Contractor's request. Identify schedule with:
1. Title of project and location.
I 2. Name and address of Contractor.
3. Contract designation.
4. Date of submission.
1 B. Schedule shall list the installed value of the component parts of the progress payments
during construction.
C. Use the following as the format for listing the items.
1. Mobilization 7. Concrete
2. Excavation S. Conduits
3. Underground Utilities 9. Plumbing
4. Base Rock 10. Striping
5. Asphalt 11. Overhead And Profit
I6. Rebar
D. For each mayor line item, list sub-values of mayor products or operations under the item.
I
FIRE STATION#10
i 2955 TREAT$LVD.
CONCORD, CA 01370/1
SCHEDULE OF VALUES
SECTION 01370
i
E. No pa%inent shall be made for work not installed. ,
F. The sum of all values listed in the schedule shall equal the total Contract Sum.
PART 2 PRODUCTS
Not Used. ,
PART ") EXECUTION
Not Used.
END OF SECTION
i
FIRE STATION =10
2955 TREAT BLVD.
CONCORD, CA 01370/2
1 SECTION 01400
QUALITY CONTROL
PART l GENERAL
1.01 SECTION INCLUDES
' A. Qualitv assurance and control of installation.
B. References.
C. Field samples.
D. Manufacturers' field services and reports.
1.02 RELATED SECTIONS
A. Section 01300 - Submittals.
B. Section 01410 - Testing Laboratory Services.
C. Section 01600 - Material and Equipment.
1.03 QliALITY ASSURANCE/CONTROL OF INSTALLATION
' A. Monitor quality control over suppliers, manufacturers, products, services, site
conditions, and workmanship, to produce work of specified quality.
B. Comply frilly with manufacturers' instructions, including each step in sequence.
C. Should manufacturers' instructions conflict with Contract Documents, request
clarification from Architect before proceeding.
D. Comply with specified standards as a minimum quality for the Work except when more
stringent tolerances, codes, or specified requirements indicate higher standards or more
precise workmanship.
E. Perform work by persons qualified to produce workmanship of specified quality.
F. Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, physical distortion or disfigurement.
1.04 REFERENCES
FIRE STATION =10
1 2955 TREAT BLVD.
CONCORD, CA 01400/1
QUALITY CONTROL
SECTION 01400
A. Should specified reference standards conflict with Contract Documents request
,
P q
clarification for Architect before proceeding.
B. The contractual relationship of the parties to the Contract shall not be altered from the
Contract Documents b,,-mention or inference otherwise in anv reference document. ,
1.05 FIELD SAMPLES
A. Install field samples at the site as required by individual specifications Sections. ,
B. Acceptable samples represent a quality level for the work.
1.06 MANUFACTURERS' FIELD SERVICES AND REPORTS
A. When specified in individual specification sections, require material or product ,
suppliers or manufacturers to provide qualified staff personnel to observe site
conditions, conditions of surfaces and installation, quality of workmanship, start-up of '
equipment, test, adjust, and balance of equipment as applicable, and to initiate
instructions when necessary. Notify Owner and Constriction Manager in advance of
start-up of equipment.
B. Report observations and site decisions or instructions given to applicators or installers
that are supplemental or contrary to manufacturers' written instructions. '
C. Submit report in duplicate within 15 days of observation to Construction Manager for
review. '
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used. '
END OF SECTION '
FIRE STATION#10
2955 TREAT BLVD.
CONCORD, CA 01400/2
SECTION 01410
TESTING LABORATORY SERVICES
PART 1 GENERAL
1.01 REQUIREMENTS INCLUDED
A. Owner-provided testing laboratory services.
B. Contractor provided laboratory services.
' 1.02 RELATED REQUIREMENTS
' A. General Requirements
B. Individual Specifications Sections: Inspections and tests required, and standards for
testing.
' 1.03 REFERENCES
A. ANSI/ASTM E329 - Standard Recommended Practice for Inspection and Testing
Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction.
B. Uniform Building Code, 1998 Edition.
' 1.04 SELECTION AND PAYMENT
' A. Owner will employ and pay for services of an independent testing laboratory to perform
specified inspection and testing.
1.05 QUALITY ASSURANCE
A. Comply with requirements of ANSI/ASTM E329 and ANSI/ASTM D3740.
B. Laboratory shall maintain a full-time registered Engineer on staff to review services.
' C. Laboratory authorized to operate in California.
D. Testing equipment shall be calibrated at reasonable intervals with devices of an
accuracy traceable to either NBS Standards or accepted values of natural physical
constants.
j1.06 LABORATORY REPORTS
FIRE STATION #10
1 TREATBLVD.
CONCORD,CA 01410/1
TESTI\G LABORATORY SERVICES
SECTION 0 14 10
A. After each inspection and test, promptly submit copies of laboratory report to Owner,
Architect and Contractor. Include: Date issued, Project title and number, name of
inspector, date and time of sampling or inspection, identification of product and ,
Specifications section, location in the Project, type of inspection or test, date of test,
results of tests, and conformance with Contract. Documents. When requested by
Architect, provide interpretation of test results. '
1.07 LIMITS ON TESTING LABORATORY AUTHORITY ,
A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract
Documents. '
B. Laboratory may not approve or accept any portion of the Work.
C. Laboratory may not assume any duties of Contractor. ,
D. Laboratory has no authority to stop Work. '
1.08 CONTRACTOR RESPONSIBILITIES
A. Deliver to laboratory at designated location adequate samples of materials proposed to '
be used which require testing.
B. Cooperate with laboratory personnel, and provide access to Work.
C. Provide incidental labor and facilities to provide access to work to be tested, to obtain ,
and handle samples at the site or at source of products to be tested, to facilitate tests and
inspections.
D. Pro'ect Inspector shall schedule testing lab tests/ins ections in concurrence with ,
J p � p
General Contractor; the General Contractor shall notify the project inspector in
sufficient time for him to verify readiness of work to be tested/inspected but not less
than 48 hours in advance.
1.09 SCHEDULE OF TESTS ,
A. Tests to be provided by contractor. '
WORK TYPE OF TESTS OR INSPECTIONS
Reinforcement Tests Certificates of reinforcing are required. Where t
certificates for reinforcing specified in Structural
Drawing S1 dated 3/07/01 are not provided, test ,
reinforcing bars at contractors expense before use in
tension and bending as per ASTM A615.
i
FIRE STATION#10
2955 TREATBLVD.
CONCORD,CA 01410/2
' TESTING LABORATORY SERVICES
SECTION 01=410
B. Tests to be provided by Owner.
' WORD TYPE OF TESTS OR INSPECTIONS
Earthwork: Observation of all excavations and engineering control
of all fills and backfills by Geotechnical Engineer. The
Geotechnical Engineer shall submit a final report
stating that all work was performed in accordance with
the Contract Documents and Foundation Investigation
Reports.
Slump Test: ASTM C 143 - 74
Concrete: Make, cure, and store test cylinders as Compression per
ASTM C-31 and C-172 One cylinder
Asphalt Observation of operations and engineering control of all
operations by Geotechnical Engineer.
C. Inspection by Engineer
1. Notification by contractor: In addition to tests and inspections called for in this
1 section, notify Engineer for inspection and testing of various parts of the work as
called for in applicable sections of the specifications. Notify 48 hours in advance
to assure inspection prior to covering up or closing in of the work involved. Any
' work covered up before such required inspections shall be uncovered or removed
at Contractor's expense.
2. Required Inspections (see applicable sections of specifications for details):
a. Foundation excavation and before forms are started.
b. Underground utilities
C. Concrete forms and reinforcing steel.
d. All concrete pouring.
e. Mechanical, electrical and plumbing inspections shall occur as specified and
prior to closing in of system or its components
D. Manufacturer's field services and reports.
1. When specified in individual specification sections, require material or product
suppliers or manufacturers to provide qualified staff personnel to observe site
conditions, conditions of surfaces and installation, quality of workmanship, start-
up of equipment, test, adjust, and balance of equipment as applicable, and to
initiate instructions when necessary.
1
FIRE STATION#710
1 2955 TREATBLVD,
CONCORD, CA 01410/3
TESTING LABORATORY SERVICES
SECTION 0 14 10
1
2. Individuals to report observations and site decisions or instructions given to
applicators or installers that are supplemental or contrary to manufacturers written ,
instructions.
3. Submit report in duplicate within 30 days of observation to Architect for review. '
PART 2 PRODUCTS '
Not Used.
PART 3 EXECUTION
Not Used.
PART 4 MEASUREMENT AND PAYMENT
4.01 TESTING LABORATORY SERVICES '
A. Measurement and payment for "Tests to be Provided by Contractor" shall be considered '
as included in the prices bid for the various items in the Bid Proposal and shall be
considered as full compensation for all labor, materials, tools, and incidentals required.
END OF SECTION
1
1
1
FIRE STATION X10
2955 TREATBLVD.
CONCORD, CA 01410/4
SECTION 01500
CONSTRUCTION FACILITIES
AND TEMPORARY CONTROLS
PART 1 GENERAL,
1.01 REQUIREMENTS INCLUDED
A. Electricity, Lighting.
B. Heat, Ventilation.
C. Telephone Service.
D. Facsimile Machine.
E. Water.
' F. Sanitary Facilities.
G. Barriers.
H. Enclosures.
I. Protection of Installed Work.
' J. Security.
K. Water Control.
L. Cleaning During Construction.
M. Field Office.
N. Removal.
O. Hours of Construction.
P. Existing Conditions.
1.02 RELATED REQUIREMENTS
' A. General Conditions.
1.03 ELECTRICITY, LIGHTING
FIRE STATION #10
I 2955 "TREAT VBLVD.
CONCORD, CA 01500/1
CONSTRUCTION FACILITIES AND '
TEMPORARY CONTROLS
SECTION 01500 '
A. The Owner will provide electric service at location in so far as existing lighting and '
convenience receptacles suffice.
B. The Contractor will provide power outlets for constriction operations, with branch
wiring and distribution boxes and provide flexible power cords as required. '
E. The contractor will provide lighting for construction operations as required.
1.04 HEAT, VENTILATION
A. Provide as required to maintain specified conditions for construction operations, to '
protect materials and finishes from damage due to temperature or humidity.
B. Provide ventilation of enclosed areas to cure materials, to disperse humidity, and to '
prevent accumulations of dust, fumes, vapors, or gases.
1.05 TELEPHONE SERVICE '
A. Provide and pay for telephone service to job site. ,
1.06 FACSIMILE MACHINE
A. Provide, maintain and pay for facsimile machine on dedicated phone line, capable of
sending and receiving 8.5 inch by 11 inch documents. Facsimile machine may be
located off—site. '
B. Facsimile machine to remain in operation 24 hours a day with the capability of
automatically receiving documents without supervision. '
1.07 WATER
A. Connect to existing service at street, coordinate with water district as required. '
1.08 SANITARY FACILITIES '
A. The owner will provide access sanitary facilities.
1.09 BARRIERS
A. Provide as required to prevent public entry to construction areas and to protect facilities '
and adjacent properties from damage from construction operations.
FIRE STATION =10
2955 TREAT VBLVD. ,
CONCORD, CA 01500/2
' CONSTRUCTION FACILITIES AND
TEMPORARY CONTROLS
SECTION 01500
' 1.10 ENCLOSURES
A. Provide temporary weather-tight closures of openings in exterior surfaces to provide
acceptable working conditions and protection for materials, to allow for temporary
heating, and to prevent entry of unauthorized persons.
' 1.11 PROTECTION OF INSTALLED WORK
A. Protect finished floors from traffic, movement of heavy objects, and storage.
B. Provide temporary protection for installed products. Control traffic in immediate area
to minimize damage.
' 1.12 SECURITY
A. Provide security and facilities to protect Work from unauthorized entry, vandalism, or
theft.
B. Initiate security program in compliance with owner's system prior to job mobilization.
1.13 WATER CONTROL
' A. Grade site to drain. Maintain excavations free of water. Provide and operate pumping
equipment.
1.14 CLEANING DURING CONSTRUCTION
A. Control accumulation of waste materials and rubbish; periodically dispose of off-site.
B. Clean interior areas prior to start of finish work, maintain areas free of dust and other
contaminants during finishing operations.
1.15 FIELD OFFICES AND SHEDS
A. Office: Not required
B. Storage shed: Provide container type storage shed, watertight and lockable as required by
Contractor for security of Contractor's property. Size to suit.
C. Locate shed in staging area.
1.16 REMOVAL
FIRE STATION =10
2955 TREAT VBLVD.
CONCORD. CA 01500/3
CONSTRUCTION FACILITIES AND
TEMPORARY CONTROLS
SECTION 01500
A. Remove temporary materials, equipment, services, and construction prior to Substantial
Completion inspection. ,
B. Clean and repair damage caused by installation or use of temporary facilities.
1.17 HOURS OF CONSTRUCTION ,
A. Conform to hours of construction noted as a condition on the building permit. '
1.18 EXISTING CONDITIONS
A. Protect physical features which are scheduled to remain; repair or replace should they
become damaged. '
B. Walk entire site perimeter with Architect and Owner's representatives prior to start of
construction and before any equipment or materials are delivered to site. '
C. Note and mark condition of physical features.
1. Mark cracks in sidewalks and curbs with white spray paint where work is '
scheduled to remain.
2. Mark sidewalks and curbs with orange spray paint where work is scheduled to be ,
removed.
3. Note conditions on site plan. Take photographs if deemed necessary. 1
END OF SECTION
1
FIRE STATION#10
2955 TREAT VBLVD.
CONCORD,CA 01500/4 '
1
' SECTION 01505
MOBILIZATION
' PART GENERAL
1 1.01 INCLUDED WORK
A. The work of this section includes preparatory work and operations required to
mobilize for the work.
1.02 RELATED WORK
A. Special Provisions - Coordination/Cooperation
B. Special Provisions - Permits, Notifications, Licenses
C. Special Provisions - Construction Schedule
1.03 REFERENCES / SPECIFICATIONS
A. Contract Drawings and Specifications, the City Standard Specifications and Division
I Specifications apply to the work of this section.
' PART 2 PRODUCTS
Not Applicable.
PART 3 EXECUTION
3.01 GENERAL
' Not Applicable.
' PART 4 MEASUREMENT AND PAYMENT
4.01 MOBILIZATION
A. The lump sum price paid for "Mobilization" shall be included as full compensation
for mobilization as specified herein and no additional compensation will be made.
B. Payment for mobilization will be in accordance with these Special Provisions.
C. 25% of the mobilization amount is reserved for demobilization.
' END OF SECTION
FIRE STATION #10
1 2955 TREAT VBLVD,
CONCORD,CA 01505/1
1
SECTION 01530
BARRIERS AND ENCLOSURES
PART GENERAL
1.01 BARRIERS AND ENCLOSURES
A. The Contractor shall at all times; consistent with the ordinary and intended uses of
the right-of-way, conduct the work and maintain the site of the work in a manner to
provided for adequate and safe use by the public.
tB. The Contractor shall provide for the safe passage of public vehicular and pedestrian
traffic at all times.
' C. All conditions which may reasonably be deemed by the Construction Manager to be
hazardous shall be secured, posted, barricaded and illuminated at all times as
directed. Should the work become improperly barricaded and/or illuminated after
hours. the Contractor will be called upon to restore the work to a safe condition as
determined by the Construction Manager. If the Contractor fails to respond within a
reasonable time as determined by the Construction Manager, the Disrict shall
proceed with the corrective measures as necessary and deduct all costs incurred from
any payments made to the Contractor.
1 D. The Contractor shall be solely responsible to provide for the protection of work in
progress from damage resulting from inclement weather or the ordinary and
' intended use of the right-of-way.
E. The Contractor shall be solely responsible to provide for the protection of
equipment, materials or other property; either in use or stored on the site of work,
from damage resulting from inclement weather or the ordinary and intended use of
' the right-of-way.
1.02 RELATED WORK
A. The Contract Drawings and Specifications,-which include Division 1 of these
Special Provisions, apply to the work of this section.
PART 2 PRODUCTS
' 2.01 Materials, products and equipment including signs, lighting devices, and barricades
shall conform with the requirements specified in City and County Standard
Specifications.
FIRE STATION 710
2955 TREAT\%BLVD.
CONCORD, CA 0153011
BARRIERS AND ENCLOSURES ,
SECTION 01530
PART 3 EXECUTION
3.01 GENrER AL ,
A. The Contractor furnish, install, and maintain in a workmanlike manner all such ,
signs, lights, barricades, railings and enclosures including fencing to comply with
the requirements specified herein.
PART 4 MEASUREMENT AND PAYMENT
4.01 BARRIERS AND ENCLOSURES
A. Measurement and payment for furnishing, installing and maintaining and removing
barriers and enclosures shall be considered as included in the prices bid for the ,
various items in the Bid Proposal and shall be considered as full compensation for
all labor, materials, tools, and incidentals and no additional compensation shall be
made. '
END OF SECTION '
1
1
FIRE STATION#10
2955 TREAT VBLVD.
CONCORD, CA 01530/2
I
' SECTION 01540
' PROTECTION OF WORK AND PROPERTY
PART1 GENERAL
1.01 PROTECTION OF WORK AND PROPERTY
' A. The Contractor shall at all times; consistent with the ordinary and intended uses of
the right-of-way and adjoining private parcels, conduct the work and maintain the
site of the work in a manner to:
1) Protect work in progress.
2) Protect existing public improvements and utilities.
3) Protect existing private improvements and private property.
B. The Contractor shall be solely and completely responsible for conditions at the job
site, including the safety of all persons and protection of all property during
' performance of the work. This requirement will apply continuously and not be
limited to normal working hours.
1.02 AFTER HOURS EMERGENCIES
A. The Contractor shall provide the Construction Manager with the telephone numbers
of one superintendent and two appointed alternates for after hour emergencies.
1.03 RELATED WORK
' A. The Contract Drawings and Specifications, which include Division 1 of these
Special Provisions, apple to the work of this section.
PART 2 PRODUCTS
' 2.01 Materials, products and equipment including signs, lighting devices, and barricades
shall conform with the requirements of these Special Provisions and the Standard
' Specifications.
PART 3 EXECUTION
3.01 GENERAL
A. The Contractor shall schedule and conduct all operations to conform with the
requirements of these Special Provisions.
FIRE STATION#10
' 2955 TREAT VBLVD.
CONCORD,CA 01540/1
PROTECTION OF NVORK
AND PROPERTY
SECTION 01540
B. The Contractor shall furnish, installand maintain in a workmanlike manner all such
signs, lights, barricades, barriers, railings and enclosures including fencing to ,
comply with the requirements specified herein.
C. The Contractor shall regularly sweep, wash or otherwise clean streets and sidewalks ,
to prevent the accumulation, of dirt, loose rock, oil, debris or other deleterious
material to prevent; nuisance dust; hazards to public vehicular and pedestrian traffic; '
damage to property; or the blockage or contamination of storm water collection
facilities.
PART 4 MEASUREMENT AND PAYMENT '
4.01 PROTECTION OF WORK AND PROPERTY
A. '\,feasurement and payment for "Protection of Work and Property" shall be
considered as included in the prices bid for the various items in the Bid Proposal and '
shall be considered as frill compensation for all labor, materials, tools, and
incidentals required to furnish, install, maintain and remove all barriers and
enclosures and to clean streets and sidewalks as specified herein. '
END OF SECTION
1
FIRE STATION #10
2955 TREAT VBLVD.
CONCORD. CA 01540/2
SECTION 01570
TRAFFIC CONTROL
PART 1 GENERAL
' 1.01 INCLUDED WORK
' A. The work covered by this section consists of furnishing all labor, materials,
equipment, tools and incidentals and performing all operations in connection with;
the installation, maintenance and removal of construction area signs; public
vehicular and pedestrian traffic control; constriction traffic control and all work
necessary within the limits of the project to provide for proper traffic control.
' 1.02 RELATED WORK
A. The contract Drawings and Specifications, which include Division 1 of these Special
Provisions, apply to the work of this section.
B. Site Preparation, Clearing and Grubbing
1.03 REFERENCES/STANDARDS
A. State of California, Department of Transportation, Manual of Traffic Controls for
Construction and Maintenance Zones, 1990
B. Manual on Uniform Traffic Control Devices, 1988 Edition
C. General Provisions and Technical Provision of the City Standard Specifications
including Part 1, Sections 6-13, 6-14, 6-15 of the General Provisions and Part 2,
Section 4-8 of the Technical Provisions.
D. State of California, Department of Transportation, Traffic Manual
' E. State of California, Department of Transportation, Standard Plans and
Specifications, dated July 1992.
1.04 SUBMITTALS
A. The contractor shall provide a Traffic Control Plan to the Engineer in accordance
with the requirements of this Section.
PART 2 PRODUCTS
2.01 MATERIALS
' A. Materials, products and equipment for use in all traffic control operations including
FIRE STATION #10
' 2955 TREAT VBLVD.
CONCORD, CA 01570/1
TRAFFIC CONTROL '
SECTION 01570
signs, lighting devices, barricades, channelizing devices, and temporary pavement
markings shall conform in all respects to the requirements of, Manual of Traffic '
Controls for Construction and Maintenance Zones, 1990 and the Manual on
Uniform Traffic Control Devices, 1988.
PART 3 EXECUTION '
3.01 TRAFFIC CONTROL PLAN ,
A. The area of the work encompasses segments of Willow Pass Road and Grant Street
serving regional and local through traffic and adjoining land uses. The Contractor
shall be required to conduct all operations with regard.to public convenience and in a
manner to provide for the safe and expeditious movement of traffic in accordance
with these special provisions.
B. Within ten (10) working days after receipt of notice to proceed, the Contractor shall
provide to the Construction Manager for review and approval, a Traffic Control Plan '
for public vehicular and pedestrian traffic control for any: lane closure,
C. Three (3) copies of the plan shall be submitted. The plan shall be prepared to an
appropriate scale and on paper of a reasonable and convenient size for handling. '
D. The Contractor shall immediately advise the Construction Manager of any proposed
change in the Traffic Control Plan and shall obtain the approval of the Engineer
prior to implementing any change. The Construction Manager shall have two (2)
working days to review changes to the traffic control plan. A revised plan shall be
provided.to the Construction Manager within five (5) working days of the adoption
of the change.
E. A revised Traffic Control Plan shall be submitted if in the opinion of the '
Construction Manager, public safety, public convenience, or the safety of
construction workers warrants a change in the plan.
3.02 TRAFFIC CONTROL ,
A. The contractor shall schedule, stage and conduct all constriction operations with '
regard to public convenience and in a manner to provide for the safe and expeditious
movement of traffic.
B. Prior to commencing any activity within any public right-of-way, the Contractor '
shall implement traffic control measures in accordance with the approved traffic
control plan. ,
C. Contractor shall furnish and install "No Parking" signs in the street adjacent to
construction areas. These signs shall be placed on barricades in the project area
facing the street. Signs shall be placed a maximum of 50' apart and a minimum of ,
48 hours and a maximum of 96 hours in advance of constriction. These signs will
bear the "No Parking"time limits, dates, Concord Police Department phone number,
FIRE STATION#10
2955 TREAT VBLVD.
CONCORD,CA 01570/2
' TRAFFIC CONTROL
SECTION 01570
and the name of the Contractor. For any violation of the "No Parking" signs by the
citizens, the Contractor will contact the City Police Department for coordinating the
removal of vehicles. Location and duration of"No Parking" limits shall be subject
to approval by the Engineer.
' D. Property owners and tenants adjacent to the construction area shall receive a written
notification a minimum of 36 hours in advance of construction activities. The
' Contractor shall be responsible for the writing and distributing for the written
notification. Written notifications shall be provided to the Engineer, for approval, a
mIrumum of two (2) working days prior to proposed placement/distribution. The
method of placement/distribution shall be subject to approval by the Engineer. No
notifications shall be placed or distributed without the prior approval of the
Engineer. Written notifications shall include time limits and dates of construction,
name of Contractor, type of construction and point of contact if vehicles are towed.
PART 4 MEASUREMENT AND PAYMENT
' 4.01 TRAFFIC CONTROL
' A. Measurement and payment for "Traffic Control" shall be considered as included in
the prices bid for the various items in the Bid Proposal and shall be considered as
full compensation for all labor, materials, tools, and incidentals required.
END OF SECTION
1
1
FIRE STATION=10
2955 TREAT VBLVD.
CONCORD, CA 01570/3
' SECTION 01600
MATERIAL AND EQUIPMENT
PARTI GENERAL
t1.01 REQUIREMENTS INCLUDED
' A. Products.
B. Transportation and Handling.
' C. Storage and Protection.
' D. Product Options.
E. Products List.
F. Substitutions.
1.02 RELATED REQUIREMENTS
A. Section 01700 - Contract Closeout
1.03 PRODUCTS
A. Products include material, equipment, and systems.
B. Comply with Specifications and referenced standards as minimum requirements.
C. Components required to be supplied in quantity within a Specification section shall be
1 the same, and shall be interchangeable.
1.04 TRANSPORTATION AND HANDLING
1 A. Transport products by methods to avoid product damage; deliver in undamaged
condition in manufacturer's unopened containers or packaging, dry.
B. Provide equipment and personnel to handle products by methods to prevent soiling or
damage.
C. Promptly inspect shipments to assure that products comply with requirements,
quantities are correct, and products are undamaged.
1.05 STORAGE AND PROTECTION
FIRE STATION -10
' 2955 TREAT N'BLVD.
CONCORD,CA 01600/1
MATERIAL AND EQUIPMENT '
SECTION 01600
A. Store products in accordance with manufacturer's instructions, with seals and labels '
intact and legible. Store sensitive products in weather-tight enclosures, maintain within
temperature and humidity ranges required by manufacturer's instructions.
B. For exterior storage of fabricated products, place on sloped supports, above ground. '
C. Provide off-site storage and protection when site does not permit on-site storage or
protection.
D. Cover products subject to deterioration with impervious sheet covering. Provide '
ventilation to avoid condensation.
E. Store loose granular materials on solid flat surfaces in a well-drained area.
F. Provide equipment and personnel to store products by methods to prevent soiling,
disfigurement or damage.
G. Arrange storage to provide access for inspection. Periodically inspect to assure
products are undamaged and are maintained under required conditions. '
1.06 PRODUCT OPTIONS
A. Products specified by Reference Standards or by description only. Any product meeting
those standards.
B. Products specified by naming one or more manufacturers with a provision for
substitutions. Submit a request for substitution for any manufacturer not specifically '
named.
1.07 PRODUCTS LIST '
A. Within 15 days after date of Owner-Contractor Agreement, submit complete list of
major products proposed for use, with name of manufacturer, trade name, and model
number of each product. '
1.08 SUBSTITUTIONS '
A. Onlv within 35 days after signing of Owner-Contractor Agreement will Owner consider
requests from Contractor for substitutions. Subsequently, substitutions will be
considered only when a product becomes unavailable due to no fault of Contractor.
B. Document each request with complete data substantiating compliance of proposed
substitution with Contract Documents. Use of "Spec-Data" sheets is strongly
recommended.
FIRE STATION 710
2955 TREAT VBLVD. '
CONCORD, CA 01600/2
iMATERIAL AND EQUIPMENT
SECTION 01600
' C. Request constitutes a representation that Contractor:
1. Has investigated proposed product and determined that it meets or exceeds. in all
irespects, specified product.
2 Will provide the same warranty for substitution as for specified product.
3. Will coordinate installation and make other changes which may be required for
i Work to be complete in all respects.
4. Waives claims for additional costs which may subsequently become apparent.
i D. Substitutions will not be considered when they are indicated or implied on shop
drawing or product data submittals without separate written request, or when
acceptance will require substantial revision of Contract Documents.
E. Owner will determine acceptability of proposed substitution, and will notify Contractor
of acceptance or rejection in writing within a reasonable time.
i
PART 2 PRODUCTS
Not Used.
i
PART -3 EXECUTION
iNot Used.
iPART 4 MEASUREMENT AND PAYMENT
i4.01 PROTECTION OF WORK AND PROPERTY
A. Measurement and payment for "materials and equipment" shall be considered as included
i in the prices bid for the various items in the Bid Proposal and shall be considered as full
compensation for all labor, materials, tools, and incidentals required.
END OF SECTION
i
FIRE STATION#10
' ?955 TRE;%T VBLVD.
CONCORD, CA 01600/3
SECTION 01700
CONTRACT CLOSEOUT
PART GENERAL
1.01 SECTION INCLUDES
A. Closeout Procedures.
B. Final Cleaning.
C. Adjusting.
D. Project Record Documents.
' E. Operation and Maintenance Data.
F. Warranties.
G. Spare Parts and Maintenance .Materials.
H. Extra Materials
1.02 RELATED SECTIONS
rA. General Conditions.
1.03 CLOSEOUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has
been inspected, and that Work is complete in accordance with Contract Documents
and ready for Construction Manager's inspection.
' B. Provide submittals to Owner that are required by governing or other authorities.
C. Submit final Application for Payment identifying total adjusted Contract Sum,
previous payments, and sum remaining due.
1.04 FINAL CLEANING
A. Execute final cleaning prior to final punch inspection.
FIRE STATION#10
' 2955 TREAT VBLVD.
CONCORD, CA 01700/1
CONTRACT
CLOSEOUT
SECTION 01700
B. Clean debris from drainage systems.
C. Clean site: sweep paved areas, rake clean landscaped surfaces.
D. Remove waste and surplus materials, rubbish, and construction facilities from the site.
1.05 ADJUSTNG
A. Adjust operating Products and equipment to ensure smooth and unhindered operation.
1.06 PROJECT RECORD DOCUMENTS
A. Maintain on site, one set of the following record documents; record actual revisions to
the Work. Contract drawing set to be reproducible sepia set.
1. Contract Drawings.
2. Specifications.
3. Addenda.
4. Change Orders and other Modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store Record Documents separate from documents used for construction.
C. Label and file Record Documents and samples in accordance with Section number i
listings in Table of Contents of this Project Manual. Label each document "PROJECT
RECORD" in neat, large, printed letters.
D. Record information concurrent with construction progress.
E. Specifications: Legibly mark and record at each Product section description of actual ,
Products installed, including the following:
1. Manufacturer's name and product model and number.
2. Product substitutions or alternates utilized.
3. Changes made by Addenda, Modifications, Change orders, Field Directions and
Supplementary Installations. '
F. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured depths of foundations in relation to finish floor datum.
2. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements. '
3. Measured locations. of internal utilities and appurtenances concealed in
constntction, referenced to visible and accessible features of the Work.
4. Field changes of dimension and detail..
5. Details not on original Contract Drawings.
6. Changes during actual construction.
i
FIRE STATION#10
2955 TREAT VBLVD.
CONCORD, CA 01700/2
1 CONTRACT CLOSEOUT
SECTION 01700
G. Delete Engineer title block and seal from all documents.
H. Submit document to Engineer prior to claim for final Application for Payment.
1.07 OPERATION AND MAINTENANCE DATA — Not Applicable
1.08 WARRANTIES
A. Provide three duplicate notarized copies.
1.09 SPARE PARTS AND MAINTENANCE MATERIALS —Not Applicable
1.10 EXTRA MATERIALS —Not Applicable
PART ? PRODUCTS
Not Used
PART ; EXECUTION
Not Used
END OF SECTION
i
1 .
1
1
FIRE STATION F10
1955 TREAT VBLVD.
CONCORD.CA 01700/3
SECTION 01701
CONTRACT CLOSEOUT PROCEDURES
PART 1 GENERAL
' 1.41 REQUIREMENTS INCLUDED
A. Administrative provisions for Substantial Completion and for final acceptance.
1.02 RELATED REQUIREMENTS
A. General Requirements.
B. Section 01700 - Contract Closeout.
1.03 SUBSTANTIAL COMPLETION
A. When Contractor considers Work or designated portion of Work is substantially
complete, submit written notice with list of items to be completed or corrected.
B. Should Construction Manager inspection find Work is not substantially complete, he
will promptly notify Contractor in writing, listing observed deficiencies.
C. Contractor shall remedy deficiencies and send a second written notice of substantial
completion.
D. When Constriction Manage finds Work is substantially complete he will prepare a
Certificate of Substantial Completion in accordance with provisions of General
Conditions.
1.04 FINTAL COMPLETION
A. When Contractor considers Work is complete, submit to Architect written certification:
1. Contract Documents have been reviewed.
2. Work has been inspected by contractor for compliance with Contract Documents.
3. Work has been completed in accordance with Contract Documents, and
deficiencies listed with Certificate of Substantial Completion have been corrected.
4. Equipment and systems have been tested, adjusted and balanced and are fully
' operational.
5. Operation of systems has been demonstrated to Owner's personnel.
6. Work is complete and ready for final inspection.
FIRE STATION #10
1 2955 TREAT VBLVD.
CONCORD, CA 01701/1
CONTRACT CLOSEOUT PROCEDURES '
SECTION 01701
B. Should Construction Manage inspection find Work incomplete, lie will promptly notify
Contractor in writing listing observed deficiencies.
C. Contractor shall remedy deficiencies and send a second certification of final
completion. ,
D. When Construction Manage finds work is complete, he will consider closeout
submittals.
1.05 CLOSEOUT SUBMITTALS
A. Evidence of Compliance with Requirements of Governing Authorities:
1. Certificate of Occupancy from City.
2. Certificates of Inspection required by City.
B. Project Record Documents: Under provisions of Section 01700.
C. Operation and Maintenance Data: Not Applicable.
'
P pp
D. Warranties: Under provisions of Section 01700.
E. Spare Parts and Maintenance Materials: Not Applicable.
F. e in le: Not Applicable.
,
K ys and Keying Schedu o
G. Evidence of Payment and Release of Liens: In accordance with Conditions of the ,
Contract.
H. Certificates of Insurance for Products and Completed Operations: In accordance with
General Conditions.
1.06 STATEMENT OF ADJUSTMENT OF ACCOUNTS
A. Submit final statement reflecting adjustments to Contract Sum indicating:
1. Original Contract Sum.
2. Previous change orders.
3. Allowances.
4. Unit prices.
5. Deductions for uncorrected work.
6. Deductions for liquidated damages.
7. Deductions for reinspection fees.
8. Other adjustments to Contract Sum.
9. Total Contract Sum as adjusted. '
10. Previous payments.
11. Sum remaining due.
FIRE STATION #10
2955 TREAT VBLVD.
CONCORD, CA 01701/2
CONTRACT CLOSEOUT PROCEDURES
SECTION 01701
1.07 APPLICATION FOR FINAL PAYMENT
A. Submit application for final payment in accordance with provisions of Conditions of the
Contract.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
FIRE STATION #10
2955 TREAT VBLVD.
CONCORD. CA 01701/3
1
SECTION 01720
PROJECT RECORD DOCUMENTS
PART GENERAL
1.01 INCLUDED WORK
A. The work of this section includes the preparation and maintenance of project record
documents.
1.02 RELATED WORK
A. Special Provisions - Coordination/Cooperation
B. Special Provisions - Mobilization
tPART 2 PRODUCTS
Not Applicable
PART 3 EXECUTION
3.01 GENERAL
A. Maintain at the site for the District, one record copy of:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change Orders.
5. Product data and samples.
3.02 MAINTENANCE OF DOCUMENTS AND SAMPLES
A. The Contractor shall store record documents and samples at the site.
B. Maintain documents in a clean, dry, legible condition and in good order. Record
documents are not to be used for construction purposes.
C. Make documents and samples available at all times for inspection by the Engineer.
3.03 RECORDING
A. Label each document "PROJECT RECORD" in neat large printed letters.
B. Record information concurrently with construction progress.
r
FIRE STATION#10
1 2955 TREAT VBLVD.
CONCORD, CA 01720/1
PROJECT RECORD DOCUMENTS
SECTION 01720
C. Drawings are to be legibly marked to record actual construction:
1. Depths of various elements of construction relative to top of curb or pavement.
2. Horizontal and vertical locations of underground utilities and appurtenances.
3. Field changes of dimensions and detail.
4. Changes made by change order. ,
5. Details not on original Contract Drawings.
D. Specifications and addenda- legibly mark section to record:
1. Manufacturer, trade name, catalog number, and supplier of each product and
item actually installed or constructed.
2. Changes made by change order.
13-3.04SUBMITTAL
A. At the close-out, deliver record documents to the Engineer.
B. Accompany submittal with transmittal letter containing:
1. Date.
2. Project title and number.
3. Contractors name and address.
4. Title and number of each record document.
5. Signature of the Contractor or authorized representative.
PART 4 MEASUREMENT AND PAYMENT
4.01 PROJECT RECORD DOCUMENTS ,
A. The contract price paid for "Mobilization" shall include full compensation for ,
project record documents, and no separate payment shall be made therefor.
END OF SECTION
FIRE STATION#10
2955 TREAT VBLVD.
CONCORD, CA 01720/2
SECTION 01740
WARRANTIES AND BONDS
PARTI GENERAL
1 GUARANTEE AND WARRANTY
A. One Year Correction Period
If within one year after the date of District's acceptance of the Work or such longer period of
time as may be prescribed by Laws or Regulations or by the terms of any applicable special
guarantee required by the Contract Documents or by any specific provision of the Contract
Documents, any Work is found to be defective, Contractor shall promptly, without cost to
the District and in accordance with District's written instructions, either correct such
defective Work, or, if it has been rejected by District, remove it from the site and replace it
with nondefective Work.
B. Failure to Comply Promptly
If Contractor does not promptly comply with the terms of such instructions, or in an
emergency where delay would cause serious risk of loss or damage, the District may have
the defective Work corrected or the rejected Work removed and replaced, and all direct,
indirect and consequential costs of such removal and replacement (including but not limited
to fees and charges of engineers, architects. attorneys and other professionals) shall be paid
by the Contractor.
1. In special circumstances where a particular item of equipment is placed in continuous
service before final acceptance of the Work by the District, the correction period for
that item may start to run from an earlier date if so provided in the Specifications or by
Supplemental Agreernent.
C. Owner's Enforcement
' In the event it is necessary for the District to file suit to enforce any liability of Contractor
pursuant to this Part, the District shall be entitled to recover from Contractor, in addition to
all other amounts found due and owing, cost of suit and expenses including, but not limited
to, fees of engineers, arbitration costs, arising directly, indirectly or consequential out of any
action, legal or equitable, caused by the successful enforcement of Contractor's obligations,
all to be taxed as costs and included in any judgement rendered.
FIRE STATION#10
2955 'TREAT VBLVD.
CONCORD,CA 01740/1
WARRANTIES AND BONDS
SECTION 01740
PART ? PRODUCTS
Not Applicable
PART 3 EXECUTION
3.01 GUARANTEE AND WARRANTY FORM
A. Contractor shall execute and deliver to the Engineer a copy of the Warranty Form included
herein, before District's final acceptance of the work.
PART 4 MEASUREMENT AND PAYMENT ,
4.01 GUARANTEE AND WARRANTY
A. The contract price or price bid for "Guarantee and Warranty" shall include full
compensation for the Contractor's guarantee of the improvement work in accordance with
these special provisions.
FIRE STATION#10
2955 TREAT VBL.VD.
CONCORD, CA 0174012
WARRANTIES AND BONDS
SECTION 01740
Gil JARANTFF. AND WARRANTY FORM
WARRANTY FOR
CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT
We hereby guarantee the Contract for Pavement Repairs to Fire Station #6 , that we have
constructed, for a period of one (1) year after the date of acceptance of the Work by the Board of
Supervisors of the Contra Costa County.
We agree that if any of the improvement work should fail due to any reason other than improper
maintenance or improper operation, if any settlement of fill or backfill occurs, or should any portion
if the work fail to fulfill any of the requirements of the Specifications, we will, within five days
after written notice of'such defects, commence to repair or replace the same together with any other
work which may be damaged or displaced in so doing.
In the event of our failure to comply with the above mentioned conditions within a reasonable time
atter being notified, or should the exigencies of the case.require repairs or replacements to be made
before we can be notified or respond to notification, we do hereby authorize the District to proceed
to have the defect repaired and made good at our expense, and we will pay the cost therefor upon
demand.
The warranty provided herein shall not be in lieu of, but in addition to any warranties or other
obligations otherwise imposed by the Contract Documents and by Law.
Contractor:
Signed:
(Authorized Representative)
Title:
(Authorized Representative)
Date:
FIRE STATION#10
2955 TREAT VBLVD.
CONCORD. CA 01740/3
SECTION 02065
REMOVAL WORK
PART1 GENERAL
1.01 GENERAL CONDITIONS
A. The requirements of the "General Conditions of the Contract", "Supplementary General
Conditions", and of Division 1, "General Requirements", shall apply to all work of this
Section with the same force and effect as though repeated in full herein.
1.02 SCOPE OF WORK
A. Provide removal work complete including the followingpri principal items.
' 1. Remove improvements which are not indicated to remain in the areas of new
constriction and which are not indicated to be removed by others, including, curb,
' gutter, sidewalk and pavements.
B. Related requirements specified elsewhere include:
1. Clearing and excavating - Section 02200, EARTHWORK.
1.03 JOB CONDITIONS
A. Work to be demolished may contain hazardous materials. The Owner shall retain and pay for
the services of a Testing Agency to perform and report on tests for such suspected materials.
If hazardous materials are encountered, the Owner will provide for subsequent testing and
abatement under separate contract.
B. The work shall be conducted in an orderly manner and not so as to create nuisances.
Removed material shall not be permitted to accumulate on streets or sidewalks nor to be
washed into sewers.
C. Asphalt concrete to be removed shall be disposed of in a manner acceptable to the City
Engineer. Plan for disposal shall be submitted to the City Engineer and approved by the City
Engineer prior to disposal.
1
FIRE STATION#10
2955 TREAT BLVD
CONCORD. CA 02065/1
REMOVAL WORK
SECTION 02065
PART 2 PRODUCTS
2.01 MATERIALS
A. Materials which are to be salvaged for reuse in the work shall become the property of the ,
Contractor until reinstalled and accepted.
B. Materials which are to be removed and not reused shall become the property of the 1,
Contractor.
PART 3 EXECUTION
3.01 PREPARATION ,
A. Inspect existing conditions of work, including elements subject to damaging movement '
during removal operations.
B. Protect the safety of persons; protect improvements to remain, materials to be salvaged, '
adjacent properties, existing utilities, streets, and the like from damage.
C. Perform installation of proposed utilities essential for continuous normal operation of i
existing facilities as determined by the owner.
3.02 REMOVAL OPERATIONS ,
A. Remove all portions of improvements not to remain.
B. Removed materials, which are not to be reused, shall be disposed of outside the site as they
accumulate. Do not store, or otherwise dispose of such materials on the site.
END OF SECTION
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02065/2
SECTION 02200
EARTHWORK
PART1 GENERAL
1.01 GENERAL CONDITIONS
I A. The requirements of the "General Conditions of the Contract", "Supplernentary General
Conditions", and of Division 1, "General Requirements", shall apply to all work of this
Section with the same force and effect as though repeated in full herein.
B. Related P
requirements specified elsewhere include.
q
1. Removal work Section 02065.
2. Project Soils Report.
1.02 SCOPE OF WORK
A. Clearing, grubbing and stripping.
B. Grading, excavating, filling and backfilling, including trenching and backfilling for utilities
as necessary to complete the Project as indicated on the Drawings.
D. Street, sidewalk, driveway, parking area, and utility trenches.
E. Dust alleviation and control.
F. Erosion Control.
G. Cleanup and disposal of excess material.
1 li. The work shall include the provision of all materials, equipment and apparatus not
specifically mentioned herein or noted on the plans, but which are obviously necessary to
complete the work specified.
1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS
A. Civil Engineering Work including site utilities as shown on the Drawings.
1.04 CODES AND STANDARDS
A. Excavating, trenching, filling, backfilling, and grading work shall meet the applicable
FIRE s"rATIONI #10
1 2955 TREAT BLVD
CONCORD, CA 02200/1
EARTHWORK
SECTION 02200
requirements of the Uniform Building Code and the standards and ordinances of state and
local governing authorities.
1.05 SUBSURFACE SOIL CONDITIONS
A. The Owner's Geotechnical Exploration report is available for inspection by bidder or
Contractor. The Contractor shall refer to the findings and recommendations of the
Geotechnical Exploration report in planning and executing his work. i
1.06 QUALITY ASSURANCE ,
A. All work shall be done to the satisfaction of the designated representative of the Geotechnical
Engineer. The contractor shall notify the Geotechnical Engineer at least 48 hours prior to
performance of any site earthwork.
B. Finish surface of the site shall not vary more than 0.10 feet from that called for on the plans '
or detail drawings.
C. Percentage of compaction specified shall be the minimum acceptable. The percentage
represents the ratio of the dry density of the compacted material to the maximum dry density
of the material as determined by the procedure set forth in ASTM Designation D1557.
D. Perform the work of this Section in PP compliance with applicable requirements of all
P
governmental agencies having jurisdiction,and the requirements and recommendations of the
Soils report.
E. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the
necessary crafts and completely familiar with the specified requirements and the methods
needed for proper performance of the specified work.
F. Use equipment in adequate size,capacity and numbers to accomplish the specified work in a
timely manner.
G. Except as modified by the requirements herein or indicated on the Drawings,earthwork shall
conform to the applicable requirements of the following codes and standards. Nothing
contained herein shall be construed as permitting work that is contrary to code requirements.
FIRE STATION #110
2955 TREAT 13LVD
CONCORD, CA 02200/2
EARTHWORK
SECTION 02200
H. Soils Report: Entitled "Pavement Section Evaluation Fire Station 410", File No. 43-1295-
, O1.GEO dated October 31, 2000, prepared by Kleinfelder Inc., hereinafter referred to as the
Soils Report.
' 1.07 PROJECT CONDITIONS
A. General:
1 1. The Contractor shall familiarize himself with the soil
conditions at the site, whether
covered in the soils report or not,and shall thoroughly understand all recommendations
associated with the site soils, excavation, and grading covered in the report.
2. Subsurface information was obtained primarily for use in preparing the foundation
design,but the Contractor may draxv his own conclusion therefrom or conduct his own
investigation. No responsibility is assumed by the Owner, Architect or Soils Engineer
for subsoil quality or conditions other than the locations,and at the time the exploration
was made. No claim for extra compensation, or for extension of time; will be allowed
on account of subsurface conditions inconsistent with the data shown, except as
provided elsewhere herein.
3. Existing grade conditions as shown on the plans by contours and spot elevations are
accurate as could be obtained. The Contractor shall accept the site as it exists and
complete the site work.
B. Utilities:
1 1. If existing utilities are found to interfere with the permanent facilities being constructed
under this Contract, immediately notify the Architect and secure his instructions.
C. Contractor shall accurately grade and prepare the site to the lines and grades called for on the
plans and detail drawings with due provision for future surface improvements.
D. Material for site embankments,where required,shall consist of suitable excavated material if
available, or such imported borrow material as may be required for the work conforming to
the requirements of the specifications herein and approved by the Geotechnical Engineer.
E. Contractor shall provide dust alleviation and control measures satisfactory to the Engineer at
all times during the course of the work at no additional expense to the Owner.
' F. Contractor shall be solely P ,.responsible for the maintenance of graded areas until final
acceptance thereof, and shall take such actions of whatever nature as may be necessary or
required to protect the graded surface from erosion during installation and until final
acceptance thereof by the owner.
FIRE STATION#10
1 2955 TREAT BLVD
CONCORD, CA 02200/3
EARTHWORK
SECTION 02200
1.08 DEFINITION OF TERMS '
A. Fill —All soil, rock, or soil-rock materials placed to raise the grades of the site or to backfill
excavations. '
B. Backfill — All soil, rock or soil-rock material used to .fill excavations and trenches.
C. On-Site Material — Soil and/or rock material which is obtained from the site. ,
D. Imported Material—Soil and/or rock material which is brought to the site from off-site areas.
E. Select Material—On-site and/or imported material which is approved by the Soils Engineer
as a specific-purpose fill.
F. Engineered Fill — Fill upon which the Soils Engineer has made sufficient observations and ,
tests to confirm that the fill has been placed and compacted in accordance with specifications
and requirements.
G. Degree of Compaction or Relative Compaction—The ratio, expressed as a percentage,of the '
in-place dry density of the fill and backfill material as compacted in the field to the maximum
dry density of the same material as determined by ASTM D-1557 or California 216 '
compaction test method.
H. Optimum Moisture — Water content, percentage by dry weight, corresponding to the
maximum dry density as determined by ASTM D-1557.
I. Soils Engineer - The project geotechnical engineering consulting firm, its employees or its ,
designated representatives.
J. Drawings —All documents, approved for construction, which describe the Work. ,
1.09 OBSERVATION AND TESTING
A. All site preparation, cutting and shaping,excavating, filling, and backfilling shall be carried
out under the observation of the Soils Engineer, employed and paid for by the Owners. The
Soils Engineer will perform appropriate field and laboratory tests to evaluate the suitability
of fill material, the proper moisture content for compaction, and the degree of compaction
achieved. Any fill that does not meet the specification requirements shall be removed and/or
reworked until the requirements are satisfied.
t
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02200/4
EARTHWORK
SECTION 02200
B. Cutting and shaping, excavating, conditioning, filling, and compacting procedures require
' approval of the Soils Engineer as they are performed. Any work found unsatisfactory or any
work disturbed by subsequent operations before approval is granted shall be corrected in an
approved manner as recommended by the Soils Engineer.
C. Tests for compaction will be made in accordance with the testP rocedures outlined in ASTM
D-1557, as applicable. Field testing of soils or compacted fill shall conform with the
' applicable requirements of ASTM D-2922.
D. All authorized observation and testing will be paid for by the Owners.
E. Soils Materials:
1. The Soils Engineer will observe, test, and approve for use, all soils materials.
' 2. The Contractors shall provide sample of all proposed on-site and imported fill material
for suitability tests by the Soils Engineer prior to acquisition.
3. The Contractor shall provide sample of all rock under slabs on ground for quality and
grading tests by the Soils Engineer.
F. Engineered Fill Tests and Inspections:
1. The Soils Engineer will observe the grading operations during both the preparation of
tthe site and during compaction of any backfill to insure conformance with the
Specifications.
2. The Soils Engineer will make observations and field tests to enable him to approve the
site prior to placement of engineered fill.
3. The Soils Engineer will observe, test, and approve the engineered fill material and its
field placement; and backfill in trenches will also be observed. tested and approved.
G. Excavation Inspection: The Soils Engineer will observe, test as required, and approve all
foundation excavations for conformance with the criteria contained in the Specifications.
H. Compaction Control Test: Degree of compaction is the ratio, expressed as a percentage, of
the dry density of the fill material as compacted in the field, to the maximum dry density of
' the same material as determined by ASTM D1557-78 test method.
1
FIRE STATION #10
1 2955 TREAT BLVD
CONCORD,CA 02200/5
EARTHWORK
SECTION 02200
PART 2 PRODUCTS
2.01 GENERAL ,
A. Contractor shall furnish all materials,tools,equipment, facilities,and services as required for
performing the required excavating, filling,backfilling,and gradingwork,and trenching and
backfilling for utilities.
2.02 SOIL MATERIALS ,
A. Fill:
1. Material to be used for engineered fill and backfill shall be free from organic matter
and other deleterious substances, and of such quality that it will compact thoroughly ,
without excessive voids when watered and rolled. Excavated on-site material will be
considered suitable for engineered fill and backfill if it contains no more than 3 percent ,
organic matter, is free of debris and other deleterious substances and conforms to the
requirements specified above. Rocks of maximum dimension in excess of two-thirds
of the lift thickness shall be removed from any fill material to the satisfaction of the '
Soils Engineer.
2. Excavated earth material which is suitable for engineered fill or backfill,as determined ,
by the Soils Engineer, shall be conditioned for reuse and properly stockpiled as
required for later filling and backfilling operations. Conditioning shall consist of
spreading material in layers not to exceed 8 inches and raking tree of debris and rubble.
Rocks and aggregate exceeding the allowed largest dimension, and deleterious
material shall be removed from the site and disposed off site in a legal manner.
3. oils Engineer shall be notified at least 48 hours prior to the start of filling and
S � p g
backfilling operations so that it may evaluate samples of the material intended for use
as fill and backfill. All materials to be used for filling and backfilling require the
approval of the Soils Engineer.
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02200/6
EARTHWORK
SECTION 02200
B. Import Material—Where conditions require the importation of fill material,the material shall
be an inert, nonexpansive soil or soil-rock material free of organic matter and meeting the
following requirements unless otherwise approved by the Soils Engineer.
1 Gradation (ASTM D-421) Sieve Size Percent Passing
2-inch 100
#200 15-70
' PlasticityASTM D-4318) Li Index Liquid Limit Plasticit
( q y
<30 <12
Swell Potential (ASTM D-4546B) Percent Heave Swell Pressure
(at optimum Moisture)
<2 percent <300 psf
' Resistance Value (ASTM D-2844) Minimum 25
Organic Content (,ASTM D-2974) Less than 2 percent
A sample of the proposed import material should be submitted to the Soils Engineer for
evaluation prior to delivery at the site.
2.03 SAND
A. Sand for sand cushion under slabs and for bedding of pipe in utility trenches shall be a clean
and graded,washed sand,all passing a No.4 U.S. Standard Sieve,and generally conforming
to ASTM C33 for fine aggregate.
2.04 AGGREGATE DRAINAGE FILL
iA. Aggregate drainage fill under concrete slabs and paving shall consist of broken stone,
crushed or uncrushed gravel, clean quarry waste, or a combination thereof. The aggregate
1 shall be free from fines, vegetable matter, loam, volcanic tuff, and other deleterious
substances. It shall be of such quality that the absorption of water in a saturated surface dry
condition does not exceed 3 percent of the oven dry weight of the samples.
B. Aggregate drainage fill shall be of such size that the percentage composition by dryweight as
determined by laboratory sieves (U.S. Series) will conform to the following grading:
C. Sieve Size Percentage Passing Sieve
1'/z inches 100
1 inch 90-100
T4 0-5
FIRE STATION filo
2955 TRENT BLVD
CONCORD, CA 02200/7
EARTHWORK
SECTION 02200
PART 3 EXECUTION
3.01 STAKING AND GRADING
A. Contractor shall lay out all his work, establish all necessary markers, bench marks, grading
stakes, and other stakes as required to achieve design grades. ,
3.02 EXISTING UTILITIES
A. Contractor shall verify the location and depth(elevation)of all existing utilities and services
before performing any excavation work. ,
3.03 EXCAVATION
A. Contractor shall perform excavating as indicated and required for concrete footings, drilled
piers, foundations, floor slabs, concrete walks, and site leveling and grading, and provide
shoring,bracing, underpinning,cribbing,pumping,and planking as required. The bottoms of
excavations shall be firm undisturbed earth, clean and free from loose material. debris, and
foreign matter.
B. Excavations shall be kept free from water at all times. Adequate de,,vatering equipment shall '
p
be maintained at the site to handle emergency situations until concrete or backfill is placed.
C. Unauthorized excavations for footings shall be filled with concrete to required elevations
unless other methods of filling are authorized by the Soils Engineer.
D. Excavated earth material which is suitable for engineered fill or backfill, as determined by
the Soils Engineer,shall be conditioned for reuse and properly stockpiled for later filling and
backfilling operations as specified under Section 2.02, "Soil Materials".
E. Abandoned sewers, piping and other utilities encountered during excavating shall be ,
removed and the resulting excavations shall be backfilled with engineered fill as required by
the Soils Engineer.
F. Any active utility lines encountered shall be reported immediately to the Owner's
Representative and authorities involved. The Owner and proper authorities shall be
permitted free access to take the measures deemed necessary to repair, relocate, or remove
the obstruction as determined by the responsible authority or Owner's Representative.
j
1
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02200/8
EARTHWORK
SECTION 02200
3.04 SUBGRADE PREPARATION
A. All brush and other rubbish, as well as trees and root systems not marked for saving, shall be
removed from the site and legally disposed of.
B. Any existme strictures foundations underground storage tanks or debris must be removed
from the site prior to any building, grading, or fill operations. Septic tanks, including all
drain fields and other lines, if encountered, must be totally removed. The resulting
depressions shall be properly prepared and filled to the satisfaction of the Soils Engineer.
C. Vegetation and organic topsoil shall be removed from the surface upon which the fill is to be
placed and either removed and legally disposed of or stockpiled for later use in approved
landscape areas. The surface shall then be scarified to a depth of at least eight inches until
the surface is free from ruts, hummocks, or other uneven features which would tend to
prevent uniform compaction by the equipment to be used.
D. After the foundation for the fill has been cleared and scarified, it shall be made uniform and
free from large clods. The proper moisture content must be obtained by adding water or
aerating. The foundation for the fill shall be compacted at the proper moisture content to a
relative compaction as specified herein.
3.05 ENGINEERED FILL
A. Select Material — Fill material shall be "Select" or "Imported Material" as previously
specified.
1 B. Placing and Compacting — Engineered fill shall be constructed by approved and accepted
methods. Fill material shall be spread in uniform lifts not exceeding 8 inches in
uncompacted thickness. Each layer shall be spread evenly, and thoroughly blade-mixed to
obtain uniformity of material. Fill material which does not contain sufficient moisture as
specified by the Soils Engineer shall be sprinkled with water, if it contains excess moisture it
shall be aerated or blended with drier material to achieve the proper water content. Select
material and water shall then be thoroughly mixed before being compacted.
C. Unless otherwise specified in the Geotechnical Exploration report,each layer of spread select
material shall be compacted to at least 90 percent relative compaction at a moisture content
of at least three percent above the optimum moisture content. Minimum compaction in all
keyways shall be a minimum of 95 percent with a minimum moisture content of at least 1
percent above optimum.
D. Unless otherwise specified in the Geotechnical Exploration report or otherwise required by
the local authorities the upper 6 inches of engineered fill in areas to receive pavement shall
be compacted to at least 95 percent relative compaction.
FIRE STATION 4110
' 2955 TREAT BLVD
CONCORD, CA 02200/9
EARTHWORK '
SECTION 02200
E. Testing and Observation of Fill —The work shall consist of field observation and testing to
determine that each layer has been compacted to the required density and that the required
moisture is being obtained. Any layer or portion of a laver that does not attain the
compaction required shall be reworked until the required density is obtained.
F. Compaction—Compaction shall be by sheepsfoot rollers,multiple-wheel steel or pneumatic-
tired rollers or other types of acceptable compaction equipment. Rollers shall be of such 1
design that they will be able to compact the fill to the specified compaction. Rolling shall be
accomplished while the fill material is within the specified moisture content range. Rolling
of each layer must be continuous so that the required compaction may be obtained uniformly
throughout each layer.
G. Fill slopes shall be constructed by overfilling the design slopes and later cutting back the
slopes to the design grades. No loose soil will be permitted on the faces of the finished
slopes. '
H. Strippings and topsoil shall be stockpiled as approved by Owner, then placed in accordance
with the Sol] Engineer's recommendations to a minimum thickness of 6 inches over exposed
open space cut slopes which are 3:1 or flatter, and track walked to the satisfaction of the
Soils Engineer.
I. Final Prepared Sub rade—Finish blading and smoothing shall be performed as necessary to '
P g �
produce the required density, with a uniform surface, smooth and true to grade.
3.06 BA KFI
C LLING
A. Backfill shall not be placed against footings, building walls, or other structures until ,
approved by Soils Engineer.
B. Backfill material shall be Select Material as specified for engineered fill. .
C. Backfill shall be placed in 6-inch layers, leveled, rammed, and tamped in place. Each layer ,
shall be compacted with suitable compaction equipment to 90 percent relative compaction at
a moisture content of at least 3 percent above optimum.
3.07 TRENCHING AND BACKFILLING FOR UTILITIES
A. Trenching:
1. Trenching shall include the removal of material and obstructions, the installation and
removal of sheeting and bracing and the control of water as necessary to provide the
required utilities and services.
FIRE STATION#10
2955 TREAT BLVD '
CONCORD, CA 02200/10
1
EARTHWORK
SECTION 02200
2. Trenches shall be excavated to the lines, grades, and dimensions indicated on the
Drawings. Maximum allowable trench width shall be the outside diameter of the pipe
plus 24 inches, inclusive of any trench bracing.
3. When the trench bottom is a soft or unstable material as determined by the Soils
Engineer, it shall be made firm and solid by removing said unstable material to a
Isufficient depth and replacing it with on-site material compacted to 90 percent
minimum relative compaction.
4. Where water is encountered in the trench, thecontractor must provide materials
necessary to drain the water and stabilize the bed.
B. Backfilling:
1 1. Trenches must be backfilled within 2 days of excavation to minimize desiccation.
2. Bedding material shall be sand and shall not extend more than 6 inches above any
' tttility lines.
3. Backfill material shall be select material.
3.08 AGGREGATE DRAINAGE FILL
A. The Soils engineer shall approve Finished subgrades before aggregate drainage fill is
installed.
tB. Pipes, drains, conduits, and any other mechanical or electrical installations shall be in place
before any aggregate drainage fill is placed. Backfill at walls to elevation of drainage fill
shall be in place and compacted.
C. Aggregate drainage fill under slabs and concrete paving shall be the minimum uniform
thickness after compaction of dimensions indicated on Drawings. Where not indicated,
minimum thickness after compaction shall be 4 inches.
D. Aggregate drainage fill shall be rolled to form a well-compacted bed.
E. The finished aggregate drainage fill must be observed and approved by the Soils Engineer
before proceeding with any subsequent construction over the compacted base or fill.
FIRE STAT1O\';t10
2955 TREAT BLVD
CONCORD, CA 02200/11
EARTHWORK '
SECTION 02200
3.09 SAND CUSHION
A. Not Used
3.10 FINISH GRADING ,
A. All areas must be finish graded to elevations and grades indicated on the Drawings. In areas
to receive topsoil and landscape planting, finish grading shall be performed to a uniform 6 ,
inches below the grades and elevations indicated on the Drawings,and brought to final grade
with topsoil.
3.11 DISPOSAL OF WASTE MATERIALS
A. Excess earth materials and debris shall be removed from the site and disposed of in a legal
manner. Location of dump site and length of haul are the Contractor's responsibility.
3.12 SITE DRAINAGE / EROSION CONTROL '
A. Contractor shall be solely responsible for provision of adequate site drainage at all times
during the course of the Work.
B. All site prepared areas and in-progress embankment within the Contract area detrimentally
affected by surface runoff during the time of this Contract shall be reworked to the
satisfaction of the Geotechnical Engineer at no additional expense to the Ovvner.
C. All dewatering required prior to the start of grading work shall be performed by the
Contractor to the satisfaction of the Geotechnical Engineer at no additional expense to the
Owner. ,
D. Storm water pollution prevention measures: Provide erosion control measures to prevent soil
and debris from entering the storm drain system. Erosion control measures shall be in ,
accordance with the guidelines outlined in the ABAG Erosion and Sediment Control
Handbook. See Civil engineering Drawings for additional requirements which specify Best ,
Management Practices(BMP'S)that control the entry of pollutants into storm water runoff.
1. Contractor shall be responsible for ensuring that all Sub-Contractors are aware of all '
storm water prevention measures and their implementation requirements. Failure to
comply with the approved construction BMP'S may result in the issuance of correction
notices, citations, or a stop work order.
FIRE STATION #10
2955 TREAT BLVD
CONCORD.CA 02200/12
1
EARTHWORK
SECTION 02200
1
?. Machinery, tools, brushes, containers, etc. shall not be cleaned or rinsed in the street,
gutter. storm drains, or streams.
3. All dirt. gravel, rubbish, refuse and green waste shall be removed from the sidewalk,
' street pavement, and storm drains adjoining the project. During wet weather, avoid
driving vehicles on paved areas.
I4. Broom sweep the sidewalk and public street pavement adjoining the project on a daily
basis. Caked mud or dirt shall be scraped from these areas before sweeping.
E. To convey surface water away from the buildings, the landscape areas should be sloped
downward from the foundation wall a minimum of 5 percent for a distance of 7 feet from the
foundations. For paved areas, the slope gradient can be reduced to 2 percent. All roofs
should be provided with gutters and solid pipe downspouts discharging into a solid pipe
system that connects into the storm drainage system.
3.13 DUST ALLEVIATION AND CONTROL
' A. Contractor shall be responsible for and shall provide pollution and dust abatement and
control measure satisfactory to Owner continuously during the course of the work.
B. Use means necessary to control dust on and near the Work, and on and near off-site areas, if
such dust is caused by the Contractor's operations during performance of the Work or if
resulting from the condition in which the Contractor leaves the site.
r
C. Thoroughly moisten surfaces as required to prevent dust being a nuisance to the public,
' neighbors, and to personnel performing other work on the site.
3.14 TRAFFIC AND ACCESS
rA. :Maintain traffic on roads and streets adjacent to or leading to the site.The Contractor shall so
conduct his operations as to offer the least possible obstruction and inconvenience to public
traffic, and he shall have under construction no greater length or amount of work than he can
prosecute properly with due regard to the rights of the public. Prior to commencing work,
the Contractor shall submit to the agency exercising jurisdiction over the road or street a
written traffic control plan, including proposed street or land closure times,for their approval
and shall comply with the approved traffic control plan and all requirements of the
encroachment permit.
r
e
r
FIRE STATION 4=10
2955 TREAT BLVD
CONCORD, CA 02200/13
EARTHWORK '
SECTION 02200
B. Unless detours are permitted, all traffic shall be permitted to pass tluough the work with as
little inconvenience and delay as possible. Street or land closures shall only be rnade within
the hours provided in the approved traffic control plan. Spillage resulting from hauling
operations along or across the traveled way shall be removed immediately at the Contractor's
expense. ,
3.15 PLACEMENT'OF PLANTING SOIL
A. Not Used ,
3.16 FIELD QUALITY CONTROL r
A. The Soils Engineer shall be commissioned by the Owner to inspect and approve subgrades
and fill layers before further construction is performed thereon.The Soils Engineer will make
a sufficient number of tests to enable the Soils Engineer to issue a written statement that, in
his opinion, the fill has been placed and compacted within compliance of these ,
specifications.
B. Reconditioning compacted areas: Where completed compacted areas are disturbed by '
subsequent construction operations or adverse weather, scarify the surface, reshape and
compact to the required density prior to further construction.
C. The Soils Engineer will provide a written summary report listing the field density data
together with an opinion regarding the quality of the Work.The summaryreport will indicate
the area of fill or embankment and the compaction density obtained, and the type or
classification of fill material placed.
D. Upon completion, remove temporary protection; restore work areas to original condition; ,
leave site clean and orderly.
3.17 TREATMENT AFTER COMPLETION OF EARTHWORK
A. After earthwork operations are completed and the Geotechnical Engineer has finished his
observation of the work, no further excavation or filling shall be done except with the
approval of and under observation of the Geotechnical Engineer.
B. It shall be the responsibility of the Contractor to prevent erosion of freshly graded areas
during construction and until such time as permanent drainage and erosion control measures
have been installed.
END OF SECTION
FIRE STATION t 10
2955 TREAT BLVD
CONCORD, CA 02200/14
SECTION 02513
ASPHALT CONCRETE PAVING
1 PARTI GENERAL
1.01 GENERAL CONDITIONS
1 A. The requirements of the "General Conditions of the Contract", "Supplementary General
Conditions", and of Division 1, "General Requirements", shall apply to all work of this
Section with the same force and effect as though repeated in full herein.
1.02 SCOPE OF WORK
A. This portion of the work shall include all labor, materials, tools and necessary or
' incidental to the completion of the pavement shown on the plans and as herein specified.
B. Work Specified in This Section.
1. Subgrade preparation.
2. Soil sterilization.
3. Prime and tack coats.
4. Base Course.
1 5. Asphalt surfacing.
1 6. Seal Coat.
7. Asphalt concrete overlay.
S. Saw cut and match existing AC pavement grade.
C. Related Work Specified in Other Sections.
1. Earthwork - Section 02200.
2. Concrete Surface Improvement - Section 02515.
3. Except as may be modified by these specifications,this work shall conform to Section
39 State of California Standard Specifications, latest edition.
LIRE STATION 410
1 2955 TREAT BLVD
CONCORD, CA 02513/1
ASPHALT CONCRETE PAVING
SECTION 02513
1.03 UTILITIES '
A. Do not commence work until underground pipes and utilities are placed, inspected and
accepted, and backfill and compaction is completed. Cutting or patching of finished paving
shall not be permitted.
1.04 TESTS AND INSPECTIONS
A. Contractor shall provide Engineer with certified copies of test data and results to verify the
acceptability of the materials to be used.
1.05 GUARANTEE
A. In addition to the guarantee specified in Division 1, Contractor shall repair or restore to first
class conditions any portion of the asphaltic paving in which weed growth, creeping, ,
shoving, revealing, cracking, softening, excessive or uneven settlement due to improper
placing,or defective materials that appear or become apparent within one(1)year from date
of acceptance. '
PART 2 PRODUCTS
2.01 WEED CONTROL
A. Responsibility of the effectiveness of the type of weed control used is the sole responsibility
of Contractor.
B. Use of borates and sodium chlorate, or other non-poisonous chemicals only, will be '
P Y
permitted.
C. No weed control chemical shall be applied to areas designated for planting.
2.02 STRUCTURAL PAVEMENT SECTION
A. Aggregate Base: '
1. Shall be Class 2 aggregate base in conformance with Section 26 of the Caltrans.
Standard Specifications. The aggregate base shall be placed to the depth as shown on
the plans and compacted to 95`.'.% compaction per ASTM D155?.
T
FIRE STATION#10
2955 TREAT BLVD
CONCORD. CA 02513/2 '
ASPHALT CONCRETE PAVING
SECTION 02513
B. Asphaltic Concrete:
I. Paving asphalt to be mixed with aggregate shall be steam refined asphalt conforming to
the provisions of Section 92 of the Standard Specifications for viscosity grade AR
4000.
2. Type B Aggregate as specified in the Caltrans Standard Specifications, Section 39, 1/2
' inch maximum size, medium grading.
1 2.03 PRIME COAT
A. SC-70 liquid asphalt conforming to Sections 39 and 93 of the Standard Specifications.
2.04 TACK COAT
A. SS-1 asphalt emulsion conforming to Sections 37 and 94 of the Standard Specifications.
2.05 SEAL COAT
A. Shall consist of an asphaltic emulsion, penetration type, conforming to ASTM D-401-40.
PART 3 EXECUTION
3.01 INSPECTION
A. Installer must examine the areas and conditions under which asphalt concrete paving is to be
installed. Notify the Owner's Representative in writing of conditions detrimental to the
proper and timely completion of the work. Do not proceed with the work until unsatisfactory
conditions have been corrected in a manner acceptable to Geotechnical Engineer and the
Owner's .Representative.
3.02 PREPARATION OF SUBGRADE
A. Subgrade shall be scarified to a minimum depth of 8 inches and moisture conditioned to near
optimum moisture content and the entire area thoroughly compacted to not less than 95%
relative compaction as determined by procedures set forth in ASTM Designation D1557.
B. Remove all soft and unstable material and other portions of the subgrade which will not
compact readily, and replace with approved materials.
C. Subgrade preparation and compaction shall be performed under the observation of the Soils
Engineer.
FIRE STATION #10
'955 TREAT BLVD
CONCORD, CA 02513/3
ASPHALT CONCRETE I'AVI\C;.
SECTION 02513
D. Subgrade preparation shall extend a minimum of 2 feet beyond concrete and asphalt '
pavement in street.
E. Finish subgrade shall be within 0.10 foot above or below theoretical grade shown or ,
established.
3.03 AGGREGATE BASE '
A. Aggregate base shall be spread and compacted in conformance with Standard Specifications
Section 26 for class 2 Aggregate Base. Finished aggregate base shall have the minimum
depth as shown in the pavement design chart on the plans and finished grade shall not vary
more than 0.05 foot above or below the established grade. The aggregate base shall be ,
compacted to a density not less than 95 percent of that obtained in the laboratory according to
Test Method ASTM D1557-78.
3.04 PRLME AND TACK COAT ,
A. Prime Coat:
1. Prior to placement of asphalt concrete, apply prime coat to the aggregate base to all
areas receiving asphalt concrete. Conform to Section 39 of Standard Specifications.
B. Tack Coat:
1. Apply a"tack coat"to all vertical faces against which asphalt concrete is to be laced.
Pp Y 1 p p
Conform to Section 39 of Standard Specifications.
3.05 PLACING ASPHALTIC CONCRETE
A. Asphalt concrete shall be spread and compacted on the prepared base in conformance with ,
the lines, grades and dimensions shown on the drawing and as specified in Section 39 of the
Standard Specifications. Spreading by blading equipment consisting of motor graders will
not be pennitted unless accepted by the Soils Engineer.
3.06 SEAL COAT '
A. Per Section 39-7.02 of the Caltrans Specification.
3.07 FLOOD TEST
A. The contractor shall test the paved areas for proper drainage by flooding with water in ample
quantity to demonstrate the correct shaping of the paving.
FIRE STATION #10
2955 TREAT BLVD
CONCORD,CA 02513;4
ASPHALT CONCRETE PAVING
SECTION 02513
B. Flood test to be made prior to the sealing and striping of the pavement. Owner to witness
flood tests. Notify Owner three working days minimum prior to flood test.
C. Repair any areas in which excessive ponding occurs. Excessive ponding is defined as areas
in which water stands more than 3/16" in depth. Any areas requiring remedial overlay shall
be overlayed with a 3/8" fine mix placed over a tack coat. This corrective work shall be done
prior to the sealing and paint striping of the lot.
END OF SECTION
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02513/5
CONCRETE St-,'R-FACE IMPROVEMENTS '
SECTION 02515
PART ] GENERAL.
1.01 WORK INCLUDED
A. Forming concrete surface improvements for the driveway entry, curb, gutter and sidewalks. ,
B. Placing and finishing concrete surface improvements.
C. Curing concrete surface improvements.
D. Protecting concrete surface improvements. '
E. Construction of concrete slab for fuel tank, diesel generator, and trash enclosure. ,
F. All handicap ramps shall be concrete surface improvements. ,
G. The Work shall include the provision of all materials, equipment and apparatus not
specifically mentioned herein or noted on the plans, but which are obviously necessary to ,
complete the Work specified.
1.02 QUALITY ASSURANCE
A. All Work shall be done to the satisfaction of the Owner or Owner's representative and all
subgrade shall meet the approval of the designated representative of the Geotechnical ,
Engineer.
B. No concrete for concrete surface improvements shall be placed until the sub--rade for same
has been approved by the Geotechnical Engineer and the forms and reinforcement for same
have been accepted by the Owner or Owner's representative.
C. Related work specified in other sections:
1. Earthwork - Section 02200. '
2. Asphalt Concrete Paving - Section 02513.
3. Site Concrete - Section 02750.
FIRE STATION#10
2955 TREAT BLVD
CONCORD,CA 02515/1
CONCRETE SURFACE IMPROVEMENTS
SECTION 02515
D. Codes and Standards:
1. Forming of Portland Cement Concrete roadway- improvements shall conform to the
applicable provisions of Section 73-1.04, 73-1.05A or 73-1.0513 of the Caltrans
Specifications.
2. Placing and finishing of Portland Cement Concrete roadway improvements shall
conform to the provisions of Section 73-1.05, 73-1.05A, 73-1.05B or 73-1.06, of the
Caltrans Specifications.
3. Curing and protecting of Portland Cement Concrete roadway improvements shall
conform to the applicable provisions of Section 90-7 and 90-8, respectively, of the
Caltrans Specifications.
4. Soils report.
1.03 JOB CONDITIONS
A. Where a portion of existing concrete surface improvements is to be reconstructed,the section
to be removed shall first be separated from that to remain by means of a cut with an approved
concrete saw to a minimum depth of one and one-half(1-1/2) inches at the first score line
beyond the area to be replaced.
B. All repairs to concrete surface improvements shall be made by completely removing and
replacing the entire portion between the score lines or joints.
C. Hand mixing of Portland Cement Concrete for use in concrete surface improvements shall
not be permitted.
D. Prior to forming for concrete surface improvements, the Contractor shall first secure
acceptance of the subgrade from the Geotechnical Engineer.
PART 2 PRODUCTS
2.01 PORTLAND CEMENT CONCRETE
A. Portland Cement Concrete for fixed form concrete surface improvements shall be Class"A"
conforming to the requirements of Section 90 of the Caltrans Specifications.
1. Concrete compressive strength for vehicular traffic pavement shall be a minimum of
3,000 psi.
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02515/2
CONCRETE SURFACE IMPROVEMENTS
SECTION 02515
2. Concrete compressive strength for other concrete surface improvements shall be a
minimum of 2.500 psi.
B. Aggre-ate gradation for concrete roadway improvements shall conform to the requirements
of Section 90-3 of the State Standard Specifications for one and one-half (1-1/2) inch
maximum combined aggregates.
C. Supplier's certificates showing conformance with this specification shall be delivered to the ,
Engineer with each shipment of materials delivered to the job site.
2.02 EXPANSION JOINT MATERIAL ,
A. Material for expansion joints in Portland Cement Concrete surface improvements shall be
premolded expansion joint fillers of the thickness called for on the plans conforming to the
requirements of ASTM Designation 17551. Expansion joint material shall be shaped to fit
the cross section of the concrete prior to being placed. '
2.03 REINFORCEMENT AND DOWELS
A. Bar reinforcement for the concrete surface improvements shall be deformed billet-steel bars
of the size or sizes called for on the plans and shall conform to the requirements of ASTM
Designation A615 for Grade 40 bars. Bar deformation shall conform to the requirements of
ASTM Designation A305. Size and shape of bar reinforcement shall conform to the details
shown or called for on the plans.
B. Dowels where noted or called for on thelans or detail drawings.,shall be smooth billet-steel '
p g
bars conforming to the requirements of ASTM Designation A615 for Grade 40 bars. ,
C. Mesh for reinforcement for concrete surface improvements shall be cold drawn steel wire
mesh ofthe size and spacing called for on the plans and shall conform to the requirements of ,
ASTM Designation A82 for the material and ASTM Designation A185 for the mesh. Size
and extent of mesh reinforcement shall conform to the details shown or called for on the
plans. '
D. Tie wire for reinforcement shall be eighteen (18) gauge or heavier black annealed
conforming to the requirements of ASTM Designation A82. '
r
FIRE STATION=10
2955 TREAT BLVD
CONCORD, CA 02515/3
CONCRETE SURFACE IMPROVEMENTS
SECTION 02515
PART 3 EXECUTION
3.01 PREPARATION OF SUBGRADE
A. Subgrade shall be scarified to a minimum depth of 8 inches and moisture conditioned to near
optimum moisture content and the entire area thoroughly compacted to not less than 95%
relative compaction as determined by procedures set forth in ASTM Designation D1557.
B. Remove all soft and unstable material and other portions of the subgrade which will not
compact readily, and replace with approved materials.
C. Subgrade preparation and compaction shall be performed under the obsen.-ation of the Soils
Engineer.
D. Subgrade preparation shall extend a minimum of 2 feet beyond concrete and asphalt
' pavement in street area.
3.02 FORMS FOR CONCRETE
A. Forms for concrete surface improvements shall have a smooth and true upper edge and the
side of the form to be placed next to concrete shall have a smooth finish. Forms shall be
constructed rigid enough to withstand the pressure of the fresh concrete to be placed without
any distortion.
tB. All forms shall have been thoroughly cleaned prior to placement and shall be coated with an
approved form oil sufficient to prevent adherence of concrete prior to filling.
C. Forms shall be carefully set to the alignment and grade required by the plans. Forms shall be
rigidly held in place by stakes set at intervals satisfactory to the Engineer. Sufficient clamps,
spreaders and braces shall be installed to ensure the rigidity of the forms.
D. Forms for back and face of curbs, lip of gutters and edge of walks, valle,, gutters or other
surface slabs shall be equal to the full depth of the concrete as shown, noted or called for on
the plans or detail drawings. Composite forms made up from benders or thin planks of
sufficient ply to ensure rigidity of the form in the shape required may be used on curves and
' curb returns.
3.03 EXPANSION JOINTS
A. Expansion joints incorporating premolded point fillers for fixed form concrete surface
improvements shall be constructed at twenty (20) foot intervals and at the ends of curb
returns. At each expansion joint, two (2) one-half by twelve inch (1/2" x 12") smooth slip
dowels shall be installed in the positions shown or noted on the detail drawings.
FIRE STATION #10
2955 TREAT BLVD
CONCORD, CA 02515/4
CONCRETE SURFACE IMPROVEMENTS '
SECTION 02515
B. Expansion joints incorporating joint fillers for slip-formed concrete roadway improvements '
shall be constructed at all curb returns.'At each expansion joint, two (2) one-half by twelve
inch(1/12" x 12")smooth slip dowels shall be installed in the positions shown or noted on the
detail drawings.
C. Slip dowels shall be oriented at right angles to the expansion joint and shall be held firmly in
place during the construction process. ,
D. Expansion joints and slip dowels shall be constructed in valley gutters and driveway
approaches at all beginning and end points of curvature and in all positions indicated or t
called for on the detail drawings.
3.04 WEAKENED PLANE JOINTS i
A. Weakened plane joints shall be constructed in concrete curbs,gutters and walkways between '
expansion joints at ten (10) foot intervals throughout. Depth of joint score shall be one-
eighth (1/8) inch.
3.05 CONCRETE SURFACE CONSTRUCTION '
A. Concrete curb and gutter shall be formed, placed and finished in conformance with the
applicable requirements of Section 73 of the State Standard Specifications as modified
herein.
3.06 FIELD A N
E QUALITY CONTROL
A. Finish subgrade for concrete roadway improvements shall be subject to the acceptance of the '
Geotechnical Engineer. No forms shall be placed prior to Contractor obtaining such
acceptance. ,
B. Variation of concrete roadway improvements from design grade and cross section as shown
or called for on the plans shall not exceed the tolerances established in Section 73-1.05 '
and/or 73-1.07 of the State Standard Specifications, as applicable.
END OF SECTION '
FIRE STATION#10
2955TREAT BLVD
CONCORD,CA 02515/5
SECTION 02577
PAVEMENT MARKING
' PART ] GENERAL
1.01 WORK INCLUDED
A. Cleaning and sweeping of pavement before application of markings.
B. Application of stripes and pavement markings on new pavements in the parking areas.
C. The work shall include the provision of all materials, equipment and apparatus not
specifically mentioned herein or noted on the plans, but which are obviously necessary to
complete the work specified.
D. All on-site traffic striping shall be white paint unless noted otherwise.
1.02 QUALITY ASSURANCE
A. All work shall be done to the satisfaction of the Owner or Owner's representative.
B. Manufacturer's certificates showing conformance with this specification shall be delivered to
Owner with each shipment of materials and equipment delivered to the job site.
C. Codes and Standards:
1. The standards, recommended methods and tests contained in the publications cited
below shall determine the standards for the work to be done hereunder unless otherwise
specifically designated on the plans:
a. The State of California Maintenance Manual, latest editions.
b. The State of California Traffic Manual, latest edition.
c. The regulations, standards, and tests of the State of California Materials and
Research Division.
d. The State of California Standard Plans and Specifications.
2. Pavement striping and markings shall be placed in the locations shown on the plans and
shall conform to the standards illustrated in the State of California Traffic Manual and
Maintenance Manual.
3. Reference by manufacturers, brands or models is to establish type and quality of
materials desired. Substitution of materials of equal quality will be permitted upon the
FIRE STATION#10
?955 TREAT BLVD
CONCORD, CA 02577/1
PAVEMENT MARKING
SECTION 02577 '
prior written acceptance of the Engineer.
1.03 PROJECT CONDITIONS '
A. Asphalt concrete seal coat shall be thoroughly dry before application of striping or marking
thereon. No striping shall be applied until pavement surfaces have been accepted for
marking by the Owner or Owner's representative. '
B. Concrete shall be thoroughly cured before application of striping or marking thereon. No
striping or marking shall be applied until concrete surfaces have been approved for marking ,
by the Owner or Owner's representative.
PART 2 PRODUCTS .
2.01 PARKING SIGNS '
A. Parking sign panels shall be of the type, size, shape and pattern designated or called for on
the plans and detail drawings.
B. Posts for parking signs shall be two(2)inch I.D. steel pipe conforming to the requirements of
Section 56-2.02A of the State Standard Specifications. '
C. Mounting hardware for parking signs shall conform to the applicable requirements and
specifications contained in the State of California Department of Transportation "Standard
Plans" publication, latest edition.
D. Concrete bases for parking sign posts shall be Class "B" Portland cement concrete of the
shape and dimensions shown or called for on the plans and detail drawings.
PART 3 EXECUTION
3.01 PARKING SIGNS '
A. Parking signs shall be installed in conformance with the applicable requirements of the State '
of California Maintenance Manual.
B. After erection, any damage to parking sign faces shall be touched up as required to the '
satisfaction of the Engineer.
END OF SECTION
FIRE.STATION #10
2955 TREAT BLVD
CONCORD; CA 02577/2
SECTION 02700
SITE UTILITIES
PART 1 GENERAL
1.01 WORK INCLUDED
A. Trenching and other excavation.
B. Ground water control.
C. Pipe bedding.
D. Backfill and compaction of backfill.
E. Dust alleviation and control.
F. Cleanup and restoration of surface in improved areas.
G. The work shall include the provision of all materials, equipment and apparatus not
specifically mentioned herein or noted on the plans, but which are obviously necessary to
complete the work specified.
H. Related work in other sections - - Section 02200 — Earthwork— Section 02065 —Removal
Work.
1.02 QUALITY ASSURANCE
A. All work shall be done to the satisfaction of the designated representative of the Geotechnical
fEngineer, and shall meet with the acceptance of the Owner or Owner's representative.
B. Percentage of compaction specified shall be the minimum acceptable. The percentage
represents the ratio of the dry density of the compacted backfill material to the maximum dry
density of the material as determined by the procedure set forth in ASTM Designation
D1557.
r
t
FIRE STATION#10
1955 TREAT BLVD
' CONCORD, CA 02700/1
SITE UTILITIES
SECTION 02700
1.03 JOB CONDITIONS
A. Locations of existing underground utilities and structures, insofar as they are known from
information available from records and from the respective public utility companies, have
been shown on the plans. The Engineer assumes no responsibility for the accuracy or '
completeness of said data, which is offered solely for the convenience of the Contractor. It
shall be the Contractor's responsibility to verify the location of these obstructions, and to
locate any other underground utilities and structures which might necessitate a change in the
location, line, or grade of the new work-prior to commencement of the new work.
B. During trenching operations, the Contractor shall furnish, install, and operate adequate
pumps or other devices as may be necessary to remove any seepage, storm water,or sewage
that may be encountered during the progress of the work. All excavations shall be kept free
from water during bedding,pipe laying, initial backfilling and when concrete is being placed,
and thereafter until such water will do no damage to the work.
C. Damage resulting from movement of the sides or bottom of trenches or other excavation '
which is attributable to the Contractor's acts or omissions, whether sides are braced or not,
and any portions of the area and work affected by such movement, shall be repaired or
restored by the Contractor at his expense to the satisfaction of the Geotechnical Engineer and
the Owner or Owner's Representative.
PART PRODUCTS
2.01 PIPE BEDDING DD AND BACKFILL LL MATERIAL '
E
A. Material for pipe bedding shall be granular material, clean and free of clay, silt or organic
matter, and shall conform to the requirements of the City of Concord Standard
Specifications.
B. Pipe bedding and backfill material for on-site shall be subject to the acceptance of the
Geotechnical Engineer, and comply with Public Agency's requirements. '
PART 3 EXECUTION '
3.01 PREPARATION AND EXAMINATION OF TRENCHES
A. Trench excavation shall include the removal of all materials or obstructions of any nature,the
installation and removal of all sheeting and bracing, and the control of water, necessary to
construct the work as shown. Excavation shall be by open cut. Trenching machines may be
used, except where their use will result in damage to existing facilities.
FIRE STATION#10
2955 TREAT BLVD
CONCORD, CA 02700%2 '
SITE UTILITIES
SECTION 02700
1
B. Trenches shall be dug to an even laying grade and to a depth sufficient to provide the
indicated bedding and cover for the pipe.
C. The minimum clear width of trench at the bottom of the pipe shall be 12 inches greater than
the outside diameter of the barrel of the pipe.
D. The maximum allowable width of trench at the bottom of the pipe shall be the outside
diameter of the pipe plus 24 inches inclusive of any trench bracing.
E. If trench widths at the top of the pipe as above specified are exceeded by any amount for any
reason, the Contractor shall provide at his own expense, stronger pipe, improved bedding
e conditions, or concrete protection, as accepted to meet the load requirements of the
condition.
8 F. When the trench is in an existing paved area, the pavement shall be sawed or scored on neat
lines parallel with and equidistant from the trench centerlines. Pavement between the lines
shall be broken and removed immediately ahead of the trenching operations. The width of
pavement removed shall be sufficient that the trenching operation does not damage the edges
of the pavement left in place.
G. To insure the safety of workmen and to protect and facilitate the work, sufficient bracing and
shoring shall be installed in all excavations 5 feet deep or over. A bracing and shoring plan
shall be prepared by a State of California registered civil or structural engineer employed by
the contractor. The plan shall comply with the rules,orders and regulations of the California
Division of Industrial Safety and OSHA. Failure to comply with any of the above mentioned
' rules, orders and regulations shall be sufficient cause for the Owner or the Owner's
representative to immediately suspend the work. No compensation for losses incurred by the
Contractor for such a suspension will be allowed. Insofar as possible, sheeting shall not
' extend below the bottom of the trench. All sheeting,timbering, lagging and bracing shall be
removed during backfilling,and in such a manner to prevent any movement of the ground or
the piping or damage to other structures.
H. Excess excavated material, unsuitable materials,or that not required for backfill,shall be the
property of the Contractor and deposited off the site.
FIRE STATION#10
' 2955 TREAT BLVD
CONCORD,CA 02700/3
SITE UTILITIES
SECTION 02700
1
3.02 TRENCH EXCAVATION, ALIGNMENT, AND PIPE LAYING
A. All trenching, excavation, bedding and backfill shall be performed in accordance with the '
manufacturer's recommendations and as specified herein. Each section of pipe and each
fitting shall be thoroughly cleaned out before it is installed. All pipe shall be carefully '
lowered into the trench by suitable tools or equipment in such a manner to prevent any
damage, particularly to coating. Approved slings shall be used to lower the pipe. Under no
circumstances shall pipe or accessories be dropped into the trench. Each section of pipe, '
before lowering into the trench, shall be examined for defects. Any defective, damaged or
unsound pipe shall be rejected. '
B. The pipe shall be laid true to line with no visible change in alignment at any joint unless
curved alignment is shown on the plan, in which case the maximum deflection at any joint ,
shall not exceed the manufacturer's recommendation for the type of pipe and joint being
used.
C. All piping joints shall be in accordance with accepted best practice and as detailed in the 1
manufacturer's installation manual. Both joint surfaces shall be clean before joints are made.
Materials used in pipe joints shall only be that furnished with the pipe or recommended by '
the manufacturer.
D. Installation of all storm drain and sanitary sewer pipes in prepared trenches shall start at the '
lowest point with the spigot ends pointing in the direction of flow.
3.03 BRACING AND SHORING '
A. Bracing and shoring shall be in accordance with the City of Clayton requirements. '
3.04 PIPE BEDDING AND BACKFILL
A. Pipe bedding and backfill material for on-site utilities shall be subject to the acceptance of
the Geotechnical Engineer, and comply with Public Agency's requirements.
B. Upon completion of bedding operations,and prior to the installation of pipe,Contractor shall
notify the Geotechnical Engineer who will then inspect the bedding layer. Pipe laying shall
not commence until the Geotechnical Engineer has accepted the bedding. ,
3.05 BACKFILLING (SPECIAL PROVISIONS)
f trenches and excavations shall consist of material laced one '1 foot
A. Backfilling or utility t e p ( )
above the top of the pipe to finish subgrade. '
FIRE STATION#10
2955 TREAT BLVD ,
CONCORD, CA 02700/4
SITE UTILITIES
SECTION 02700
S
B. Backfill shall be placed in loose lifts not exceeding eight (8) inches in thickness before
compaction, and compacted by the use of pneumatic tampers or other mechanical means
approved by the Geotechnical Engineer. Each layer shall be watered or dried, as required to
bring the soils near the optimum moisture content. Compaction equipment or methods that
a produce horizontal or vertical earth pressures which may cause excessive displacement or
may damage the pipeline will not be permitted. Lifts of backfill material shall be compacted
to not less than 90% of maximum dry density as determined by the procedure set forth in
ASTM Designation D1557. The final eight inches (8") of backfill under pavement areas
shall be compacted to not less than 95%compaction of minimum dry density as determined
by the procedure set forth in ASTM Designation D1557. Jetting or ponding of backfill
material will not be permitted. In non-pavement areas backfill shall be compacted to not less
than 90% compaction of minimum dry density as determined by the procedure set forth in
ASTM Designation D 1557.
C. Utility backfill shall be inspected and tested by the Geotechnical Engineer during placement.
1 Contractor shall cooperate with the Geotechnical Engineer and shall provide working space
for such tests in operations. Backfill not compacted in accordance with these specifications
shall be recompacted or removed as necessary and replaced to meet the specified
requirements, to the satisfaction of the Geotechnical Engineer prior to proceeding with the
work.
D. One year guarantee: If, at any time during a period of one year dating from the date of final
acceptance of the project, there should be any settlement of the trenches requiring repairs to
be made, the Owner may notify the Contractor to immediately make such repairs at the
Contractor's expense.
END OF SECTION
1
1
FIRE STATION#10
' ?955 TREAT BLVD
CONCORD, CA 02700/5